DOCUMENT
70 -- 640-18-3-534-0192 Wireless networks and installation San Jose OPC activation - Attachment
- Notice Date
- 7/27/2018
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- 36C26118Q9381
- Response Due
- 8/3/2018
- Archive Date
- 8/13/2018
- Point of Contact
- BRANDY GASTINELL
- E-Mail Address
-
3-4551<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision making process for services procurement. This is not a solicitation, nor request for quotes or proposals. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 541519- Other Computer Related Services. Any inquiries are to be made in writing by email to the point of contact, Brandy Gastinell, Contract Specialist. Responses to this notice shall be sent by email to brandy.gastinell@va.gov by the due date and time of 08/3/2018 by 4:00 p.m.. (Pacific Time). Please place Attention: Wireless Network Design and Install Svc San Jose CBOC in the subject line of your email. This notice is to assist the VA in determining sources only. Description of requirement and submittal requirements are as follows: Background: VA Palo Alto Health Care System (VAPAHCS) is currently planning to open a new 72,000 square-feet Outpatient Clinic at the VAPAHCS San Jose site. For this facility, VAPAHCS requires design and installation of an engineered wireless network infrastructure that is physically air gapped from the existing VA network. Description: Government seeks contractor to provide a design and installation of an engineered wireless network infrastructure that is physically air gapped from the existing VA network at Veterans Affairs Palo Alto Health Care System. The network is identified as the Patient/Guest Wireless Network. The network design shall include access point locations engineered for optimal radio frequency coverage. The contract scope of work includes the following base and optional proposal items: Option 1: Incoming Circuit and Internet Service The Contractor shall provide an incoming fiber-optic circuit with 12 months of internet service (minimum 1.0 Gigabit/second) with 99.9 percent system up-time. Option 2: Operations and Maintenance The Contractor shall provide 12 months of system operations and maintenance support. Design & Specification Standards The Contractor shall review and comply with VA published design and construction criteria and standard details, and is responsible to ensure compliance by all Contractor staff when reviewing, modifying, and managing building or project drawings. Contractor may obtain design criteria and copies of the complete VA Design Guides, Design Manuals, & other resources from the VA Facilities Management Technical Information Library at web site/page: http://www.cfm.va.gov/TIL/. Codes: Contractor shall be responsible for ensuring that staff follows all current International Building Code (IBC), state, local, federal, and VA codes, standards, and regulations. a) These may include, but are not limited to, architectural, structural, mechanical, electrical, fire, and life safety codes. Contractor shall follow the most stringent and current rules, codes, standards, and regulations; therefore, the contractor shall also review all such applicable codes, industry design guides, standards, regulations and policies. b) Safety Systems: Mechanical, plumbing, structural, electrical, fire and safety systems shall meet current applicable codes and standards, including VA Standards. All new space and utilities will be designed to meet the Interagency Security Committee s and other relevant physical security guidelines VA Physical Security Guidelines for Mission Critical buildings or Life Safety Buildings, as applicable. Current federal mandates must be followed, such as the 30% improvement in energy cost from a baseline as established by ASHRAE 90.1 for new buildings, and a 20% reduction in potable water use per the EPAact-1992. Wireless Network Design The contractor shall design an IEEE compliant 2.4 GHz and 5 GHz wireless network that operates in the same physical space with the existing VA wireless network without conflicts, interference, or signal degradation. The Contractor shall use the Government-Furnished Building Information Model (BIM) in Revit format (.rvt) to model the facility and the performance of the proposed network design. The Contractor shall determine access point placements, equipment installation methods, technical training requirements and unique site requirements. The Contractor shall submit coverage maps and installation diagrams of the proposed network design. The contractor shall proceed with installation only after receiving written authorization from the contracting officer or representative. Authorization to proceed with installation does not constitute approval of the technical design or acceptance that the network will perform as required. The contractor shall validate the network design by demonstrating that the final installation meets all contract requirements. Concurrently with the site survey process, the Contractor shall conduct an on-site, pre-installation site assessment. The Contractor shall account for all unique aspects of the site that may affect the installation process. Items to be assessed include wall construction design, all aspects of the cable installation, elevator shaft configurations, and stairwell installation limitations. Upon completion of the pre-installation assessment, the Contractor shall provide a Site Installation Report that outlines the challenges, risks and issues associated with the site installation. The Contractor shall deliver a separate Installation Task Execution Plan (TEP). The Installation TEP shall include a complete description of every aspect of the site installation process. The TEP shall address how Cisco best practices (or equivalent best practices) will be applied to the installation. The TEP shall include all labor categories, all labor hours and installation material costs. The TEP shall include a detailed description of the installation processes and methodologies, including a detailed description of the cable run approach. In addition, the TEP shall provide a BOM for all cabling and ancillary materials and their associated costs. INSTRUCTIONS: The Government requests capability statements and comments in a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services regarding the requirements described above. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. At a minimum, the following information shall be provided: Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 541519 ($27.5 Million). 5. Provide a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services that are required for the wireless network design and installation. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and other material relevant to establishing core competencies of the firm. 6. DUNS Number. State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. Please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz. 7. Please indicate whether you hold a GSA Federal Supply Schedule Contract and, if so, the contract number 8. Additional information and/or comments. If any portions seem unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response so they can be addressed. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, if this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9381/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9381 36C26118Q9381- Wireless Network Design and Installation.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4512070&FileName=36C26118Q9381-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4512070&FileName=36C26118Q9381-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9381 36C26118Q9381- Wireless Network Design and Installation.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4512070&FileName=36C26118Q9381-000.docx)
- Record
- SN05009910-W 20180729/180727230650-59afde228ac1254498720fc6ed3e7fa4 (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 |