SPECIAL NOTICE
N -- 36C249-22-AP-2489 - Install Fiber Optic from Bldg.77 Rm. 3A109 server rm. to Bldg. 20
- Notice Date
- 6/17/2022 5:23:33 AM
- Notice Type
- Special Notice
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24922Q0435
- Archive Date
- 09/24/2022
- Point of Contact
- Ayslin Kennett, Contract Specialist, Phone: 615-225-6772
- E-Mail Address
-
ayslin.kennett@va.gov
(ayslin.kennett@va.gov)
- Awardee
- null
- Description
- This procurement is being conducted in accordance with FAR Part 6.302-1 Only One Responsible Source and No Other Supplies or Services will satisfy agency requirements. The NAICS code is 238210 and has a size standard of $16.5 Million for this procurement. The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its intent to award a sole-source, firm fixed contract to FiberConNext, 208 North Roan Street, Johnson City, TN 37601. The contract is expected to be awarded under FAR 13.106-1. A Justification and Approval for Other Than Full and Open Competition has been prepared. The contract will provide for FiberConNext, who has proprietary maintenance service for their equipment. The equipment is located at Mountain Home, located at the James H. Quillen, Corner of Lamont and Veterans Way, Dogwood Avenue Mountain Home, TN 37684. The services required meet Department of Veterans Affairs' legal obligation to continue to receive, without interruption, the maintenance support services which is vital to Patient Care. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than June 27, 2022 at 8AM CST. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. GENERAL INFORMATION 1. Title of Project: James H. Quillen Fiber Optic Infrastructure for VA Police Security Camera System. 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Install Armored Fiber Optic Cable Infrastructure for the VA Police Avigilon Security Cameras System as directed by the VA Police Physical Security Specialist in designated IT Closets at Mountain Home VAMC. All fiber Optic strands will be tested and terminated into a Light Interface Component Housing, labeled, identifying the to/from with strand count on all Light Interface Components and cables that are installed in each IT Closet and all manholes identified. Fiber Optic Installation/termination will be to/or from building 3, 5, 13, 20, 34, 37, 77, 108, 208,53 and 162, which will require entry into the Mountain Home VAMC manhole system. 3. Background: Mountain Home VA Police is needing the installation of Fiber Optic Infrastructure for the expansion of the VA Police Avigilon Security Camera System ACC7 as identified by the VA Police Physical Security Specialist. VA Police has identified the vulnerability of outlying buildings without enhanced security measures, this installation will enhance the overall security posture of the VA Police and ensure compliance with mandated VA Handbook 0730/4 and the VA Physical Security Design Manual. This procurement will allow the VA Police to implement additional security cameras to the current security system currently in use in the VA Police Security Control Center. The installation will consist of Armored 24 strand single mode, armored 12 strand OM4 multimode fiber optic cables connected to Light Interface Housings allowing connectivity to the current VA Police Avigilon Security Cameras identified vulnerabilities for security in buildings 3, 5, 13, 20, 34, 37, 77, 108, 208, 53 and 162. The additional fiber optic cable infrastructure will further enhance the overall security posture of the VA Police at JHQVAMC and ensure mandated compliance with VA Handbook 0730/4 and VA Physical Security Manual. 4. Performance Period: The contractor shall complete the work required under this SOW in _90_ calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. C. GENERAL REQUIREMENTS 1. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 2. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within _30_ business days from the date of receipt. The contractor shall have _30_ business days to deliver the final deliverable from date of receipt of the Government s comments. 3. If for any reason any written milestone deliverable cannot be reviewed by the COR and delivered back to the contractor within the scheduled time frame, the COR is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. If deliverable cannot be delivered within the scheduled time frame, compensation may be due to the contractor. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Installation of all deliverables and work will be at the James H. Quillen VA Medical Center (JHQVAMC) at Mountain Home TN, 37684. The contractor will provide and install, Armored OM4 12 Strand Multi-Mode Fiber Optic Cable from Building 77, Room #3A109 to Building 200 Room A218, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored OM4 12 Strand Multi-Mode Fiber Optic Cable from Building 77, Room #3A109 to Building 200 Room D254, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored OM4 12 Strand Multi-Mode Fiber Optic Cable from Building 77, Room #3A109 to Building 200 Room C239, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored OM4 12 Strand Multi-Mode Fiber Optic Cable from Building 77, room FB137 to building 205 Room #G008, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single-Mode Fiber Optic Cable from Building 37, Room #016A to Building 162, Room# S113A, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single-Mode Fiber Optic Cable from Building 20, Room #205 to Building 35, Room# 109, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 20, Room #205 to Building 13, IT Room, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 20, Room #205 to Building 3, Room# 100D, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 24 Strand Single Mode Fiber Optic Cable from Building 20, Room #205 to Building 77, Room# 3A109, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 5, Room #V100D to Building 34, Room# 149, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 3, Room #V100D to Building 34, Room# 149, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 24 Strand Single Mode Fiber Optic Cable from Building 77, Room 3A109 Server Room to Building 108 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 108, IT Room to Building 208 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 108, IT closet to Building 53 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 24 Strand Single Mode Fiber Optic Cable from Building 77, Room 3A109 Server Room to Building 44 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 44, IT Closet to Building 45 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 44, IT Closet to Building 46 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 44, IT Closet to Building 47 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 44, IT Closet to Building 39 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. Install Armored 12 Strand Single Mode Fiber Optic Cable from Building 44, IT Closet to Building 19 IT Closet, test each fiber strand and connect to a contractor provided Light Interface Component Housing properly labeled identifying to and from with strand count. The contractor will provide all cabling, light interface housings, connectors and all other necessary parts and equipment required to install the Fiber Optic Cable throughout the Mountain Home VAMC manhole system routed into OI&T Closets in each building identified by VA Police Physical Security Specialist. This requires the contractor to provide testing and meeting all OSHA hazardous gas, emergency lift/rescue equipment trained personnel and signs designating workers/road closed. The contractor will NOT conduct any work in the VA Mountain Home Manhole system until a VA Mountain Home VAMC Engineering Safety specialist issues a work permit each day in the manhole system. All Fiber Optic Cable connections will be terminated into a Light Interface Component Housing with proper labeling, proper labeling will also be inside all manholes and at each Light Interface Component Housing. All Fiber Optic Strands regardless of single or multimode will be tested and confirmed operational for connectivity to the VA Police Security Camera network switches that is currently in use by the VA Police Security Control Center. Task One: The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the contract. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the contract as defined in the technical proposal. Deliverable One: A detailed work plan and briefing. Task Two: Deliverable Two: SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor. 4. If for any reason any cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written modifications to the contract by the CO. A copy of each modification will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with monthly written progress reports (original plus _2__ copies). These are due to the COR by the second workday following the end of each calendar month, throughout the project's duration. The COR is required to provide monthly progress reports to the Contracting Officer by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. I. TRAVEL Contractor Travel is required for onsite installation at James H. Quillen VAMC to complete this contract obligation Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Upon arrival, the Contractor will meet with the VA Police Physical Security Specialist at building 69, Room H110, extension 7980, to gain access to work area. Include the VA site locations, number of trips and duration of travel anticipated. Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. J. GOVERNMENT RESPONSIBILITIES Mountain Home VAMC will provide a workspace physical access to the workspace through the VA Police Physical Security Specialist. This physical access will be used for programming, troubleshooting and final deliverables of requested services to ensure contract completion. All material purchased by MHVAMC either used or excess equipment will be left with the COR of this project. K. CONTRACTOR EXPERIENCE REQUIREMENTS The contractor must inform the VHA COR when personnel are removed from the contract for any reason. If a key person becomes unavailable to complete the contract, proposed substitutions of key personnel shall be made to the COR and CO. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. PERIOD OF PERFORMANCE: Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought: Response to this announcement shall not to exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm's ability to provide a product and related services; (2) The respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. This notice of intent is not a request for competitive quotes. However, interested parties may identify their interest and capability to respond to the requirement and submit quotations with the subject line ""Special Notice # 36C24922Q0435 by 08:00 a.m. on 06/27/2022 to: Ayslin.kennett@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac74c4e1328d4f409e350523ed6d1c44/view)
- Record
- SN06361991-F 20220619/220617230106 (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 |