DOCUMENT
S -- TV SERVICES - Attachment
- Notice Date
- 3/28/2018
- Notice Type
- Attachment
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- Department of Veterans Affairs;NCO 16 (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 221;North Little Rock AR 72114 1706
- Solicitation Number
- 36C25618Q9254
- Archive Date
- 5/27/2018
- Point of Contact
- Jacqueline Simpson
- E-Mail Address
-
7-1039<br
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources and their size relative to NAICS 515210, Standard Size $38.5 Million. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement. Scope of Work The Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, North Little Rock, and Transitional Apartment 18th Street, North Little Rock, AR, campuses require Cable/Satellite Television. Provide commercial television services (remote continuous feed) to Government facilities in the form of an Extended or Enhanced package that will meet the Government's minimum television requirements for the performance of its official duties. Veterans heavily, rely on television for both entertainment and keeping abreast of current events. The vendor must also provide a service and maintenance agreement which will include adjusting, repairs, and replacing any malfunctioning equipment. Response to this notice should include a capability statement, and three (3) customer references to which you have provided similar services. All interested firms shall provide the following information: company name, address, point of contact, phone number, email address, capability statement, and business size pursuant to the NAICS Code 515210, Standard Size $38.5 Million. Responses to this notice shall be e-mailed to Jacqueline.Simpson3@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than Monday, April 02, 2018 at 10am, CST. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK Television Service This contract is for a television service subscription for: Location: Central Arkansas Veteran Healthcare Service (CAVHS) - John L. McClellan Memorial Veterans Affairs Medical Center, Little Rock, AR Location: CAVHS - Eugene J. Towbin Healthcare Center, North Little Rock, AR Location: CAVHS Transitional Residence Apartments, 18th Street, NLR, AR GENERAL REQUIREMENTS Scope of Work: Location: LR (300 TVS) John L. McClellan Memorial Hospital 4300 West 7th Street Little Rock, AR 72205 NLR (170 TVS) Eugene J. Tobin VA Medical Center 2200 Fort Roots Drive North Little Rock, AR 72114 NLR (18 TVS) Transitional Apartments 18th Street North Little Rock, AR 72114 POP: Base Year + 4 Option Years The Contractor shall provide Television services (remote continuous feed) to Government facilities in the form of an Extended or Enhanced package that will meet the Government's minimum television requirements for the performance of its official duties. The Contractor shall provide non-personal services including all management, supervision, personnel, transportation, tools, materials and other items and services necessary to install, support, and maintain the contractor s television signal to the VA owned television receiving equipment for the CAVHS television distribution system (headend), in accordance with provided Statement of Work (SOW). *Note Current CAVHS owned head-end equipment is a Satellite Master Antenna Television (SMATV) System: 24 H25-100 Direct TV Receivers, Two Sonora Coax Power inverters SD PI-6S for LNB power. One 16 Channel SWM Multi Switch and one 8 Channel SWM, Two ZeeVee HDb2312 SD Video Encoders /Perfect Vision PVCA-3051 Head End Distribution Amp/ Blonder Tongue BIDA-86A43 field distribution AMPs) brand. Currently this facility has VA Owned DirecTV satellites and receivers (Direct TV H25-100 using the RCA STD Signal Outputs). This solicitation is for cable TV service, any change from our current headend will require contractor supplied devices to include modulators, switches, amplifiers, combiners or other equipment for a turnkey install. Channel Capacity The Contractor shall provide the government with an Extended or Enhanced Tier of service option packages to select from. However, at a minimum, each package must include the following Television Broadcast Stations: 24-hour News and Weather Channels (CNN, HLN, FOX News, CNBC, MSNBC) Public Broadcast Services CSPAN Superstations (FOX, CW, ABC, CBS, NBC, TBS, TNT) Local Major Stations (based on zip code of the facility) Sports Channels (ESPN, ESPN2, Fox Sports (Arkansas regional coverage), CBS Sports Network, SEC or Big 10 Network, NFL Network) Movie Channels (Lifetime Movie Network, Turner Classic Movies, American Classic Movies, FX Movies Channel) Education and Entertainment (SyFY Channel, A&E, FX, USA, Oxygen, BET, TV Land, Comedy Central, Discovery Fit & Health, Food Channel, TLC, GTV, Animal Planet, National Geographic, History Channel, Travel Channel, Military Channel) Channel Restrictions. The Contractor shall provide the VA with the ability to block any programs from being viewed that have an R (Restricted) rating for all TV in the facility. The Contractor shall provide Expanded or Enhanced TV service (as subscribed by the Government) to the television headend in the facility. The Contractor will be responsible for providing, installing, programming equipment and RF system balancing if using equipment not already installed, programmed and balanced. The Contractor shall maintain the service, with clear and sufficient signal quality, up to the headend or receiver at each location. All service maintenance for contractor owned equipment will be at no additional cost to government. Additions/changes to locations/type of service will be made through modifications to the subsequent contract associated with this requirement. The Contractor, upon entering the subsequent contract, shall provide a channel program guide and shall notify the Contracting Officer of changes as they occur to notify subscribers. INSTALLATION AND MAINTENANCE Installation Approval. The Contractor shall not undertake any installation of any equipment or facilities (including temporary equipment or facilities) without the prior guidance or written consent of the Contracting Officer Representative (COR) or Contracting Officer. Any disconnection of TV Services must be cleared prior with the Contracting Officer Representative (COR). SERVICE AND REPAIRS The Contractor shall provide routine service calls Monday through Friday between 8:00am 4:00pm (except for Federal Holidays). The Contractor shall provide a service/repair phone number to the Government. Requests for technical telephone support shall be responded to within two (2) hours. The Contractor will begin work on "service interruptions" promptly and in no event later than 24 hours after the interruption becomes known. The Contractor must begin actions to correct other service problems the next business day. The Contractor shall furnish an accurate, current repair record upon the completion of each repair/maintenance for each service call completed. The Government shall maintain and update their log for each service call for the duration of the contract. SCHEDULED SERVICE INTERRUPTIONS. A notice to the Contractor to discontinue or reduce a service at a Government facility shall not result in the Government being charged fees for this service. No service charge, under any name, shall be assessed for disconnection or reduced service. UNSCHEDULED SERVICE INTERRUPTIONS. The Contractor shall provide routine and emergency repair\maintenance services of Contractor own equipment. Normal maintenance and upkeep to the contractor owned system shall be identified and scheduled with the customer. Outages for routine maintenance shall be coordinated and announced to the customer at least 48-hours in advance. Emergency outages shall be repaired within 24-hours or within 24-hours of utility service. BUSINESS OFFICE CONTACT. The Contractor shall maintain a local, toll-free call telephone access line which shall be made available and provided to the Contracting Officer and COR, 24 hours a day, seven (7) days a week. The office telephone numbers shall also be supplied to the Contracting Officer and the designated government representatives. FCC COMPLIANCE. The Contractor shall ensure that the system is operated and maintained in a manner that meets or exceeds the technical standards required or recommended by the FCC as set forth in 47 CFR Part 76. These standards are mandatory and shall apply to all classes of television channels. The Contractor shall at all times maintain and operate the system in strict compliance with the standards set forth in 47 CFR Part 76. CHANGES TO THE STATEMENT OF WORK. The Government recognizes that over the term of this contract, television technology, regulation of television, and the programming service available for distribution will undergo continual change. The technology, equipment, and service required by this SOW may become uneconomical or otherwise disadvantageous to the Government. The Contractor and the VA agree to consider, in good faith, proposals submitted by either party for modification of this SOW to permit the introduction of new equipment and technology or to otherwise improve service for the VA. The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer s Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. Safety and Infection Control Standards -Requirements The Contractor will be required to conduct all work under proper OSHA Safety Standards and will need to reflect any ICRA (Infection Control Risk Assessment) requirements in the cost of the contract. All equipment required for Safety and ICRA requirements are the responsibility and at the cost of the Contractor. A list of all ICRA requirements will be attached to this package and made available to the contractor. (NO ICRA REQUIRED FOR THIS CONTRACT AS LONG AS THERE IS NO WORK REQUIRED IN-PATIENT CARE AREAS OR HALLWAYS IN PATIENT CARE AREAS).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/36C25618Q9254/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618Q9254 36C25618Q9254.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183111&FileName=36C25618Q9254-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183111&FileName=36C25618Q9254-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618Q9254 36C25618Q9254.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4183111&FileName=36C25618Q9254-000.docx)
- Place of Performance
- Address: Central Arkansas Veterans Healthcare System;2200 Fort Roots Drive;4300 W 7th Street;AR
- Zip Code: 72114
- Zip Code: 72114
- Record
- SN04871013-W 20180330/180328232341-9233bf3c36b9325dcbc34699d1f84129 (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 |