DOCUMENT
D -- SATELLITE TV AND RADIO FOR TVHS NASHVILLE AND MURFREESBORO VAMC - Attachment
- Notice Date
- 9/7/2017
- Notice Type
- Attachment
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24917Q1090
- Response Due
- 9/18/2017
- Archive Date
- 11/17/2017
- Point of Contact
- Phon Phasavath
- E-Mail Address
-
esboro
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 8 of 8 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6-streamlined procedures for commercial items, in conjunction with FAR subpart 13 and as supplemented with additional information included in this notice. This is a Firm Fixed Priced Contract. Only qualified offerors may submit offers. Solicitation VA249-17-Q-1090 is issued as a Request for Quotes (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. This procurement will be set aside to service disabled veteran owned small businesses (SDVOSB) with cascading tiered evaluation of offers (see Cascading language below). This procurement is being solicited under NAICS Code is 517410 and size standard is $32.5 million. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov and be capable of providing all parts, service, manuals, tools or software required to successfully complete installation of microscope wall mount equipment listed in the attached statement of work. This service is required for the Nashville and Murfreesboro VA Medical Centers within VISN 9, in accordance with the terms, conditions, special provisions and schedules herein. Period of Performance: October 1, 2017 through September 30, 2018 FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda: 52.204-7 System for Award Management. 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) 52.204-20 Predecessor of Offeror (APR 2016) 52.225-25 Prohibition on Contracting Within Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) SATELLITE TV AND RADIO PRICE SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 MONTHLY SATELLITE TV AND RADIO FOR VAMCs NASHVILLE AND MURFREESBORO. 12.00 MO _______________ _______________ FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price as the only factor considered. Cascading Language The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limited competition to small business concerns or sub-categories of small business concerns. The contracting officer Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: service-disabled veteran owned small business (SDVOSB); veteran-owned small business (VOSB); all other small business concerns; other than small business If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. Submission of Offers: Offers are due no later than September 20, 2017 by 10:00 AM CST. Offers shall be submitted electronically to phon.phasavath1@va.gov. The email subject line must contain the following: Quote in Response to VA249-17-Q-1090, TVHS Satellite Television and Radio. Offers shall be based on the requirements of the solicitation, and must contain the following: A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN), and any GSA/SEWP contract number if applicable to this solicitation. Completed project pricing Acknowledgement of any amendments (if applicable). Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is September 13, 2017 by 10:00 AM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (DEC 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC2009) 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 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. 852.232-72 Electronic Submission of Payment Requests (Nov 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Inspection (JAN 2008) (End of Addendum to 52.212-4) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clause applicable: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (3) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Paragraph b clauses applicable: (4) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (8) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (22) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) (25) 52.222-3 Convict Labor (June 2003) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (SEP 2016) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33)(i) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) Offers are due no later than September 20, 2017 by 10:00 AM CST. Offers shall be submitted electronically to phon.phasavath1@va.gov. The email subject line must contain the following: Quote in Response to VA249-17-Q-1090, TVHS Satellite Television and Radio. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. STATEMENT OF WORK Part 1 General Introduction This requirement is for the continuation of the Direct TV subscription with the existing equipment for bulk television and radio signaling to provide news, information and entertainment for patients at both campuses of the Tennessee Valley Healthcare System, Alvin C. York Campus, 3400 Lebanon Road, Murfreesboro TN 37129 and the Nashville Campus, 1310 24th Avenue, South, Nashville TN 37212. Background York Campus The York campus is licensed for 347 beds and currently operates approximately 290 televisions spread out over a campus with 18 buildings receiving TV signal. The televisions are all digital TV s, commercial/hospital grade with Pro: Idiom capabilities, MPEG2 and MPEG4. The existing digital headend system consists of approximately 20 analog satellite receivers (converted to digital output), a digital antenna receiving all local channels, digital mixers, modulators and combiners. The Facility creates at least 3 channels locally, the VA Knowledge Network, The Healing Channel and the Chapel Channel. Prior to converting to the digital output the facility also had a dedicated television channel for a looped patient educational channel. The main signal distribution is over a hard-line coax cable plant with 3 main line amplifiers located in Bldg. s 2, 5 and 7 then distributed to each building s signal closets, amplified then split/tapped to televisions from the closets. Bldg. 11 receives the digital signaling from the headend equipment over single mode fiber. Single mode fiber pathway exists from the television equipment room to the data center where the majority of the facilities single mode fiber infrastructure terminates. Nashville Campus The Nashville campus is licensed for 238 beds and has a mix of CRT type analog televisions as well as digital televisions. The headend system is purely analog at this time. Due to the analog satellite falling out of its orbit, the analog receivers at both campuses and a large portion of the televisions in Nashville will be obsolete in calendar year 2018 leaving the facilities with little to no television reception. Both facilities will require updating the televisions, television signaling and distribution systems to digital HD, either coax, fiber optic distribution or IPTV. Scope of Work The contractor will provide a 1 year, October 1 2017 through September 30 2018, bulk subscription service compatible with the existing Direct TV satellite receivers and channel line-ups for both facilities. The subscription service will be required to be in effect October 1 2017 to ensure continuity of television program reception. The channel lineup will include; Satellite TV and satellite radio for patients at Murfreesboro Campus. 1. ABC WKRN, 2.SPIKE TV, 3. NBC WSMV, 4. CBS WTVF, 5. FOX WZTV, 6. VA LOCAL CHANNEL, 7. PBS WCTE, 8. THE CHURCH CHANNEL, 9. ESPN, 10. FOX SPORTS NETWORK SOUTH, 11. TBS, 12. ESPN2, 13. CNN, 14. USA NETWORK, 15. AMERICAN MOVIE CLASSICS, 16. DISCOVERY CHANNEL, 17. HISTORY CHANNEL, 18. TURNER CLASSIC MOVIES, 19. GREAT AMERICAN COUNTRY, 20. FOX NEWS, 21. TNT 22. THE WEATHER CHANNEL, 23. CW WNAB, 24. ABC FAMILY, 25. TV LAND, 26. ENCORE WESTERNS Satellite Radio Stations: 1. Oldies 2. Show-tunes 3. Country 4. Classical 5. Jazz/Swing 6. Pop/Adult Alvin C. York VA Community Channel Satellite TV and satellite radio for patients at Nashville Campus. 1. ABC WKRN, 2. SPIKE TV, 3. NBC WSMV, 4. CBS WTVF, 5. FOX WZTV, 6. VA LOCAL CHANNEL, 7. PBS WCTE, 8. THE CHURCH CHANNEL, 9. ESPN, 10. FOX SPORTS NETWORK SOUTH, 11. TBS, 12. ESPN2, 13. CNN, 14. USA NETWORK, 15. AMERICAN MOVIE CLASSICS, 16. DISCOVERY CHANNEL, 17. HISTORY CHANNEL, 18. TURNER CLASSIC MOVIES, 19. GREAT AMERICAN COUNTRY, 20. FOX NEWS, 21. TNT, 22. THE WEATHER CHANNEL, 23. CW - WNAB 24. ABC FAMILY, 25. TV LAND, 26. ENCORE WESTERNS Satellite Radio Stations: 1. Oldies, 2. Show tunes, 3. Country, 4. Classical, 5. Jazz/Swing, 6. pop/Adult, Nashville VAMC Community Channel The contractor will perform a complete and thorough HD readiness assessment of the Murfreesboro campus and the Nashville campus to include: Balance the existing headend equipment to ensure all signal levels are equal leaving the headend Gather information on the devices that comprise the existing distribution equipment and televisions to determine the equipment s capability of distributing HDTV programming Evaluation of television signal sources Conduct signal level testing at strategic test points throughout the facilities distribution system including at TV s in patient rooms Inventory all distribution amplifiers and conduct signal testing at all known amplifier locations Create an outline of the existing cable plant and amplifiers, create and provide a draft diagram of the distribution system (CAD file and PDF) Inventory any third-party local origination programming such as educational channels, chapel channels etc. Conduct visual testing of the existing television displays and verify the compatibility with the current format of Pro Idiom encryption Determine the feasibility of receiving local HDTV channels off air Analyze all information gathered during the site surveys; provide separate documentation report for each campus with recommendations and requirements to improve picture quality and capability for HDTV programming. Analysis will include cost estimates for the recommendations to each campuses television distribution system. The site survey for both facilities is to be conducted within 90 calendar days of upon the contract start date. Reports, diagrams and cost estimates for improvements will be due by 120 calendar days of the contract start date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q1090/listing.html)
- Document(s)
- Attachment
- File Name: VA249-17-Q-1090 VA249-17-Q-1090.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781906&FileName=VA249-17-Q-1090-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781906&FileName=VA249-17-Q-1090-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-17-Q-1090 VA249-17-Q-1090.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781906&FileName=VA249-17-Q-1090-000.docx)
- Place of Performance
- Address: 1310 24th Avenue South;Nashville, TN 37212;3400 Lebanon Pike;Murfreesboro, TN 37129
- Zip Code: 37129
- Zip Code: 37129
- Record
- SN04666257-W 20170909/170907232408-b4136539365f53ce923df7c0cf630c8d (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 |