DOCUMENT
D -- Television Subscription Service - Attachment
- Notice Date
- 5/4/2016
- Notice Type
- Attachment
- NAICS
- 515120
— Television Broadcasting
- Contracting Office
- Department of Veterans Affairs;Purchasing and Contracting NCO 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Solicitation Number
- VA25616R0442
- Response Due
- 5/17/2016
- Archive Date
- 7/16/2016
- Point of Contact
- Darnell Rias
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 1.Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The commercial items procedures of FAR Part 12 will be used. Solicitation# RFP VA256-16-R-0442. This solicitation is issued as request for proposal (RFP). 2.Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83 (effective 04/06/16) 3.This is a Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSB). "Only proposals submitted by SDVOSB concerns will be accepted by the Government. Any proposal submitted by a contractor that is not a SDVOSB concern will not be considered for award". 4.Offer's business size certification and status will be verified in the System Award Management (SAM), Small Business Administration (SBA), and Vendor Information Page (VetBiz) portal with contractor Data Universal Number (DUN). Offer shall ensure the company data is available to be viewed in all systems. Proposals shall be considered non responsive if Contracting Officer is not able to verify data in SAM's, SBA, and VetBiz. Contracting Officer will view publically as well as logged in to the system. 5.NAICS code is 515120, size standard is $38.5 MILLION. 6.Place of Performance: Michael E. DeBakey VA Medical Center 2002 Holcombe BLVD Houston, TX 77030 7.Performance Period: June 1, 2016 to May 31, 2021 (Base Year Plus Four (4) One Year Option Periods exercised at the discretion of the government. 8.All questions pertaining to this solicitation shall be submitted by 10:00a.m. CST May 12, 2016. Send all questions electronically to Darnell.Rias@va.gov. 9. Proposals shall be emailed to Darnell.Rias@va.gov NO LATER THAN May 17, 2016 by 10:00a.m. CST. No Fax Copies will be accepted. No hand delivered copies will be accepted. 10. SCOPE OF WORK SCOPE OF WORK for Television Subscription Service I.GENERAL REQUIREMENT The Michael E DeBakey VA Medical Center in Houston, TX is requesting proposals for broadcast television services at the Medical Center. The Medical Center has 400 televisions currently receiving DirecTV satellite service. It is the intent of this Scope of Work to outline the expectation of the interested contractors who shall be providing the Medical Center with proposals to meet the intent of reliable broadcast television subscription services. Currently, the Houston VA Medical Center has installed 400 cable TV connections broadcasting standard television channels. These connections are located in building 100. There are currently 110 channels broadcasted on our television system. The following channels are mandatory and shall be included: 1.American Movie Classics 2.CNBC World 3.Game Show Network 4.Gospel 5.ION 6.Travel Channel 7.Weather Channel 8.TV Guide Network 9.WE: Women's Entertainment 10.Fox Sports 11.Fox News 12.CNN 13.ESPN 14.ESPN 2 15.ESPN News 16.C-SPAN 17.C-SPAN 2 18.National Geographic 19.Discovery 20.History 21.Animal Planet 22.Free Form (ABC Family) 23.A&E 24.CNBC 25.Comedy Central 26.Daystar 27.Disney Channel 28.E! Entertainment TV 29.Food Network 30.FX 31.Lifetime 32.MSNBC 33.MTV 34.USA Network 35.Nickelodeon 36.Spike TV 37.Syfy 38.TBS 39.TLC 40.Bloomberg Television 41.TNT 42.TV Land Other channels included shall be the contractors' basic cable subscription package, and the local city channels. The contractor shall provide package(s) that are 110 channels or more with the mandatory listed channels included. The current cable TV distribution (wiring, splitters, boosters, etc.) from the television distribution head in unit located in the 6th floor mechanical bay in the hospital is the property of the VA and shall remain intact. The VA shall continue to have full access to this system for all wiring needed to provide new connections when required. The hospital is currently set up for DirecTV Satellite television. The current system uses a DirecTV COM 2000 to broadcast the service to the selected TVs. The contractor shall provide all software programming and technical support for setting up the service. The contractor shall provide all additional parts for the television service if the current hardware in the hospital is not compatible. The contractor shall provide technical phone support Monday through Friday 8a.m. to 4:30p.m. CST and on-site support within 72 hours if any adverse advents occur with the television service. II.ADDITIONAL SERVICES The contractor shall guarantee all equipment covered in this contract shall be in optimum working condition at the contract expiration date provided that the Contractor is notified of any deficiencies at least one (1) day before the contract expiration date. Any changes, updates or retrofits made on any component or system shall be reported to the COR for annotation on station equipment manuals and records. For any service call made during normal working hours, the Contractor's representative shall report their arrival and departure to the COR. Contractor shall include, at no extra charge, any hardware and software update necessary for continued optimum operation of the equipment listed in this contract. III.PERFORMANCE AND RESPONSE TIME Contractor representatives shall be available from 8:00 AM to 5:00 PM Central Time, Monday through Friday for telephone technical support. Onsite services shall be performed during the VA normal business hours, 8:00 a.m. through 5:00 p.m., Monday through Friday, excluding Government holidays (The holidays observed by the Federal Government are: New Year day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas. The Federal Government will also observe any day specifically declared by the President of the United Sates to be a national holiday). The Contractor shall respond to service calls, within one (1) hour for telephonic response, and on-site within seventy two (72) hours. This requirement for response time shall be the same for both services calls during the VA normal business hours and after-hour service calls. The Government will not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. IV.DOCUMENTING The Contractor shall maintain a maintenance record for each service call covered under this contract. All maintenance records shall be readily available anytime upon request for inspection by the Contracting Officer, COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: (1)Date. (2)Nature of work (i.e. PM or modification). (3)Description of work performed (contractor should be brief and concise). (4)Any indication of problems experienced. (5)Initial or signature of representative performing work. V.SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer, or his/her designee, may determine to be reasonably necessary to protect the lives and health of occupants of the building. VI.MODIFICATION OF THE CONTRACT Pursuant to FAR 52.212-4, Changes in the terms and conditions of this contract may be made only by written agreement of the parties. VII.END OF SERVICE PERIOD No service shall be performed under this agreement after the contract expiration date without written authority or direction from the Contracting Officer. VIII.INVOICE AND PAYMENT All invoices shall be submitted in arrears, properly prepared in accordance with FAR 52.212-4, contain sufficient details, and match with the service tickets for the work rendered. a. Monthly Invoices Invoices for fixed monthly fee shall be properly prepared and sent via OB10. Contractor shall register and submit invoices electronically via OB10. The website address for registering: WWW.OB10.COM. Notes: On the right side of the screen, click on the (orange button that reads, REGISTER NOW) THE PROMO CODE SO VENDOR DOESN'T GET CHARGED FOR INVOICES:VAPC7Y18 THE VA's BUYER ID NUMBER: AAA544240062. Help Desk Number: 1-800-353-9791 or email: vafsccshd@va.gov More information on OB10 invoicing is located http://www.ob10.com/us/en/veterans-affairs/. These invoices shall be sent in arrears at the beginning of each month following the month in which the services were rendered and billed for. At a minimum, all invoices shall include the following details: oDescription of the services rendered oBilling period in which the services were rendered oCorrect purchase order number which shall be issued by the Contracting Officer after the contract is awarded. Invoices without correct purchase order number shall be rejected and returned to the Contractor. oInvoice number and date oItem(s) covered (to include serial #s) by the PMI and covered period of service. Payments will be made in accordance with the Prompt Payment Act out of the Government's annual appropriated funds obligated in a purchase order which shall be issued after the contract is awarded.? End of Scope of Work 11. Price/Cost Schedule: Price shall be provided in accordance with the following format below: Price/Cost Schedule Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Contractor shall provide 110 television channels including American Movie Classics, CNBC World, Game Show Network, Gospel, ION, Travel Channel, Weather Channel, TV Guide Network, WE: Women's Entertainment, Fox Sports, Fox News, CNN, ESPN, ESPN 2, ESPN News, C-SPAN, C-SPAN 2, National Geographic, Discovery, History, Animal Planet, ABC Family, A&E, CNBC, Comedy Central, Daystar, Disney Channel, E! Entertainment TV, Food Network, FX, Lifetime, MSNBC, MTV, USA Network, Nickelodeon, Spike TV, Syfy, TBS, TLC, Bloomberg Television, TNT, and TV Land. Contract Period: Base POP Begin: 06-01-2016 POP End: 05-31-2017 12.00MO____________________________________ 1001Contractor shall provide 110 television channels including American Movie Classics, CNBC World, Game Show Network, Gospel, ION, Travel Channel, Weather Channel, TV Guide Network, WE: Women's Entertainment, Fox Sports, Fox News, CNN, ESPN, ESPN 2, ESPN News, C-SPAN, C-SPAN 2, National Geographic, Discovery, History, Animal Planet, ABC Family, A&E, CNBC, Comedy Central, Daystar, Disney Channel, E! Entertainment TV, Food Network, FX, Lifetime, MSNBC, MTV, USA Network, Nickelodeon, Spike TV, Syfy, TBS, TLC, Bloomberg Television, TNT, and TV Land. Contract Period: Option 1 POP Begin: 06-01-2017 POP End: 05-31-2018 12.00MO____________________________________ 2001Contractor shall provide 110 television channels including American Movie Classics, CNBC World, Game Show Network, Gospel, ION, Travel Channel, Weather Channel, TV Guide Network, WE: Women's Entertainment, Fox Sports, Fox News, CNN, ESPN, ESPN 2, ESPN News, C-SPAN, C-SPAN 2, National Geographic, Discovery, History, Animal Planet, ABC Family, A&E, CNBC, Comedy Central, Daystar, Disney Channel, E! Entertainment TV, Food Network, FX, Lifetime, MSNBC, MTV, USA Network, Nickelodeon, Spike TV, Syfy, TBS, TLC, Bloomberg Television, TNT, and TV Land. Contract Period: Option 2 POP Begin: 06-01-2018 POP End: 05-31-2019 12.00MO____________________________________ 3001Contractor shall provide 110 television channels including American Movie Classics, CNBC World, Game Show Network, Gospel, ION, Travel Channel, Weather Channel, TV Guide Network, WE: Women's Entertainment, Fox Sports, Fox News, CNN, ESPN, ESPN 2, ESPN News, C-SPAN, C-SPAN 2, National Geographic, Discovery, History, Animal Planet, ABC Family, A&E, CNBC, Comedy Central, Daystar, Disney Channel, E! Entertainment TV, Food Network, FX, Lifetime, MSNBC, MTV, USA Network, Nickelodeon, Spike TV, Syfy, TBS, TLC, Bloomberg Television, TNT, and TV Land. Contract Period: Option 3 POP Begin: 06-01-2019 POP End: 05-31-2020 12.00MO____________________________________ 4001Contractor shall provide 110 television channels including American Movie Classics, CNBC World, Game Show Network, Gospel, ION, Travel Channel, Weather Channel, TV Guide Network, WE: Women's Entertainment, Fox Sports, Fox News, CNN, ESPN, ESPN 2, ESPN News, C-SPAN, C-SPAN 2, National Geographic, Discovery, History, Animal Planet, ABC Family, A&E, CNBC, Comedy Central, Daystar, Disney Channel, E! Entertainment TV, Food Network, FX, Lifetime, MSNBC, MTV, USA Network, Nickelodeon, Spike TV, Syfy, TBS, TLC, Bloomberg Television, TNT, and TV Land. Contract Period: Option 4 POP Begin: 06-01-2020 POP End: 05-31-2021 12.00MO____________________________________ GRAND TOTAL__________________ The Government will average all submitted prices from each performance period and add that to the overall submitted price for total evaluation purposes. Contracting Officer prior to exercising option year, will ensure that it is still in the Government's best interest, with price and other factor considered, and FAR Clause 52.217-8 will utilize in exercising all options. Evaluation of options years shall not obligate the Government to exercise any of the option(s). SITE VISIT Location: Michael E. DeBakey VA Medical Center 2002 Holcombe Blvd. Houston, TX 77030 Building 100 Room 4B-300 Date: May 10, 2016 Time: 10a.m. CST Questions or concerns contact: Darnell Rias, Contract Specialist Darnell.Rias@va.gov 12. CONTRACT CLAUSES/SOLICITATION PROVISIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) applies to this acquisition. All offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement. The addendum to FAR 52.212-4 also applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and all additional FAR clauses cited in the clause are applicable to the acquisition. Addendum to FAR 52.212-4 - Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 13. FAR CLAUSES 1.52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 2.52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 3.52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) 4.52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER MAY 2011 5.52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 6.52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 7.52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 8.852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) 9.52.222-41, Service Contract Labor Standards (MAY 2014) 10.52.222-99 Establishing A Minimum Wage For Contractors (Deviation 2014-O0017) (June 2014) This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated February 12, 2014, and OMB Policy Memorandum M-14-09, dated June 12, 2014. (a)Each service employee, laborer, or mechanic employed in the United States (the 50 States and the District of Columbia) in the performance of this contract by the prime Contractor or any subcontractor, regardless of any contractual relationship which may be alleged to exist between the Contractor and service employee, laborer, or mechanic, shall be paid not less than the applicable minimum wage under Executive Order 13658. The minimum wage required to be paid to each service employee, laborer, or mechanic performing work on this contract between January 1, 2015, and December 31, 2015, shall be $10.10 per hour. (b)The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor's annual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in a higher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of Executive Order 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Order beginning January 1 of the following year. The Secretary of Labor will publish annual determinations in the Federal Register no later than 90 days before such new wage is to take effect. The Secretary will also publish the applicable minimum wage on www.wdol.gov (or any successor website). The applicable published minimum wage is incorporated by reference into this contract. (c)The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increase in labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wage beginning on January 1, 2016. The Contracting Officer shall consider documentation as to the specific costs and workers impacted in determining the amount of the adjustment. (d)The Contracting Officer will not adjust the contract price under this clause for any costs other than those identified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result in duplicate price adjustments with the respective clause of this contract implementing the Service Contract Labor Standards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction) statute (formerly known as the Davis Bacon Act). (e)The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts. 11.52.228-5 Insurance-Work on a Government Installation (JAN 1997) 12.52.232-18 AVAILABILITY OF FUNDS APR (1984) 13.52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 14.52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 15.52.237-3 CONTINUITY OF SERVICES (JAN 1991) 16.VAAR CLAUSES 1.852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. 2.852.232-72 Electronic Submission Of Payment Requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. 3.852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage 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 to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Texas. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. 17.LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business (SDVOSB) set aside. SDVOSB registration will be verified in System Award Management (SAM), Small Business Administration (SBA) and Vendor Information Pages (VIP). Proposals will be considered nonresponsive and rejected if the Contracting Officer is not able to verify and view contractor registrations. 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. 18.REGISTRATION WITH CONTRACTOR PERFORMANCE ASSESSMENT SYSTEM (CPARS) a. As prescribed in Federal Acquisition Regulation (FAR) Part 42.1502 and 42.1503, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000. The FAR requires that the Contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement VA uses an online database, Contractor Performance Assessment System (CPARS), which is maintained by the Naval Sea Logistics Center in Portsmouth, Virginia. CPARS has connectivity with the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. PPIRS is the system used to collect and retrieve performance assessment reports used in source selection determinations and completed CPARS report cards transferred to PPIRS. CPARS also includes access to the Federal Awardee Performance and Integrity Information System (FAPIIS). FAPIIS is a web-enabled application accessed via CPARS for contractor responsibility determination information. b. The Contractor will have an opportunity to review their ratings/comments, under the step "Contractor Comments" in CPARS. You will be notified via email by the CPARS system to review the report and provide comments. Each contractor whose contract award is estimated to exceed $100,000 may register with CPARS database at the following web address: www.cpars.gov in order to review the past performance evaluations. Help in registering can be obtained by contacting Customer Support Desk @ DSN: 684-1690 or COMM: 207- 438-1690. Registration should occur no later than thirty days after contract award, and must be kept current should there be any change to the Contractor's registered representative. 19.ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation. (a) General Instructions: 1.The Government plans to make an award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if it is determined to be necessary. 2.Price proposals and technical proposals of each offeror will be evaluated independently. Offerors shall submit each separately. All copies shall therefore be labeled with the offerors name, business address, and VA Solicitation Number. 3.The response shall consist of two (2) separate parts; Part I - Price Proposal, Part II - Technical Proposal. (b) Specific Instructions: 1. PART I - Price Proposal - Submit one (01) original a. Price/ Cost Schedule completed by the signatory authority and any Amendments. 2. PART II - Technical Proposal - Submit one (01) original. a. The Offeror, shall submit one (01) original detailed technical proposal in a format that clearly addresses the technical evaluation factors below. b. Each response shall address each factor in the sequence listed and clearly identify which factor is being addressed. c. There shall be no mention of costs in the Technical Proposal. 3. Proposals shall be emailed to Darnell.Rias@va.gov NO LATER THAN May 17, 2016 by 10:00a.m. CST. No Fax Copies will be accepted. No hand delivered copies will be accepted. 4.Offeror's business size certification and status will be verified in the System Award Management (SAM), Small Business Administration (SBA), and Vendor Information Page (VetBiz) portal with Data Universal Number (DUN). Offer shall ensure the company data is able to be viewed publically in all systems. Proposals shall be considered non responsive if Contracting Officer is not able to verify data in SAM's, SBA, and VetBiz. 5. Site Visit: May 10, 2016 promptly at 10:00a.m. CST including a walk through. Michael E. Debakey VA Medical Center 2002 Holcombe BLVD. BLDG 100 Room 4B-300 Houston, TX. 77030 6. All Questions shall be submitted no later than March 12, 2016 by 10:00a.m. CST to Darnell.Rias@va.gov. 7. EVALUATION FACTORS FOR AWARD The Government will award a contract on the basis of the lowest priced technically acceptable Proposal meeting or exceeding the acceptable standards for non-cost factors. The following factors shall be used to evaluate offers: Factor 1 Technical Factor 2 Past Performance Factor 3 Price TECHNICAL EVALUATION APPROACH Acceptable Offeror submitted a detailed technical and management plan describing their proposed capability and methods to manage the performance of all work and requirements in Scope of Work (SOW). Offeror has identify and submitted documents to illustrate authorized dealer/seller that shall be utilized under the awarded contract for parts and software, processes, methods, plans, personnel, licenses, permits and other resources as necessary that together demonstrate an adequate technical approach that will satisfy the requirements. There are no significant weaknesses. Unacceptable Offeror failed to submit a detailed technical and management plan describing their proposed capability and methods to manage the performance of all work and requirements in Scope of Work (SOW).Offeror has failed to identify, or submitted documents to illustrate authorized dealer/seller that shall be utilized under the awarded contract for parts and software, processes, methods, plans, personnel, licenses, permits and other resources as necessary that together demonstrate an adequate technical approach that will satisfy the requirements. There are no strengths and many weaknesses, or some significant weaknesses. 1. Addendum to FAR 52.212-1 - Show full text FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR PROVISIONS http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 1. 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) 2. 52.204-17 Ownership or Control of Offeror (NOV 2014) 3. 52.203-98 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) 4. 52.209-5 Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. 2. 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price service contract resulting from this solicitation. 3. 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Timothy Pighee, Contract Specialist, 2200 Fort Roots Dr. BLDG 41, Room 217, North Little Rock, AR, 72114-1709. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 4.52.237-1 SITE VISIT (APR 1984) Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 5.VAAR PROVISIONS 1. 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation 2. 852.252-70 Solicitation Provisions Or Clauses Incoporated By Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] 3. 852.270-1 Representatives Of Contracting Officers (Jan 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. (End of Provision) 6.52.212-2 Evaluation-Commercial Items (Jan 1999) a) The Government will award a contract on the basis of the lowest priced technically acceptable quote meeting or exceeding the acceptable standards for non-cost factors. The following factors shall be used to evaluate offers: Factor 1: Technical Factor 2: Past Performance Factor 3: Price TECHNICAL EVALUATION APPROACH Acceptable Offeror submitted a detailed technical and management plan describing their proposed capability and methods to manage the performance of all work and requirements in Scope of Work (SOW). Offeror has identify and submitted documents to illustrate authorized dealer/seller that shall be utilized under the awarded contract for parts and software, processes, methods, plans, personnel, licenses, permits and other resources as necessary that together demonstrate an adequate technical approach that will satisfy the requirements. There are no significant weaknesses. Technical Sub factors: 1.Contractor submitted with Technical proposal a Technical and management approach addressing all the requirements outlined in the Statement of Work (SOW), to include a narrative addressing the operation plan for sufficient personnel, procedures, and any certifications. Contractor proposal shall include a certification statement that any technician or field service engineer sent to the VA Medical Center has received DirecTV's recommended training. If subcontracting, letter authorizing service from DirecTV will suffice. 2.Contractor submitted with Technical proposal a specific plan for implementation of subscription service with minimal downtime from existing subscription and corrective maintenance plan. 3.Contractor submitted with Technical proposal a copy of his or her quality control plan concurrently with the proposal in adherence with Scope of Work requirements. Contractor shall provide a synopsis of offeror's overall approach to quality control/quality improvement and provide information on proposed quality improvement plan. Quality control measures shall include, but not be limited to: o Performing all required inspections, maintenance, and tests per Scope of Work o Listing all subcontractors and services they shall perform o Compliance with applicable Federal, state and local codes and regulations o Correction to system failure or down time 4.Contractor submitted with Technical proposal a package that is 110 channels or more with the mandatory listed channels included per SOW. 5.Contractor submitted with Technical proposal a list of authorized dealer/seller that shall be utilized under the awarded contract for parts and software for government 6.Contractor submitted with Technical proposal the capability to provide all software programming and technical support for setting up the service 7.Contractor submitted with Technical proposal the capability for technical phone support 8-5 M-F CST and on-site support within 72 hours if any adverse advents occur with the television service. Unacceptable Offeror failed to submit a detailed technical and management plan describing their proposed capability and methods to manage the performance of all work and requirements in Scope of Work (SOW).Offeror has failed to identify, or submitted documents to illustrate authorized dealer/seller that shall be utilized under the awarded contract for parts and software, processes, methods, plans, personnel, licenses, permits and other resources as necessary that together demonstrate an adequate technical approach that will satisfy the requirements. There are no strengths and many weaknesses, or some significant weaknesses. FACTOR 2: Past Performance (A). In this factor, Past Performance will be evaluated for responsibility purposes only. Contractors demonstrating past performance of work on DIRECT TV COM2000 units and related subscription services, frequency, and quality of performance and relevance to this procurement within the past four years. Contractor shall utilize the attached Past Performance Questionnaire. (B). Past Performance: The Contractor shall send out the attached past performance questionnaire to each of their references. The Government will evaluate the quality and extent of Contractor's performance deemed relevant to the requirements of this solicitation. The references shall return the past performance questionnaire directly to the Government Contract Specialist listed on the past performance questionnaire via email. The government will use information submitted by the evaluator and other sources such as other Federal government offices and commercial sources to assess performance. (C). Contractor should follow-up and encourage references to return the questionnaires to the Contracting Specialist in a timely manner. The government will review available past performance data in PPIRS. However, the government reserves the right to obtain past performance information from any available sources and may contact customer other than those identified by the offer when evaluating past performance. Note: Contractor's with no relevant past performance history will not be evaluated favorably or disfavorably on past performance. FACTOR 3: PRICE (A). In this factor, price will be evaluated for reasonableness and fairness by comparing proposals against each contractor submitted proposal, and the government independent cost estimate. (B) Options. The Government will average all submitted prices from each performance period and add that to the overall submitted price for total evaluation purposes. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (C) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. DELIVERABLES: 1. Technical Proposal 2. Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616R0442/listing.html)
- Document(s)
- Attachment
- File Name: VA256-16-R-0442 VA256-16-R-0442.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711685&FileName=VA256-16-R-0442-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711685&FileName=VA256-16-R-0442-000.docx
- File Name: VA256-16-R-0442 Wage Determination.txt (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711686&FileName=VA256-16-R-0442-001.txt)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711686&FileName=VA256-16-R-0442-001.txt
- File Name: VA256-16-R-0442 FAQ.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711687&FileName=VA256-16-R-0442-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711687&FileName=VA256-16-R-0442-002.docx
- File Name: VA256-16-R-0442 Past Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711688&FileName=VA256-16-R-0442-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711688&FileName=VA256-16-R-0442-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-16-R-0442 VA256-16-R-0442.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711685&FileName=VA256-16-R-0442-000.docx)
- Place of Performance
- Address: Michael E. DeBakey VA Medical Center;2002 Holcombe Blvd;Houston, TX
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN04106305-W 20160506/160504235117-456e7e66caa8aec7e948b78c8487cf12 (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 |