Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
DOCUMENT

58 -- Two-Way Communication Repair/Upgrade - Attachment

Notice Date
7/31/2014
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24714I1266
 
Response Due
8/6/2014
 
Archive Date
9/5/2014
 
Point of Contact
Tanjia Harris
 
E-Mail Address
3-0188
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. VA is seeking capabilities from all categories of Small Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for this requirement. This sources sought notice is being published to identify potential sources capable of providing correction/upgrade to two-way radio communication dead spots at Charlie Norwood VAMC. The North American Industry Classification Systems (NAICS) Codes proposed for the requirements are 334220 RADIO AND TELEVISION BROADCASTING AND WIRELESS COMMUNICATIONS EQUIPMENT MANUFACTURING with a size standard of 750 employees and 334290 OTHER COMMUNICATIONS EQUIPMENT MANUFACTURING with a size standard of 750. This requirement will be set-aside as a competitive, small business acquisition. Your response should identify your business size in relation to the NAICS code(s) and also identify which group(s) you are interested and eligible to compete in. The government is interested in small businesses capable of performing work outlined on this sources sought notice under Description of Products to be provided. The government requests interested parties submit a brief statement of capability / description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Business, etc.), for each Category, Group, and NAICS Code to be considered. DESCRIPTION OF PRODUCTS TO BE PROVIDED: STATEMENT OF WORK Correct Deficiencies of Motorola Two-Way Communication Charlie Norwood VAMC Augusta, GA GENERAL INFORMATION 1.1 Scope of Work The Contractor shall provide all personnel, equipment, tools, materials, management, labor, supervision, cable pathways and all other items and services necessary to correct two-way radio communication dead spots at Charlie Norwood VAMC, Buildings 801 and 110. All work is to be performed at the Charlie Norwood VAMC in Augusta, GA. Contractor is strongly encourage to attend pre-bid site visit as proposals should address technical approach as required in the evaluation criteria of the solicitation. Contractor shall adhere to deficiencies found in Attachment A and correct any other discovered deficiencies. Work shall be done by certified Motorola technicians. Anticipated completion for this project is 180 days after the "Notice to Proceed." PERFORMANCE Summary of Expectations 2.1.1 Dirt Containment and Waste Disposal Dirt shall not be left in area. All flooring, equipment and furnishings within areas to be cleaned shall be protected with fire-rated plastic sheeting. If dust or dirt is found upon inspection after cleaning, the cleaning contractor will re-clean as necessary at no additional cost. Disposal of all waste generated during cleaning shall be the responsibility of the Contractor. 2.1.2 Schedule Work can be done during normal working hours (7:30AM-4:30PM). Shutdowns must be requested two weeks in advance. Schedule will be determined dependent upon availability of space and number of contractor personnel. 2.1.3 Safety and Environmental The Contractor shall be required to follow OSHA and EPA regulations. No use of open flame or smoke is authorized without a VAMC burn permit being approved and posted in the area. A burn permit will be requested in writing, one week before required, if use of open flame or smoke is necessary. An above ceiling permit will be requested in writing, one week before required. All penetrations shall be sealed with approved fire stop material. Contractor shall notify VA of existing penetrations in their work area. If not reported, contractor then assumes all responsibility of all penetrations in the work area. 2.1.4 Quality Control Plan The Contractor shall establish and maintain a complete Quality Control program. The Contractor shall establish and maintain an inspection system to ensure the work being performed conforms to the Contract requirements. The Contractor shall submit to the CO, a Quality Control Plan (QCP) for approval no later than 15 calendar days after contract award. 2.1.4.1 QCP Requirements The QCP shall include: A description of the Contractor's quality control system. The system shall address all the contracted functions and services, specify work to be inspected on either a scheduled or unscheduled basis, and describe how inspections are to be conducted. The system shall state what the schedule for the work shall be. This description shall provide MSDS sheets for any chemicals used, in accordance with OSHA Hazard Communication Standard 29 CFR 1900.1200. The name(s) and qualifications of the individual(s) responsible for performing the quality control inspections, and the extent of their authority. Provisions for recording the results of inspections and for recording corrective actions taken. Provisions to update and revise the QCP during the performance of the Contract EVALUATION Technical Approach In a narrative format, describe the steps the prime contractor will take to successfully complete design/build services for this project. Describe in a written narrative, the plan for phasing the work so that the facility remains operational. The narrative will also detail how the contractor intends to prepare the site, renovate and return to use within any specified time limits. Project Organizational Chart and Narrative -Clearly describe the prime responsible firm (or firms if a J/V) and individuals as well as the roles and responsibilities of individuals proposed as consultants and subcontractors. Provide a list of all consultants and all proposed major subcontractors, including telephone number, address and name of contact. Clarify intended uses of portions of the site indicated to be available to the contractor elsewhere in this RFP for materials staging, temporary trailer offices, employee parking, and other activities as shown in the design solution material. Clarify procedures and proposed solutions for contingencies, differing site conditions, power outages, scheduling conflicts and temporary work stoppage requests (interference with Medical Center operations). Demonstrate techniques for management of work coordination with subcontractors and measures/corrective action that will be taken for substandard performance. Provide an approach to ensure cost-savings and minimizing issuance of change orders. Past Performance Contractor must provide three (3) references of projects directly related to the installation, modification, and/or construction of the above scope in a healthcare setting that have been completed within the last 5 years. POC information must include phone number and e-mail address. The response to this factor will be evaluated as to its relevance and similarity to work under this project. The Government will contact the offeror's references for information and may review performance ratings on file for prior Government projects the offeror has performed. One phone call will placed to the POC provided for each reference. If contact cannot be made, a follow up email will be sent. If no response is received to the email within 24 hours, the proposal will be given a rating of neutral for this evaluation factor. Past performance information obtained from sources other than those identified by the offeror may be used. All relevant facts and circumstances gathered from information from the offeror's listed references and other sources of information available to the Government (e.g., Contractor Performance Assessment Reporting System (CPARS) and Past Performance Information Retrieval System (PPIRS)) will be used to evaluate the offeror's overall past performance and quality of performance. If an offeror has not commented on negative past performance evaluations obtained by the Source Selection Evaluation Board, the offeror may be given the opportunity to clarify and/or mitigate adverse past performance during "exchanges" (clarifications, communications, or discussions) after receipt of proposals (FAR 15.306). If discussions are required, and past performance issues remain, these issues will be addressed during discussions. Interested parties are requested to submit a statement of capability outlining the capabilities related to this requirement as stated above. The statement of capability shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) Business size for NAICS 334220 and 334290 and socio-economic category status, if any. d) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM www.sam.gov) to be considered as potential sources. e) The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed six (6) single-sided pages. Contractors capable of providing these products should submit a Statement of Capability containing the above reference information via e-mail to Contract Specialist, Ms. Tanjia Harris at Tanjia.Harris3@va.gov. Each submission shall be virus scanned prior to being sent. Electronic submission (email) is required. Responses shall be received no later than August 6, 2014, 12:00 pm Eastern Time Zone. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements. Contracting Office Address: VA / NCO 7, 501 Greene Street, Suite 2, Augusta GA 30901 Point of Contact(s): TANJIA HARRIS, CONTRACT SPECIALIST, Phone 706-733-0188 X1122, Email Tanjia.Harris3@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24714I1266/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-I-1266 VA247-14-I-1266.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1540291&FileName=VA247-14-I-1266-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1540291&FileName=VA247-14-I-1266-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03444843-W 20140802/140731235440-5d6c045b254432f89b673ee86ba9c311 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.