Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

D -- Wifi Installation and Service

Notice Date
12/3/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
517312 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;NCO1;421 North Main Street;Leeds MA 01053-9764
 
ZIP Code
01053-9764
 
Solicitation Number
36C24119Q0008
 
Response Due
12/28/2018
 
Archive Date
1/27/2019
 
Point of Contact
stefanie.carter3@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24119Q0008 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This requirement is being issued as a total Service Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 517312 Wireless Telecommunications Carriers (except Satellite) and small business size standard is 1500 Employees. (v) The Government intends to award a firm-fixed priced award for a 3 month installation (01/14/2019-03/31/2019) with 4 One Year Options. The Contractor shall provide all resources and services necessary to design, install and maintain services of a Wifi Network. Please see the attached Performance Work Statement, Price Schedule and Evaluation below for full requirement details and pricing submission. Line Item Information Item Number Description Quantity Unit Unit Price Total 0001 Installation of WIFI Internet Service in accordance with the Performance Work Statement for Group 1 Base Period Not to exceed 3 months 1.0 JB $__________ $___________ 1001 Option Year 1 WIFI Service to Begin In accordance with the Performance Work Statement After Final Completion and Acceptance of Base Year Installation 12.0 Month $__________ $___________ 2001 Option Year 2 WIFI Service in accordance with the Performance Work Statement 12.0 Month $__________ $___________ 3001 Option Year 3 WIFI Service in accordance with the Performance Work Statement 12.0 Month $__________ $___________ 4001 Option Year 4 WIFI Service in accordance with the Performance Work Statement 12.0 Month $__________ $___________ Total $____________ (vi) Contractor shall furnish all parts, labor, travel and tools necessary to perform all required installation and WIFI services in accordance with the attached terms and specifications detailed in the Performance Work Statement. Installation will take place during the Base Period and Option 1 will start after the install is complete. - For the Installation, please provide a flat price for these services. - For the WIFI Service line item, please provide your Monthly cost. (vii) The Place of Performance is the WEST HAVEN VETERANS HOSPITAL located at 950 Campbell Avenue, West Haven, Connecticut 06516. The period of performance shall be a 3 month installation with 4 One Year Options. (viii) Provision at 52.212-1, 52.212-1 -- Instructions to Offerors -- Commercial Items. ((OCT 2018)), applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006);; 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018); 852.233-71; Alternate Protest Procedure (OCT 2018)); 852.270-1 Representatives of Contracting Officers (JAN 2008); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008); 852.270-1 Representatives of Contracting Officers (JAN 2008); (End of Addendum to 52.212-1) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order; it is in the best interest of the Government and considering it will not delay our purchase. (a) Quotes shall be submitted electronically via email to Stefanie.carter3@va.gov. (b Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. The Contractor shall include its company name, address, DUNS and Cage Code. (c) A site visit will be held 12/11/2018 at 8:00am EST. The meeting place will be Building 15 at the West Haven VAMC, 950 Campbell Avenue West Haven, CT, 06516. Please notify Stefanie Carter at Stefanie.carter3@va.gov if you plan to attend the walk-through no later than 3:00pm EST on 12/10/2018. (d) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 12/14/2018 at 5:00 PM 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. (2) Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Government will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter. The Contracting Officer will conduct a comparative evaluation of quotes in accordance with FAR 13.106-2 (b). The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:   Price: The Vendor shall complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).   Please utilize Attachment 3 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS. Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement in a timely efficient manner.   Contractor shall demonstrate its corporate experience to meet all requirements stated in the Performance Work Statement to include its experience on all parts included. The technical quote shall include the vendor s approach for content filtering and security. The approach shall implement commercially available systems for filtering and security, which is intended for protecting the public users in hospital environments. The system(s) being used must also include continuous manufacturer updates to be uploaded by the vendor or manufacture, and allow for VA or vendor requested modifications pursuant to quality improvements. The quote shall identify the systems to be used by their commercial protocol and provide a narrative describing these features and its overall functionality. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort and experience. The vendor shall identify all subcontractors (including a list of all elements applicable to the utilization of subcontractors) to be involved in providing VGIA to the VAMC. Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8  by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. Unless exempted by the Contracting Officer, you must register in SAM before we will issue a purchase order to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer might issue the order to a different quoter. Once registered, you must remain registered throughout performance until final payment. Go to https://www.acquisition.gov for information on SAM registration and annual confirmation. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998) [; 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-13 System for Award Management Maintenance (OCT 2018); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); CL-120 Supplemental Insurance Requirements; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (JAN 2008); 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018); 852.211-72 Technical Industry Standards (NOV 2018); 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984). 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause) 52.217-9 --Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items(OCT 2018), applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 5; 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015);; 52.219-8, Utilization of Small Business Concerns (NOV 2016), 52.219-28 Post Award Small Business Program Representation (JUL 2013); 52.222-3, Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 12/28/2018 at 1:00 PM EST. RFQ responses must be submitted via email to: Stefanie.carter3@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Stefanie Carter (stefanie.carter3@va.gov). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/36C24119Q0008/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;West Haven VAMC;950 Campbell Avenue;West Haven, CT
Zip Code: 06516
Country: USA
 
Record
SN05165363-F 20181205/181203230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.