Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
DOCUMENT

D -- IT Infrastructure Troubleshooting - Attachment

Notice Date
8/11/2015
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0923
 
Response Due
8/26/2015
 
Archive Date
9/25/2015
 
Point of Contact
Ronnette Coffman
 
E-Mail Address
9-6379<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA247-15-Q-0923 Notice Type: Combined Synopsis/Solicitation (i) Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA247-15-Q-0923 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-83, 03 August, 2015. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a Service Disabled Veteran Owned Small Business (SDVOSB)Set-Aside. The North American Industry Classification System (NAICS) code is 238210, Electrical Contractors and Other Wiring Installation Contractors, and the size standard is $15 million. (v) This requirement is for a non-recurring service with no option years. PRICING: ItemDescriptionQuantityUnit of MeasureUnit PriceTotal Price 0001In accordance with the Statement of Work dated February 20, 2015, the contractor is to maintain existing and expand as needed the network infrastructure within the Ralph H. Johnson Department of Veterans Affairs Medical Center (VAMC) located at 109 Bee Street, Charleston, South Carolina. 1YR$_____$________ (vi) The following is a detailed description of the requirements for this solicitation: STATEMENT OF WORK NETWORK INFRASTRUCTURE MAINTENANCE DATED FEBRUARY 20, 2015 1.Overview a.Contractor will maintain existing and expand as needed the network infrastructure within the VAMC. 2.Description of Work a.Contractor shall be the subject matter expert onsite for network infrastructure. b.Contractor shall troubleshoot and maintain existing network infrastructure with the VAMC. i.Includes, but not limited to: Pulling cable, toning, tagging, terminating, etc. c.Contractor shall perform expansion of infrastructure as directed by VAMC. i.Includes, but not limited to: Pulling cable, toning, tagging, terminating, etc. d.Contractor shall work in tandem with VAMC staff to complete work as required. e.Contractor shall be onsite every week, Tuesday and Thursday. i.If a holiday falls on a work day, contractor will add missed day to on demand pool. f.Contractor shall also have a pool of 20 on demand days during the period of performance that the VA can call upon as needed (VA must give 48 hours' notice of on demand day need). 3.Contractor Requirements a.Contractor shall in depth knowledge of network infrastructure. i.Including, but not limited to, maintenance, troubleshooting, repair, new installations, etc. b.Contractor shall provide own tools and equipment required to complete work. c.Contractor shall include $20,000 allowance for materials in contract. i.Contractor shall include itemized list of items purchased with material allowance with price. ii.Contractor shall always have in stock materials to perform 5 new drops, including cable. 1.The VA will give two weeks' notice for larger installations. d.Contractor shall have previous experience working with Veteran Affairs. e.Contractor shall have previous experience working within hospital setting. f.Contractor shall have knowledge of Ralph H Johnson VAMC infection control and life safety requirements. g.Contractor shall have knowledge of OIT Design guide, NFPA, NEC, Life Safety Code and any other applicable standards required by work. 4.Miscellaneous requirements a.Contractor will provide weekly electronic reports on their progress. b.Contractor will check in to Biomed shop every morning on duty. c.Work will take place 7-4pm at the Ralph H Johnson VAMC, Charleston, SC, 29403, with an hour lunch. d.Contractor is responsible for finding parking, VAMC will not reserve a space. 5.Security requirements a.Contractor shall wear Ralph H Johnson issued badge when on campus. a.Contractor shall sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; b.When working in VAMC telecommunication closets, contractor shall always have VAMC escort. --END OF SOW-- (vii) Service location is the Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - Commercial Items, apply to this solicitation with the following addenda; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 40 single-sided pages and any pages beyond this amount will be removed and not evaluated (not including the Offeror Representations and Certifications pages). To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms the Offeror can provide the network infrastructure maintenance as indicated in the Statement of Work. 2.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located at https:// www.sam.gov 3.Documentation that confirms status as a Service Disabled Veteran Owned Small Business (SDVOSB) and verified by the Department of Veterans Affairs Center for Verification and Evaluation (CVE). 4.Documentation that confirms satisfactory and relevant experience/past-performance performing network infrastructure maintenance at a healthcare facility as specified in this solicitation. 5.Documentation that confirms satisfactory and relevant experience/past-performance performing network infrastructure maintenance at a government facility and are familiar with requirements as specified in this solicitation. (End of Evaluation Criteria) (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. Alternately, the Offeror may submit a statement that their Representations and Certifications are available online at SAM.GOV. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.232-72 Electronic Submission of Payment Requests. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-8, 52.219-28, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 52.222-44, 52.225-1, 52.232-34. Additional Clauses and/or Provisions: 52.217-5 --Evaluation of Options --Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. --The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.217-8 -- Option to Extend Services. --The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract. -- (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. The Department of Labor Wage Determination applicable to this requirement is: WD 05-2473 (Rev 18) dated 07/14/2015. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor's determination of the appropriate classification. (xiii) SPECIAL CONTRACT REQUIREMENTS Taxes: The Department of Veterans Affairs Medical Center is exempt from federal, state, and local taxes. Insurance: Satisfactory insurance coverage is a condition precedent to the award of this contract. In general, the contractor must present satisfactory proof of full compliance with federal, state, and local requirements, whichever is greater. The contractor shall obtain all necessary license and/or permits, equipment and supplies required to perform this service. The contractor shall take all reasonable precautions necessary to protect persons and property from injury, damage, and danger during the performance of this contract. He/She shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage and/or loss of federal, personal, or public property that occurs during the performance of this contract that is caused by his/her employee's fault or negligence, and shall maintain personal liability and property damage and loss insurance having coverage for a limit is required. Contractor Conduct: While performing services at the VA Medical Center, the contractor and his/her employees are subject to the rules of the Medical Center applicable to their conduct. Subcontracting: LIMITATIONS ON SUBCONTRACTING - MONITORING AND COMPLIANCE - This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Authorized Services: Only those services specified in the contract are authorized. Before performing any service not included in the contract, the Contracting Officer shall be advised of the reason for the additional work. The contractor is cautioned that only the Contracting Officer may authorize additional services and reimbursement will not be made unless prior authorization is obtained. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) QUOTES/OFFERS ARE DUE August 26th, 2015 at 2:00PM Eastern Daylight Time (EDT). Only electronic offers will be accepted; submit quotation to - Ronnette Coffman, NCO 7 Contracting Officer by e-mail at Ronnette.Coffman@va.gov. All offers must include the solicitation number. Quotes/offers received after this date and time will not be considered for award. (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than August 17th, 2015 at 2:00 pm EDT to Ronnette Coffman, NCO 7 Contracting Officer by e-mail at Ronnette.Coffman@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) Contact information: Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 109 Bee Street Charleston, SC 29403-5799 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs Nuclear Medicine Department Room B203A or B206 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Ronnette Coffman, Contract Specialist Ronnette.coffman@va.gov Phone: 843-789-6379
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0923/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0923 VA247-15-Q-0923.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2245086&FileName=VA247-15-Q-0923-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2245086&FileName=VA247-15-Q-0923-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03833287-W 20150813/150812000041-b022271589288283909728fdf520a85b (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.