SOURCES SOUGHT
99 -- Internet & TV Service, Dundalk, MD
- Notice Date
- 7/25/2017
- Notice Type
- Sources Sought
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
- ZIP Code
- 20525
- Solicitation Number
- CNSHQ17RFI0005
- Archive Date
- 8/15/2017
- Point of Contact
- Vanessa Taylor, Phone: 2026063610
- E-Mail Address
-
vtaylor@cns.gov
(vtaylor@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- INTERNET & TV SERVICE FOR MEMBERS OF AMERICORPS NCCC Request for Information (RFI) General Invitation and Statement of Purpose The Corporation for National and Community Service (CNCS) is performing market research in support of member safety boots for AmeriCorps National Civilian Community Corps (NCCC). The purpose of this Request for Information (RFI) is to gain a better understanding of the current market for Internet & TV Services and solicit feedback for Internet & TV Service options that can meet the needs of AmeriCorps NCCC. CNCS invites all vendors with expertise and experience in the recruitment field to respond to this RFI for market research purposes. Per FAR 52.215-3, the Government does not intend to award a contract on the basis of this solicitation or otherwise pay for the information solicited. Agency and Program Background AmeriCorps National Civilian Community Corps (NCCC) is a ful l - time, team­ based residential national service program for young men and women ages 1 8 - 24 built on the belief that civic responsibility is an inherent duty of all citizens and that a national service program can effectively work with local communities to address pressing needs. The mission of AmeriCorps NCCC is to strengthen communities and develop leaders through direct team-based national and community service. In partnership with nonprofit organizations, state and local agencies and community and fait h - based groups, members' complete service projects in all 50 states and the U.S. territories. The Atlantic Region Campus is currently located in Dundalk, MD and serves the Northeastern US. Purpose of the RFI The information requested in this RFI will assist the Federal Government in gaining a better understanding of the current market and costs for Internet & TV Services and identify possible sources for delivering the services required. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Federal Government will not pay respondent for any information or administrative costs incurred by responding to this RFI. This RFI does not commit the Federal Government to any supply or service. Although “proposal”: and “offeror” may be used in this RFI, your response will be treated as information only; it shall not be used as a proposal. How to Submit a Vendor Response All vendor responses will be kept confidential. All responses are to be submitted to: Ms. Vanessa Taylor at vtaylor@cns.gov by 5:00pm EST July 31, 2017. Vendor Response Information : The eleven items below are requested to identify your company: 1. Vendor Contact Details: 2. Registered Company Name: 3 Point of Contact Name: 4. Point of Contact Title: 5. Registered Address: 6. Vendor DUNS Number: 7. POC Telephone Number: 8. POC Email: 9. Website: 10. Business Size: 11. Are the services on GSA schedule? What is the schedule number? Specific Requests for Information (RFI) regarding the below Statement of Work (SOW) as written It is requested that your company assist with market research for television or internet services as identified in the below SOW. It is greatly appreciated any assistance that can be provided in response to the below questions a-o, that are based on the below SOW: Is it possible/feasible for the internet connection to provide 150 mbps? Is it possible/feasible for the internet connection to include at least one static IP address? Is it possible/feasible for the internet to be wireless on all four floors of the building? Is it possible/feasible for the internet connection to support a hardwired computer lab? Is it possible/feasible for the television service to provide at least 150 channels? Is it possible/feasible for the television service to provide at least 50 (of the total 150) channels in High Definition (HD)? Is it possible/feasible for the television service to disallow the purchase of movies or premium channels? Is it possible/feasible for the television service to be provided in all required locations throughout the building? Is it possible/feasible for the contractor to provide on-site maintenance, diagnostics, routine technical assistance and emergency technical assistance? Is it possible/feasible for the contractor to have system available to users 99% of the time? Is it possible/feasible for the contractor to have typical repair and replacements completed within 24 hours or less? Are any parts of the Statement of Work unclear, not understandable, or otherwise troublesome? Does any part of the Statement of Work deviate from the industry standard? Does any part of the Statement of Work require clarification? Is there anything else of which the government should be aware when putting together this solicitation? Any additional recommendations or suggestions would be appreciated. STATEMENTOFWORK Member Television and Internet Services AmeriCorps National Civilian Community Corps Atlantic Region Campus, Dundalk, Maryland The AmeriCorps NCCC Atlantic Region Campus is located at 6276 Youngstown Ave, Dundalk MD 21222. The campus requires internet and television service for the NCCC Members. The Contractor shall provide services and supervision for member internet service and television service as well as follow - on maintenance and help-desk service at the AmeriCorps NCCC Campus, 6726 Youngstown Avenue, Baltimore, Maryland 21222. The contractor will perform the following: 1. Provide members' internet and television service. 2. Install the equipment 3. Maintain a help desk for internet and television services. A. SYSTEM REQUIREMENTS. The contractor shall provide internet and television service in various rooms on the four floors of the campus building as listed below. 1. Basement. a. Multi-Purpose Room / HLC (room 18). The multi-purpose room can be subdivided into three section s. Each section shall be wired for television to support an audio/visual projector. Television service will be provided to the multi­ connector box supporting each projector. A television decoding box will be installed to provide television audioand visual to each audio/visual projector. b. Game Room / “The Arc” (room 27). I nternet/ television routers/interfaces will be installed in this room. 2. First Floor (7 rooms, 7 cable boxes). a. Regional Director Office (room 107). Television service will be connected to an existing RG6 in this room. b. Staff Lounge (room 1 1 0). Television service will be connected to an existing RG6 cable in this room. c. Conference Room (room 115). Television will be connected to the RG6 cable in this room. d. Deputy Region Director of Unit Leadership Office (room 119a). Television will be connected to the RG6 cable in this room. e. Unit Department Conference Room (119). Television will be connected to the RG6 cable in this room. f. Deputy Region Director for Programming Office (124a ). Television will be connected to the RG6 cable in this room. g. Programming Department Conference Room (124). Television will be connected to the RG6 cable in this room. 3. Second Floo r (8 rooms, 9 cable boxes, hardwire internet for 18 computers). a. Dorm Room (201). Television service will be connected · to the RG6 cable in this room. b. Dorm Room (203). Television service will be connected · to the RG6 cable in this room. c. Dorm Room (205). Television service will be connected · to the RG6 cable in this room. d. Dorm Room (206). Television service will be connected · to the RG6 cable in this room. e. Dorm Room (208). Television service will be connected · to the RG6 cable in this room. f. Dorm Room (210). Television service will be connected · to the RG6 cable in this room. g. Dorm Room (211). Television service will be connected · to the RG6 cable in this room. h. Member Lounge (212). Television service will be connected · to the RG6 cables in this room. The room will need two cable boxes. This room also includes a hardwired computer lab that will support internet for 18 computers. I nternet/ television routers/interfaces will be installed in this room. 4. Third Floo r (10 rooms, 10 cable boxes). a. Dorm Room (301). Television service will be connected · to the RG6 cable in this room. b. Dorm Room (303). Television service will be connected · to the RG6 cable in this room. c. Dorm Room (305). Television service will be connected · to the RG6 cable in this room. d. Dorm Room (306). Television service will be connected · to the RG6 cable in this room. e. Dorm Room (308). Television service will be connected · to the RG6 cable in this room. f. Dorm Room (309). Television service will be connected · to the RG6 cable in this room. g. Dorm Room (310). Television service will be connected · to the RG6 cable in this room. h. Dorm Room (311). Television service will be connected · to the RG6 cable in this room. i. Dorm Room (312). Television service will be connected · to the RG6 cable in this room. j. Team Leader Lounge. Television service will be connected · to the RG6 cable in this room. D. TECHNICAL REQUIREMENTS FOR INTERNET The Internet Service shall provide the following services: 1. At least 150Mbps 2. Internet must include at least one Static IP address 3. Internet must be wireless throughout the building 4. Internet must be able to support hardwired computer lab E. TECHNICAL REQUIREMENTS FOR TELEVISION The Television service shall provide the following services: 1. At least 150 channels, at least 50 in high definition. 2. No ability to purchase movies or premium channels F. CONTRACTOR SUPPORT The contractor shall provide support on a 24 hour/7 day basis for the term of the contract. The contractor shall take incoming service calls. The contractor shall provide initial Tier 1 support and shal l open trouble tickets on service issues concerning the operation of the television and member internet. The contractor shall provide remote and on-site maintenanc e ; diagnostics, routine technical assistance, and emergency technical assistance services as required. In addition to technical assistance, services shall include testing, diagnostic fault isolation, problem resolution, and system restoration. Remote support shall include telephonic assistanc e, and direct remote access and on-site assistance to the system via PSTN modem connection and/or Ethernet connection, as available. In addition to core system coverage, the support agreement shall allow for repair and replacement of the hardware. Typical turn-around for repair and replacement shall be 24 hours or les s. During emergency situations, necessary replacements shall be shipped within 8 hours. The system shall be available to users 99% of the tim e. G. REGULAR MAINTENANCE The contractor will ensure the proper operation of the equipment. The contractor will provide all supervision, labor, transportation, softwar e, materials & other items, parts, and non-personal services to perform maintenance services including preventive/routine maintenance and repair service for TV and member internet services. The contractor will provide software updates to correct software errors and software upgrades to support major system enhancements. H. GOVERNMENT FURNISHED PROPERTY, MATERIALS AND SERVICES : The government will not provide any equipment to support or maintain the members’ internet and cable television systems. a. The Contractor shall furnish all tools and equipment required for the performance of this contract. b. The Government will furnish electricity. Information concerning the location of existing outlets may be obtained from the Contracting Officer or the COR. The Contractor shall provide and maintain, at his/her expense, the necessary service lines from existing Government outlets to the site of work (installation). I. CONTRACTOR FURNISHED ITEMS Except for the items listed in paragraph H, the Contractor shall provide all the equipment, materials, and services to perform the requirements of this contract. J. MANAGEMENT The Contractor shall manage the total work effort associated with the services required hereinto ensure fully adequate and timely completion of these services. Such management includes, but is not limited to, planning, scheduling, cost accounting, report preparation, establishing and maintaining records and inventories, warranty enforcement, and quality control. The Contractor shall provide an adequate staff of personnel with the necessary management expertise to assure the performance of the required work. 1. The Contractor shall implement all necessary work control procedures to ensure fully adequate and timely completion of work requirements, as well as to permit tracking of work in progress. The Contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements within the specified time limits and in conformance with the quality standards established herein. Verbal scheduling and status reports shall be provided when requested by the Contracting Officer or the COR. The status of any item of work must be provided within four (4) hours of the inquiry during regular working hours, and within eight (8) hours after regular working hours. 2. The Contractor shall schedule and arrange work so as to cause the least interference with the normal occurrence of Government business and mission. In those cases where some interference is unavoidable, the Contractor shall make every effort to minimize the impact of the interference and its effects. 3. Within ten (10) calendar days following award of this contract, the Contracting Officer or the COR will provide the Contractor with the name of the Deputy Region Director for Operations. The Contractor shall notify the Deputy Region Director for Operations of any work to be performed in a building under his/her control that would tend to disrupt the conduct of normal Government business, at least two (2) working days in advance of such work. Notification shall include the type of work to be done and the estimated completion date. The Contractor shall reschedule any work that the Contracting Officer or the COR deems necessary to avoid unacceptable disruptions in the Government's business. K. GENERAL REQUIREMENTS AND PROCEDURES. 1. All work shall meet the standards specified herein and shall be accomplished in conformance with approved and accepted standards of the industry; equipment manufacturers; all applicable local, state, and federal standards; and all applicable building and safety codes. L. EMERGENCY SERVlCE CALLS Emergency service calls shall consist of correcting failures which constitute immediate danger to personnel, threaten to damage property, or threaten to disrupt activity operations or training missions. The Contractor shall respond immediately and must be on the job site and working within four ( 4) hours after receipt of an emergency service call. The Contractor shall work continuously without interruption and shall arrest the emergency condition before departing the job site. The contractor shall have adequate procedures for receiving and responding to service calls 24 hours a da y, seven (7) days a week, including weekends and Federal holidays. The contractor shall provide a single local or toll free telephone number for receipt of all service calls. Material Requirements: Projected material requirements will include a list of materials establishing the size, quality, number of units and unit prices. The actual vendor invoice charges for materials multiplied by the proposed fixed burden rate will be used for contract payment under this contract. Material costs shall include transportation charges when such charges are included on the invoice by the vendor, as well as any discounts allowed for prompt payment. When questions arise concerning the cost of materials, material costs shall be based on the lowest of quotes provided by the Contractor from at least three different commercial vendors for the direct material cost. The Government retains the right to obtain additional quotes in questionable situations. The lowest price will be used. M. GENERAL ADMINISTRATIVE REQUIREMENTS : 1. Access to Buildings: a. It shall be the Contractor's responsibility, through the Contracting Officer or the COR, to obtain access to buildings and facilities and arrange for them to be opened and closed. b. The Contractor shall be responsible for the cost of replacing any keys that are furnished to and lost by his employees. If the Contracting Officer or the COR decides that a lock must be replaced because of the loss of a key by the Contractor's employees, the Contractor shall pay the cost of that replacement. Similarly, the Contractor shall pay the cost of changing a combination if the Contracting Officer or the COR has reasonable cause to believe that the combination has been compromised. 2. Identification of Contractor Employees: a. The Contractor shall provide to the Contracting Officer or the COR the name or names of the responsible supervisory person or persons authorized to act for the Contractor. b. The Contractor shall furnish sufficient personnel to perform all work specified within the contract. c. Contractor employees shall conduct themselves in a proper, efficient, courteous and businesslike manner. d. The Contractor shall remove from the site any individual whose continued employment is deemed by the Contracting Officer or the COR to be contrary to the public interest or inconsistent with the best interests of the Corporation for National and Community Service. e. No employee or representative of the Contractor will be admitted to the site of work unless he/she furnishes satisfactory proof that he is a citizen of the United States, o r, if an alien, his residence within the United States is legal. f. All contractor/subcontractor employees working under this contract shall be identified by a distinctive name plate, emblem, or patch attached in a prominent place on an outer garn1ent. Employee identification shall not be substituted for station required passes or badges. g. All contractor staff that will be on site must have successfully completed a background investigation. 3. Identification of Contractor Vehicles: The company name shall be displayed on each of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate and safety inspection sticker, if applicable, and shall be maintained in good repair. N. P ERIOD OF PERFORMANCE Base plus four option years
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ17RFI0005/listing.html)
- Place of Performance
- Address: Dundalk, Maryland, 21222, United States
- Zip Code: 21222
- Zip Code: 21222
- Record
- SN04596622-W 20170727/170726042726-515318b2242665313c5f4463b4b0b534 (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 |