SOURCES SOUGHT
D -- Wi-FI and TV cable services
- Notice Date
- 1/28/2025 9:03:30 AM
- Notice Type
- Sources Sought
- NAICS
- 516210
—
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24725Q0341
- Response Due
- 1/31/2025 11:00:00 AM
- Archive Date
- 02/15/2025
- Point of Contact
- Melinda Harden, Phone: 478-272-1210 ext. 3569, Fax: 478-274-5577
- E-Mail Address
-
melinda.harden@va.gov
(melinda.harden@va.gov)
- Description
- Statement of Work Monthly WI-FI/Television Service and Maintenance and Repair Service 1. REQUIREMENT: The requirement for a firm fixed priced contract to provide managed Wi-Fi and television cable services to the Transitional Residential homes located at 1979 Sara Street, 2001 Rosie Street, and 2003 Rosie Street Auburn, Alabama 36832. 2. BACKGROUND: The Central Alabama Veteran Health Care System/Transitional Residential Program is a three homes establishment, that will encompass 12 beds. 3. PERIOD OF PERFORMANCE: This is for Base Year with the possibility of four (4) Year Option periods. TERM PERIOD OF PERFORMANCE BASE YEAR July 1, 2025, through June 30, 2026 OPTION 1 July 1, 2026, through June 30, 2027 OPTION 2 July 1, 2027, through June 30, 2028 OPTION 3 July 1, 2028, through June 30, 2029 OPTION 4 July 1, 2030, through June 30, 2031 Work shall be performed and / or accessible for the purposes needed to support a residential-based rehabilitation program that is operational 24/7 and 365 Days per year. Hours applicable are 12:00 a.m. through 11:59 p.m. from Sunday through Saturday, including all weekends and all federal holidays. 4. PLACE OF PERFORMANCE: 1979 Sara Street, 2001 Rosie Street, and 2003 Rosie Street Auburn, Alabama 36832. 5. PERFORMANCE REQUIREMENTS: The Contractor shall furnish all labor, travel, equipment, supplies, and materials required to perform complete testing, maintenance and repair service of the Wi-Fi and television cable system up to, but not including government owned televisions. A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification will be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. Television Cable/Fiber Upgrade 2024: The Contractor shall furnish all labor, travel, equipment, supplies, and materials required to perform and install, maintenance and repair service of the television cable systems in accordance with the outlined in the most current edition of the applicable publications below: NFPA 70 National Electric Code � 2024 NFPA 101 Life Safety Code - 2024 Factory Mutual Approved Guide (FM) Underwriters� Laboratories, Inc. (UL) The Contractor shall provide monthly Wi-Fi and television cable services to the homes. Contractor shall provide exact location of all Wi-Fi / television equipment with house number within two (2) months from the award of this contract. PRIORITY 1 SERVICE DISRUPTION: After being notified of a repair request / cable outage, make live voice contact with the Contracting Officer Representative or Co-Contracting Officer Representative within two hours, have a qualified technician on-site within 4 hours, and complete the repair within 8 hours. Check-In Requirements: Contractor and all Contractor�s Service Personnel shall be accompanied by a Veteran Affairs employee to make all indicated repairs and / or all required maintenances. Safety Contractor shall ensure all tools and equipment are secured always. The Contactor shall ensure work performance disruption conducted in areas that maintain patients and/or other occupants are kept to a minimum. The Contractor shall ensure proper signage is always posted in work areas when conducting repair service. Contractor shall ensure all tools and equipment are always secured. Tools and equipment shall be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each workday. All debris shall be removed from the work location and facility upon completion of work each day. Smoking is not permitted within the homes at any time. All smoking shall be conducted in designated smoking areas only. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor�s Name and Address Accurate Purchase Order Number Supply or Service provided. Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/752adf2754a4470490a9d9f67865fbcb/view)
- Place of Performance
- Address: Montgomery, AL 36109, USA
- Zip Code: 36109
- Country: USA
- Zip Code: 36109
- Record
- SN07325628-F 20250130/250128230110 (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 |