DOCUMENT
70 -- Hartford | Phone & Data Service | - Attachment
- Notice Date
- 8/24/2015
- Notice Type
- Attachment
- NAICS
- 517110
— Wired Telecommunications Carriers
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V15Q0612
- Response Due
- 9/7/2015
- Archive Date
- 11/6/2015
- Point of Contact
- KIMBERLY M. TOMASI
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA101V-15-Q-0612 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as unrestricted, open market. The North American Industry Classification System (NAICS) code is 517110 and the size standard is 1500 employees. (v) This requirement consists of the following line items (Base + 4 Option Years): Base Period - Date of Award 2015 - 09/30/2015 CLINDescriptionQtyUnitMonthly Unit PriceMonthly TotalMOTotal 0001Primary Rate ISDN250Lines4.5 0002PRI Voice/DATA Interface2Lines4.5 Total Base Period Charges Option Year 1: 10/01/2015 - 09/30/2016 CLINDescriptionQtyUnitMonthly Unit PriceMonthly TotalMOYearly Total 1001Primary Rate ISDN250Lines12 1002PRI Voice/DATA Interface2Lines12 Total Option Year 1 Charges Option Year 2: 10/01/2016 - 09/30/2017 CLINDescriptionQtyUnitMonthly Unit PriceMonthly TotalMOYearly Total 2001Primary Rate ISDN250Lines12 2002PRI Voice/DATA Interface2Lines12 Total Option Year 2 Charges Option Year 3: 10/01/2017 - 09/30/2018 CLINDescriptionQtyUnitMonthly Unit PriceMonthly TotalMOYearly Total 3001Primary Rate ISDN250Lines12 3002PRI Voice/DATA Interface2Lines12 Total Option Year 3 Charges Option Year 4: 10/01/2018 - 09/30/2019 CLINDescriptionQtyUnitMonthly Unit PriceMonthly TotalMOYearly Total 4001Primary Rate ISDN250Lines12 4002PRI Voice/DATA Interface2Lines12 Total Option Year 4 Charges Total Contract Charges Statement of Work (SOW) 1.General Information. a.Title of Project. Phone & Data Contract b.Statement of Work. The contractor shall provide all resources necessary to accomplish the deliverables described in the Statement of Work (SOW), except as may otherwise be specified. Contractor to provide voice services and two DS from date of award through September 30, 2015 (with option for extensions). The contractor shall provide: all resources necessary to accomplish phone lines with voicemail capability as appropriate to include nationwide incoming and outgoing unlimited long distance calling services and; all deliverables described in the Statement of Work (SOW), except as may otherwise be specified. All current numbers must be retained. The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. VA Staff will be onsite and monitoring the contractor's performance and ensure that VA sensitive information is protected. Services provided must be available 24 hours a day, seven days a week (24/7) and include a response time of two (2) to four (4) hours. c.Background. This contract is to ensure that the Hartford Regional Office has recurring voice and data services to include all of the proposed services as indicated in the full annual statement of work for contract award. Prompt response for recurring voice and data services due to an outage or scheduled activation is critical to support quality services. d.Performance Period. Date of award through 30SEP15 (with option years). Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 2.General Requirements. The contractor shall provide all services, materials, labor, tools, equipment, transportation, facilities, and supervision to provide telephone and data service in accordance with this SOW. All services shall be performed in accordance with the contract terms and conditions set forth herein. 3.Specific / Mandatory Tasks. This Statement of Work (SOW) sets forth the roles and responsibilities of the Parties for the Voice and Data telecommunications services ("Voice and Data Services") provided under as part of the Services. Voice and Data Telecom Services are the Services and activities, as further detailed in this SOW, required to provide and support the Department of Veterans Affairs, Hartford Regional Office and all supported tenant areas. Contractor is responsible for the full provisioning, engineering, operations and administration of current and emerging Voice and Data Telecom Services including but not limited to the following Services: Voice Network: ?Local Service (dial tone) ?Intrastate Long Distance Data (e.g. private line, public switched) ?Inbound toll-free (Dedicated & Switched) 4.Service Objectives. The following are the key high-level Service objectives Contractor shall ensure the Hartford Regional Office achieves through telephone voice services: a.Meet the Hartford Regional Office and all supported tenant areas business needs for highly available, scalable, reliable, and secure Voice and Data Telecom Services. b.Provide Voice and Data Telecom Services with features and functions that meet End-User needs and at the Hartford Regional Office and all supported tenant areas business requirements. c.Provide Services that can leverage operational scale and best practices to achieve optimum commercial price performance. d.Provide administrative, operational and management support. 5.Change to Statement of Work. Any changes to this SOW shall be authorized and approved only through written correspondence from the contracting officer (CO). A copy of each change 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. 6.Government Responsibilities. Hartford Regional Office staff will provide controlled access to the areas and other resources as required to perform the services. Technicians will be escorted into areas by the staff on an as needed basis. Hartford will assign a primary POC, and to provide information and resources in a manner to maintain contract continuity. Additionally, this person will receive deliverables as a result of this contract. A Project Manager will be assigned as a primary POC, and to provide information and resources in a manner to maintain contract continuity. Additionally, this person will receive deliverables as a result of this contract. 7.Billing. The contractor shall provide an invoice that will include: a.Contract Number and obligation number b.Company Name and Address c.Invoice Date d.Invoice Number (Note: Each invoice must have a different Invoice Number). e.Description of items/services provided as well as referencing the appropriate f.Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice. g.Period of performance h.Terms for any discount for prompt payment. i.Name, title and phone number of company point of contact to notify in case of a defective invoice. 8.Location for Performance & Specific Service. a.Location. 555 Willard Ave Newington, CT 06111 b.Primary Rate ISDN. 250 lines c.PRI Voice/DATA interface. 2 lines 9.Points of Contact Contracting KIMBERLY M. TOMASI kimberly.tomasi@va.gov 401-223-3777 Project Manager. Information will be provided at time of award (vi) The following solicitation lists wired telecommunication services that have been found to meet the Government's needs. This requirement is being issued per listed line item as well as detailed Statement of Work (SOW). (vii) Performance location is 555 Willard Ave Newington, CT 06111. The full address will be given at the time of award. (viii) A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Submitted services meet or exceed requirements described in the statement of work. 2. Submitted equipment meets or exceeds requirements described in the statement of work. 3. Price (Options) The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer or ensure it has been completed as part of your SAM.gov registration. (xi) 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.222-55 Minimum Wages Under Executive order 13658 (Dec 2014) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-3(iii) Buy American -- Free Trade Agreements--Israeli Trade Act (May 2014) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) (xiii) The following additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) apply to this solicitation: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Service Data Manuals (NOV 1984) 852.215-71 Evaluation Factor Commitments (DEC 2009) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008), 852.246-71 Inspection (JAN 2008). Provisions: 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) and 852.273-74 Award Without Exchanges (JAN 2003). (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) RESPONSES ARE DUE Friday, September 7, 2015 at 8:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Kimberly Tomasi, Contracting Specialist, e-mail: kimberly.tomasi@va.gov. (xvi) Please address questions to Kimberly Tomasi, Contracting Specialist, e-mail: kimberly.tomasi@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V15Q0612/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-15-Q-0612 VA101V-15-Q-0612.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2269982&FileName=VA101V-15-Q-0612-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2269982&FileName=VA101V-15-Q-0612-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-15-Q-0612 VA101V-15-Q-0612.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2269982&FileName=VA101V-15-Q-0612-000.docx)
- Place of Performance
- Address: NEWINGTON, CT
- Zip Code: 06111
- Zip Code: 06111
- Record
- SN03853663-W 20150826/150825000600-bb1e88b2a929fa5617f18ad677cee1be (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |