SOURCES SOUGHT
70 -- A-501-22-3-519-0146; SERVICES - Upgrade ECR Audio Visual System (VA-22-00081020)
- Notice Date
- 8/17/2022 3:35:27 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1567
- Response Due
- 8/23/2022 11:00:00 AM
- Archive Date
- 09/07/2022
- Point of Contact
- Peter Burke, Contract Specialist
- E-Mail Address
-
peter.burke@va.gov
(peter.burke@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this notice must be in writing. This announcement is for market research purposes, to make appropriate acquisition decisions, and to gain knowledge of potential businesses interested and capable of providing the supplies/services described below. The New Mexico VA Health Care System (NMVAHCS) located at 1501 San Pedro Dr. SE, Albuquerque, New Mexico, 87108, requires an upgrade to the current audio-visual equipment located in Building 41 4A-160. Appendix A - Performance Work Statement is also provided with this sources sought announcement. If your company is interested and can provide the required supplies/service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 541519? (4) Please provide the contract type and number for the NASA SEWP V contract holder. (5) Are the referenced items/solutions available on your NASA SEWP V schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541519 (150 employees). Responses to this notice shall be submitted via email to peter.burke@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/23/2022 11:00 AM PST. After review of the responses to this announcement, a solicitation may be published on the FedBizOpps or NASA SEWP websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov. PERFORMANCE WORK STATEMENT (PWS) ECR CONFERENCE ROOM AUDIO-VISUAL UPGRADES NEW MEXICO VETERANS AFFAIRS HEALTH CARE SYSTEM (NMVAHCS) Purpose: The New Mexico VA Health Care System (NMVAHCS) located at 1501 San Pedro Dr. SE, Albuquerque, New Mexico, 87108, requires an upgrade to the current audio-visual equipment located in Building 41 4A-160. Background: The New Mexico VA Health Care System (NMVAHCS) has a requirement to upgrade ECR conference room. Specifically, the current setup is past end of life and needs to be upgraded. Likewise, most of the microphones and TVs are utilizing older technology that requires additional interfacing which has led to downtimes and failures during internal or cross-country presentations. Scope: The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, testing of the integrated system, and other items necessary to perform the VA upgrade for the ECR conference rooms as defined in the performance work statement (PWS). Additionally, the contractor shall ensure that all work complies with the National Electric Code and local government codes and regulations for construction and building. Specific Tasks: The Contractor shall provide, install, and program all the equipment, licensing, and software necessary for a fully functional Audio-Visual (AV) system including: Install new 80"" screen on the front wall Install camera below the screen Install 2 ceiling microphones above the table The camera and microphone will connect the PC at the back corner of the room for USB conferencing 4 new ceiling speakers will be installed The PC at the back of the room will be connected to the monitor via HDMI for present The contractor shall also provide all necessary mounts, other accessories, and system hardware as required for a complete and fully operational system as specified in the PWS. In addition to the AV requirements, this section also includes the following requirements: The contractor is responsible for the removal and disposal of the existing components and equipment. The contractor must use the existing wiring, in-wall voltage, and network cables. The contractor is responsible for a project installation plan to confirm the location, orientation, and installation of all equipment. The installed AV system must be easily expandable for future growth. The contractor must provide all required licenses and software included as part of the complete AV install and must not require recurring registration or payment. Required System Infrastructure The contractor shall remove and dispose of any existing equipment removed and provide, install, and program the AV system equipment or provide, install, and program equipment that meets all the requirements in the PWS and is of a Brand Name or Equal nature in quality and capabilities as the previously listed need. 5. Vendor Escort: A member of the NMVAHCS staff is required to be with the contractor during the installation of the AV system (names will be provided at the time of award). All work will be completed Monday through Friday between 8:00 a.m. to 5:00 p.m. 6. Security Requirements: The C&A requirement do not apply, and the Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): No GFE/GFI requirements. 8. Other Pertinent Information or Special Considerations: On-site training: On-site training for executive staff, key identified individuals, and information technology personnel upon completion of the contracted work. Identification of Potential Conflicts of Interest (COI): No COI exists with this request. Identification of Non-Disclosure Requirements: No non-disclosure requirements for this request. Packaging, Packing and Shipping Instructions: Contractor is responsible for storage, delivery, and installation at each site location stated in the PWS. Communication with the project manager shall occur in advance of scheduling delivery. All packaging and waste will be removed by the vendor and disposed of. The contractor will communicate with an assigned site representative, provided by the project manager for delivery, set up, and testing. Shipping and delivery are the responsibility of the contractor and must be coordinated through the project manager. Inspection and Acceptance Criteria: Final acceptance will occur when all equipment is installed and fully operational and capable of performing normal operations as demonstrated by the contractor, and pursuant to the operating instructions of the equipment manufacture. Employee training must be conducted by the contractor, familiarizing personnel with the system s capabilities and operational functions. Service Manuals/Tools/Equipment: The contractor shall provide the project manager copies of all documentation that pertains to any hardware, software, or firmware. Contractor shall provide to the project manager copies of the latest version(s) of all technical documentation and licensing agreements, which shall include operational and service manuals, schematics, diagnostic software, parts lists, and warranty information. Work Locations: Work could be required near patient locations and throughout the campus. No installation will penetrate the firewall and no major modifications will be completed. The AV system must be a remove and replace effort. The Contractor shall be required to be familiar with all applicable codes while carrying out the work outlined in the PWS. The Contractor shall complete the work pursuant to the PWS following all applicable codes and standards including, but not limited to: Occupational Safety and Health Administration (OSHA), Underwriters Laboratories (UL), National Fire Protection Association (NFPA), National Electrical Code (NEC), and any additional federal, state, and local codes and policies. 10. Place of Performance: All work will be completed at the 1501 San Pedro Dr. SE, Albuquerque NM 87108 VA Medical Center building 41, 4th floor executive conference room. 11. Period of Performance: Contractor is expected to start work 7-10 days after award of the contract with the expectation that all work is completed within 30 days and training within 45 days of award. 12. Site Visit: A site visit will be scheduled on an as needed basis to verify all existing conditions, dimensions and the extent of work involved. Site Visit confirmation must be made with project manager, during regular business hours, with the VA project manager(s) at 505-265-1711 x2603 or 5414 13. Hours of Operation: Normal hours of coverage are Monday through Friday 8:00am to 5:00pm. Service will be performed during normal hours of coverage unless requested or approved by the project manager. Federal Holidays observed by the VAMC are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Any day specifically declared to be a national holiday Performance Standards: Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix, paragraph in the Performance Work Statement (PWS), includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). TASK INDICATOR STANDARD ACCEPTABLE QUALITY LEVEL SURVEILLANCE METHOD INCENTIVE Service and maintenance are Performed on a timely basis. PWS (5, 6, 8, 9) Contractor delivers parts and services within time specified at the time of service request. Qualified personnel are available and in location as needed to properly perform tasks as specified. Contractor provided materials in sufficient quantities in areas specified to ensure the delivery of all services specified in this task. 100% Feedback From Oversight, Direct Observation And inspection by COR, Alternate COR, and/or Onsite Designee Favorable Performance Rating PWS procedures are performed routinely and accurately. All necessary procedures and certifications will be followed. Contractor meets material delivery schedule and follows sign in and sign out procedures. Procedures are accurate and timely. Eaton Certifications Required. 100% of the time. Monthly Reports and Inspection by the COR, Alternate COR, and/or Onsite Designee Favorable Performance Rating Quarterly reports are furnished to the Contracting Officer. PWS (12, 13) Contractor will supply the Contracting Officer, Within 30 days of close of the preceding quarter, a status report. Reports contain relevant information as outlined in the Statement of Work. Reporting properly accounts for all material items used and/or replaced without loss of accountability. 100% Monthly Reports and Inspection by the COR, Alternate COR, and/or Onsite Designee Favorable Performance Rating
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/708207b0df6c43da9862dc638ea0cd6b/view)
- Place of Performance
- Address: New Mexico VA Health Care System 1501 San Pedro Dr SE, Albuquerque, NM 87108, USA
- Zip Code: 87108
- Country: USA
- Zip Code: 87108
- Record
- SN06431604-F 20220819/220817230134 (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 |