DOCUMENT
D -- 589 Commercial Paging Contract (VA-18-00069164) 116-18-2-4165-0103 - Attachment
- Notice Date
- 4/30/2018
- Notice Type
- Attachment
- NAICS
- 517312
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25518Q0437
- Archive Date
- 5/30/2018
- Point of Contact
- Thomas, Daniel
- Small Business Set-Aside
- N/A
- Description
- This Request For Information is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Request For Information will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Request For Information or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this Request For Information announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking Commercial Paging Services in support of Department of Veteran Affairs located in various areas of the Kansas City, MO metro area. (DRAFT) STATEMENT OF WORK 1) DESCRIPTION OF SERVICES The contractor shall provide numeric and alpha-numeric pagers and pager services for the Kansas City VAMC, Kansas City, MO. The contractor shall furnish all equipment necessary to perform long range paging services for the facility. This would include onsite inventory for replacement of lost, stolen, or malfunctioning units. The contractor must perform all items listed in the standards identified in the statement of work. 2) GENERAL a. Upon award of the contract, Office of Information and Technology (OI&T) at the Kansas City VAMC will require thirty (30) days for phase in/phase out of pagers. Pagers will be distributed to employees at the VA Medical Center, Kansas City, Missouri. b. Color identifiers for pagers for control purposes shall be available on an as-needed basis. c. A software interface shall be available for use by the Kansas City VA Medical Center Computer system to have the capabilities to access pagers via CRTs or Personal Computers. A personal computer shall be defined as IBM PC Compatible or Macintosh. Online portal is to be available for the administration of users as well as pager usage reports. 3) SPECIFICATIONS a. The contractor must provide pagers on an as needed basis to meet the changing needs of the facility for any given period of time. The charges must be prorated based on the amount of time the equipment is active and in use. b. The pagers must have a long-life battery, low battery indicator, out-of-range indicator, clock display, message display, the capability to store messages, hold messages when turned off, and have vibrating and beep notification capabilities or equivalent. Pagers should have the capability to store not less than 16 pages at any given time. Pagers must be new equipment. c. On site inventory of 3 inactive pagers must be maintained by the contractor at the Kansas City VAMC facility to replace pagers that have been lost or stolen. d. Repair/replacement of defective pagers shall be within eight (8) hours of submission of a trouble report, Monday through Friday. Pickup and/or replacement will be on site of pager location. e. Ninety-five percent (95%) of the time, routine pages must be received within sixty (60) seconds. Priority pages must be received within 30 seconds. f. The contractor must provide a 24 hour helpdesk/hotline to give, dedicated site managers, maintenance services as required. g. All pagers must be reliable in all areas of the Kansas City VAMC facility and have an effective range of sixty (60) to seventy (70) miles from the Kansas City VAMC. The contractor will be required upon award of the contract to ensure proper levels of penetration within the VAMC. h. Repair or replacement of defective, lost, or stolen pagers shall be within 24 hours. Lost or stolen pagers have a deductible of $25.00 for numeric pagers and $50.00 for alpha-numeric pagers. i. The number of pages used per month must be unlimited for each pager. 500 pages per pager are allowed per month. Additional pagers are $0.25 each. j. The contractor will maintain accurate records of activated pagers to include: i. Pager Type ii. Pager Number iii. Cap Code iv. Activation date v. Name data of person receiving pager k. The contractor will provide the facility with immediate notification of service outages with expected time frame for return of services. The contractor will give periodic status reports to the facility telecommunications specialist until services are returned to normal operating condition. 4) INSTALLED SOFTWARE The contractor will support any installed or existing software. This would include Original Equipment Manufacturer (OEM)-sponsored modification or revisions thereof, at no additional cost, unless otherwise specified. The support provided will consist of correction of errors, provision of OEM-sponsored modifications, improvements, and revisions. 5) MODIFICATIONS AND REVISIONS The contractor shall provide to the VA Telecommunications person a written notice of OEM software patch/upgrade/new release within sixty (60) days of receiving OEM notification. The notice shall identify the software patch number or release and any equipment changes necessary to install this update. These patches must be installed within ninety (90) days of the OEM notification. 6) SOFTWARE PERFORMANCE The contractor will ensure that the OEM software will meet all guidelines set or required by VA policy. This will include, but is not limited to, security policies, virus protection, and system updates. 7) SYSTEM IMPROVEMENTS The contractor is encouraged to identify and recommend technological advances, changes, or other improvements to increase overall system functionality and productivity. Improvements in services should be communicated immediately to the site telecommunications person. Contractor should review and recommend service improvements to increase cost effectiveness to the facility. 8) GENERAL CONTRACT REQUIREMENTS a. Qualifications of Offerors: A proposal will be considered only from offerors who are regularly established in the business called for, who are financially responsible and have the necessary equipment and personnel to furnish services in the volume required for all items under this solicitation. The successful offeror shall meet all Federal, State and Local codes and requirements for the operation of this service. b. A separate report will be submitted to the Contracting Officer Representative (COR) at the VA Medical Center, Kansas City, Missouri. This report shall be forwarded by the fifth (5th)workday of every month. This report shall include the following: · Period of Service · Using Services · Type of Pager · Pager Number · Number of Pages Received c. Liability and Insurance Coverage: (1) Satisfactory insurance coverage is a condition precedent to award of a contract. In general, a successful offeror must present satisfactory evidence of full compliance with State and Local requirements, or those below stipulated, whichever are greater. More specifically, workman s compensation and employer s liability coverage will confirm to applicable State law requirements for the service contemplated, whereas general liability and automobile liability of comprehensive type, shall in the absence of higher statutory minimums, be required in the amounts per vehicle used of not less than $200,000 per person and $500,000 per occurrence for property damage. State approved sources of insurance coverage ordinarily will be deemed acceptable to the Department of Veterans Affairs installation, subject to timely certifications by such sources of the types and limits of the coverage afforded by the sources. (2) Before commencing work under the contract, the contractor shall furnish to the Contracting Officer (CO) a certificate of insurance indicating the coverage outlined above containing an endorsement to the effect that cancellation of or any material change in the policies which adversely affect the interests of the VA in such insurance shall not be effective unless a 30-day advance written notice of cancellation or change is furnished the Contracting Officer. d. The contractor shall only respond to requests placed from COR or designee. The COR for this contract is
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q0437/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518Q0437 36C25518Q0437.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4268188&FileName=36C25518Q0437-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4268188&FileName=36C25518Q0437-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518Q0437 36C25518Q0437.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4268188&FileName=36C25518Q0437-000.docx)
- Record
- SN04904526-W 20180502/180430230605-b853b3f6b7d1144644643110841e437c (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 |