Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

S -- CABLE SERVICE, MRN

Notice Date
2/8/2024 9:14:48 AM
 
Notice Type
Sources Sought
 
NAICS
516120 —
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524Q0160
 
Response Due
2/22/2024 6:00:00 AM
 
Archive Date
03/03/2024
 
Point of Contact
George Johnson, Contracting Specialist, Phone: 913-946-1988
 
E-Mail Address
george.johnson9@va.gov
(george.johnson9@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 516120. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The following VAAR policies and clauses will be applicable to this requirement if an SDVOSB/VOSB entity is interested and qualified in this requirement: limitations on subcontracting requirements set forth in 15 U.S.C. § 657s and in VAAR 852.219-10 and 852.219-11); 852.219-77, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Responses to this notice shall be submitted via email to George Johnson at george.johnson9@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday 2/8/24 by 8am CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this source sought. Responses to this source notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK Marion Cable/Satellite TV Service (a). GENERAL INFORMATION (1). Title of Project: Furnish monthly bulk cable/satellite television service as described in this Statement of Work (SOW) on-site at: Marion VA Medical Center 2401 W Main St. Marion, IL 62959 (2). Scope of Work: The Vendor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. (3). Performance Period: The Vendor shall begin the work required under this SOW commencing with the effective date of award, unless otherwise directed by the Contracting Officer (CO), and shall provide continuous service from the date of television service acceptance until the date of contract expiration or termination. Work at the VA Medical Center shall not take place on Federal holidays or weekends unless directed by the facility point of contact or the CO. (4). Type of Contract: Firm-Fixed-Price. Base+4-year contract (5). Facility Point of Contact: The facility point of contact for this project is Mrs. Mallory Bradley, (618) 997-5311 x 159115. (6). Site Visit: A site visit will be conducted at the facility at a time and place to be determined by the CO and the COR. Failure to attend site visit will not relieve the Vendor from the responsibility of fully complying with this solicitation, and any resulting contract. (b). SERVICES TO BE PROVIDED. (1). The vendor shall provide either wired cable television or satellite provided programing. In either case the vendor shall provide all equipment, wiring, amplifiers, converters and supplies necessary to receive and disseminate television signals to each of one-hundred and fifty-three (153) television locations (to be annotated further in this solicitation). The furnished system shall interface with the existing wiring and equipment or, provide for the replacement of existing wiring and equipment at no additional cost. (2). The following is a preferred list of television programing to be provided simultaneously to each viewing location: WSUI PBS WTCT Marion The Nashville Network KBSI Cape Girardeau KFVS Weather Channel WDKA Paducah KETC St. Louis QVC KFVS Cape Girardeau C-SPAN WGN America TBN WSIU Carbondale ShopNBC WQWQ Paducah Church Channel WSIL Harrisburg C-SPAN 3 WPSD Paducah Inspiration Network Hallmark Channel EWTN Lifetime Movie Network C-SPAN 2 ABC Family HSN Comedy Central MTV Discovery Channel Nickelodeon FOX News MSNBC TLC truTV WE Food Network TBS HGTV FX Disney Junior E! Disney Channel FOX Sports 1 A&E BET History Bravo VH1 CNBC Lifetime Animal Planet ESPN Classic USA Syfy Travel Channel AMC CNN ESPN HLN ESPN2 Cartoon Network FS Midwest TNT The Weather Channel Spiketv Big Ten Network TV Land Outdoor Channel CMT Discovery Fit & Health (3). The vendor shall furnish programming to an initial 153 active TV outlets. Additional outlets may be added upon mutual agreement in the future. (4). Should the vendor desire to use the existing TV cable network at the facility, the Government makes no warranty, or guarantees that the existing VA TV cable network is functional, complete, or is compatible with any equipment or services furnished by the vendor. Should vendor propose utilizing any portion of the existing VA TV cable network, before connection to the network, the vendor shall test for proper transmission of signals. Results of the testing will be documented and presented to the facility point of contact. If utilizing any, or all, of the existing VA cable network, the vendor shall provide all labor, material, equipment and supplies necessary to provide all required services at no additional cost to the Government. (5). The vendor shall furnish all construction/installation material and services to provide the required services to each of the TV outlets specified in Attachment 1 TV Locations. (6). The vendor shall provide a scrubbed channel, or a similar service, to allow the Government to continue to input/stream the Veteran News Network (VNN) and broadcast live chapel services. (6). The vendor shall furnish the specified television programing provided twenty-four (24) hours per day, seven (7) days per week, three hundred and sixty-five (365) days per year. (7). The vendor shall furnish all technical support, maintenance, and repair material and services to maintain the programing at optimum efficiency and resolve any signal outages and/or deficiencies. The vendor shall provide routine and emergency repair\maintenance services as required. (8). Normal maintenance and upkeep to the system shall be identified and scheduled with the facility point of contact. Outages for routine maintenance shall be coordinated and announced to the facility point of contact a minimum of 48-hours in advance. (9). Emergency outages shall be repaired within 24-hours after notification. (10). The vendor shall provide a channel program guide and notify the facility point of contact of changes as they occur. This will facilitate the notification of subscribers. (11). All services shall be provided in accordance with the guidelines established by Federal, State, and local ordinances, with the Manufacture s Service Manual and Quality Control Manual, and with all terms, conditions, provisions, schedules, and specifications provided herein. (12). The facility COR and the vendor will make an annual outlet recount during each contract year to verify the active drops at the medical center. (13). EQUIPMENT: (A). The vendor shall furnish, install, maintain, service, operate and upgrade if required, all coaxial cable and or fiber optic line, internal wiring, amplifiers, converters necessary for furnishing this service. During the period of the contract, all items furnished by the vendor will remain the property of the Vendor, whether or not attached to or incorporated in the medical center. At the expiration or termination of the contract the vendor shall have ninety (90) days to remove all furnished property from the medical center. Any coaxial cable, fiber optic line, internal wiring, amplifiers, converters and other equipment remaining at the VA Medical Center after that period will be considered abandoned in place by the vendor and will become the property of the Government. (B). The vendor shall furnish a sufficient number of converter boxes to provide television signals to each of the specified television locations. The Government will be responsible for any loss of or damage to these converter boxes. (C). The furnished and installed equipment does not constitute a fixture of the premises. The Government will not permit any third party to attach to or use in any manner the equipment, or any portion thereof. The Government will have no obligation to service or maintain the equipment. (D). The Government will provide, without charge, adequate space and electricity for the equipment. (c). GENERAL REQUIREMENTS. (1). DAMAGE: (A). The vendor shall repair any damage to the premises caused by the vendor, it s employees, or their agents. The vendor shall hold harmless and indemnify the Government from and against any and all losses or damages resulting from vendor s installation, maintenance, service, removal or operation of the equipment or any other equipment of vendor s, with the exception of loss or damage arising from negligent or intentional acts or omissions of the Government. (B). Government will repair any damage to the equipment caused by the Government, it s agents, or any patients on the premises. The Government will hold harmless and indemnify the vendor from any, and all, losses or damages arising from or with respect to any negligence or intentional act or omission of Government or its agents or employees, or any patients on the premises. (2). INSURANCE: The Vendor shall maintain Workers Compensation, General Liability and Property Damage Liability insurance as required by the state of Illinois. (3). QUALIFICATION OF VENDOR: (A). The vendor shall have an established business, with an office and full-time staff to include a ""fully qualified"" field service engineer (FSE).  To be considered ""Fully qualified"" the FSE(s) must have successfully completed a formal training program on the equipment to be installed. (B). The vendor shall provide written assurance to the competency of their personnel and a list of credentials for the FSEs that will be performing the work. The CO specifically reserves the right to reject any of the vendor's personnel and refuse them permission to work on the equipment and may restrict their access to government property.  (C). If subcontractors are to be used, they must be approved in advance by the CO and be identified in the contract. The vendor shall submit any proposed subcontractor(s) to the CO for approval/disapproval. Subcontractors can only be added, deleted or substituted through a modification of the contract. (4). TESTING/INSPECTION/ACCEPTANCE: After all work has been accomplished the vendor shall provide the COR and the CO a written certification. After receipt the certification the COR, in the company of the vendor, will inspect the work and will either: (A). Document any discrepancies and establish a timetable with the vendor to eliminate the discrepancies. (B). Will recommend acceptance of the certification and, request authorization to commence contract payments. (5). EXPOSURE TO BLOOD BORNE OR INFECTIOUS MATERIAL. There is a potential for exposure to blood borne or other infectious material with equipment throughout the medical centers. If notified by the facility point of contact or other authority that a potentially hazardous condition exists in any area where contract work will be accomplished, all vendor personal are required to use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) while working in that area. (6). SECURITY REQUIREMENTS: All vendor personnel shall be required to report to the VA Medical Center Police for a temporary ID and then check in with the COR, or the Medical Center Police if the COR is unavailable. This check-in process is mandatory. Vendor personnel shall be required to check out with the facility COR or the Medical Center Police if the COR is unavailable. (7). IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: (a). Vendor personnel shall wear visible identification at all times while on the premises of the VA. Identification shall include, at a minimum, the employee s name, position, and the vendor s trade name. (b). Vendor vehicles shall be locked, and the keys removed while performing services on the Medical Center s property. This is intended to protect the vendor s property and provide for the safety of the VA Medical Center s personnel. Vehicle(s) shall be identified with the vendors name clearly visible on the outside of the vehicle. Vendor shall park only in the appropriate designated parking areas; information on parking is available from the VA Police. The VA Medical Center will not invalidate or make reimbursement for parking violations of the vendor for any conditions. (c). Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not local district, state, or municipal court. (d). Smoking is prohibited inside all VA buildings. (8). IT SECURITY REQUIREMENTS. Specific training and certification requirements for vendor personnel for the viewing, handling or storage of confidential information are not applicable to this contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b94905931ac1407497748753d3a72fdf/view)
 
Place of Performance
Address: Marion VA Medical Center 2401 West Main St. 62959
Zip Code: 62959
 
Record
SN06960799-F 20240210/240208230058 (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 |
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.