SOLICITATION NOTICE
N -- MONTHLY MUSIC SUBSCRIPTION SERVICES TO INCLUDE INITIAL RECEIVER/PLAYER INSTALLATION VOSB SET-ASIDE
- Notice Date
- 11/20/2019 6:20:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24820Q0137
- Response Due
- 12/4/2019 8:59:59 PM
- Archive Date
- 12/14/2019
- Point of Contact
- Ana VazquezContract Specialist305-575-7000
- E-Mail Address
-
ana.vazquez@va.gov
(ana.vazquez@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Commercial ServicesGeneral Information Document Type: Combined Synopsis/Solicitation Solicitation Number:36C24820Q0137 Posted Date:November 14, 2019 Original Response Date:November 22, 2019 at 1:00 P.M. EST Current Response Date: Product or Service Code:Q999 Medical - Other Set Aside:VOSB Set-Aside NAICS Code: Size Standard:238210 Electrical Contractors $16.5 MillionContracting Office Address:Miami VA Healthcare SystemBruce W. Carter VA Medical Center1201 NW 16TH StreetMiami, FL 33125DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued.This solicitation is a Request for Quotations (RFQ). This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 dated 07/12/2019.The Bruce W. Carter VA Medical Center is seeking to purchase INSTALLATION AND MAINTENANCE SERVICES FOR A DIGITAL MUSIC SYSTEM TO INCLUDE MONTHLY MUSIC SUBSCRIPTION SERVICES in order to provide continuous stairwell music as per the Performance Work Statement (PWS) below. A site visit will be held on Monday, November 18, 2019 at 11:00 a.m. EST. Attendance is not required however, is strongly encouraged. Location: Bruce W. Carter VA Medical Center West Entrance Patio 1201 N.W. 17th Street Miami, FL 33125All attendees are requested to meet at the White Emergency Box in the middle of the West Patio location. A 10-minute waiting period will be held to allow for unexpected delays. Site visit will commence promptly at 11:10 a.m. This solicitation is being issued as a Comparative Evaluation under a VOSB Business Set-Aside. If award cannot be made, the solicitation will be canceled, and the requirement resolicited. All interested companies shall provide Quotations for the following:PRICE/COST SCHEDULELine ItemDescriptionQtyUnit PriceTotal Price0001PROVIDE AND INSTALL ONE DIGITAL MUSIC RECEIVER/PLAYER SYSTEM1JB0002DIGITAL MUSIC PLAYER SYSTEM MONTHLY SUBSCRIPTION TO INCLUDE YEARLY MAINTENANCE OF THE SYSTEM.12MO1001DIGITAL MUSIC PLAYER SYSTEM MONTHLY SUBSCRIPTION TO INCLUDE YEARLY MAINTENANCE OF THE SYSTEM.12MO2001DIGITAL MUSIC PLAYER SYSTEM MONTHLY SUBSCRIPTION TO INCLUDE YEARLY MAINTENANCE OF THE SYSTEM.12MO3001DIGITAL MUSIC PLAYER SYSTEM MONTHLY SUBSCRIPTION TO INCLUDE YEARLY MAINTENANCE OF THE SYSTEM.12MO4001DIGITAL MUSIC PLAYER SYSTEM MONTHLY SUBSCRIPTION TO INCLUDE YEARLY MAINTENANCE OF THE SYSTEM.12MOPerformance Work Statement(Synopsis)Stairwell Music Monthly Service1.0. Introduction1.1 The Miami VA Healthcare System requires a firm-fixed priced service contract for the installation and maintenance of a Digital Music System to include monthly music subscription services. This service is to be conducted at the Bruce W. Carter Miami VA Healthcare System located at 1201 NW 16th Street, Miami, FL 33125. 2.0. Description / Scope / Objective 2.1. The Contractor shall provide all necessary supervision, labor, tools, equipment, material/parts, transportation and other incidentals required to perform the services as defined in this Performance Work Statement .4.0. Performance Requirements4.1. A Contracting Officer Representative (COR) shall be assigned to this procurement. Scheduling of work performance shall be arranged through the designated COR assigned.4.2. The Contractor shall perform all installation of a Digital Music Delivery Receiver/Player System into the Overhead Paging Equipment Room on the first floor opposite the Canteen. This music system shall play continuous music in the facility stairwell. 4.2.1. The Receiver/Player shall be placed in a standard 19-inch A/V Component Rack in the Overhead Paging Equipment Room. 4.2.2. The Receiver/Player shall have a minimum of 10 business appropriate music channels available.4.2.3. The Receiver/Player shall perform 24-hours a day with non-stop music playing.4.2.4. The Receiver/Player shall be managed via Wi-Fi (VGIA) Non-I.T. connection.4.2.5. The interface shall be customizable and shall be able to be scheduled remotely.4.3. The Contractor shall provide a monthly subscription for the music channels provided on the Music Delivery System.4.4. The Contractor shall provide troubleshooting and maintenance of the Music Delivery System as required when system is failing to perform.4.4.1. The Contractor shall respond to the Government requests for maintenance with 24-hours of notification.5.0. Performance Location and Hours 5.1. Primary place of performance is the Bruce W. Carter, Miami VA Medical Center, 1201 N.W. 16th Street, Miami, Florida, 33125. The Radiology Service, Room A159-1. 5.2. Performance working hours are from 7:30 a.m. 4:30 p.m. EST, Monday through Friday, excluding Federal holidays. END OF SYNOPSIS PWSI. BASIS FOR AWARD The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capabilities, past performance, and pricing as outline in the Performance Work Statement. Following receipt of quotes, the Government will perform an evaluation using a Comparative Analysis of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability.Once the Government determines there is/are Contractor(s) that can provide the service that meet(s) the requirement of this request for quote, the Government reserves the right to communicate with only those Contractors quoting the best-suited service to address any remaining issues. II. REQUIREMENTSRegistered in www.sam.gov.Registered in www.vip.vetbiz.gov.Technical Technical Capabilities Statement referencing details in relationship to this requirement. Must show a minimum of three (3) years of experience in this type of service.Past Performance Must provide a minimum of two (2) past performance experiences related to the services outlined in this requirement. The past performance experience must include the client s Point of Contact with email and phone number. The past performance must be within the last three (3) years.Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. The full text of FAR provisions or clauses may be accessed electronically at:http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition:FAR 52.212-1 Instructions to Offerors Commercial Items [OCT 2018] FAR 52.204-7 System for Award Management [OCT 2018] FAR 52.204-16 Commercial and Government Entity Code [JUL 2016]The following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items [OCT 2018] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders [MAY 2019] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable:52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2018]52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015]52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside [NOV 2011]52.219-28 Post Award Small Business Program Representation [JUL 2013]52.222-3 Convict Labor [JUN 2003]52.222-19 Child Labor [JAN 2018]52.222-21 Prohibition of Segregated Facilities [APR 2015]52.222-26 Equal Opportunity [SEP 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]52.222-41 Service Contract Labor Standards [AUG 2018]52.222-42 Statement of Equivalent Rates for Federal Hires [MAY 2014]52.222-50 Combating Trafficking in Persons [JAN 2019]52.222-55 Minimum Wages Under Executive Order 13658 [DEC 2015]52.222-62 Paid Sick Leave Under Executive Order 13706 [JAN 2017]52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011]52.225-13 Restrictions on Certain Foreign Purchases [JUN 2008]52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018]Additional Clauses Required: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]52.204-19 Incorporation by Reference of Representations and Certifications [DEC 2014]52.217-8 Option to Extend Services [NOV 1999]52.217-9 Option to Extend the Term of the Contract [MAR 2000]52.232-40 Providing Accelerated Payments to Small Business Subcontractors [DEC 2013]52.237-1 Site Visit [APR 1984]52.237-2 Protection of Government Buildings, Equipment, and Vegetation [APR 1984]52.237-3 Continuity of Services [JAN 1991]52.252-2 Clauses Incorporated by Reference [FEB 1998]852.203-70 Commercial Advertising [MAY 2018]852.219-74 Limitations on Subcontracting Monitoring and Compliance [JUL 2018]852.219-75 Subcontracting Commitments Monitoring and Compliance [JUL 2018]852.232-72 Electronic Submission of Payment Requests [NOV 2018]852.237-70 Contractor Responsibilities [APR 1984] (State of Florida)Wage Determination: WD 2015-4543 (Rev-12) was first posted on https://beta.sam.gov on 07/16/2019All bid offerors shall submit the following: Technical Capabilities Statement in Reference to the Requirement (minimum of 3 years experience)Past Performance (minimum of 2 in the last 3 years)One Copy of the Quote for All Items ListedOne of the Statements belowThis is an open-market combined synopsis/solicitation for services as defined herein.��The Government intends to award a One-Time Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers must include a statement regarding the terms and conditions herein as follows:""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.""OR""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:""Bid Offers shall list exception(s) and rationale for the exception(s).Submission is required to be received no later than 1:00 P.M. EST NOVEMBER 22, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers are to be emailed referencing the Solicitation Number and Title of Service i.e. 36C24820Q0137 Music Subscription Services . Any questions or concerns regarding this solicitation including bid submittal, should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/86367b1a32fa48a9bd92133329482a56/view)
- Record
- SN05499391-F 20191122/191122043503 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |