DOCUMENT
60 -- 552-18-3-695-0716 Engineering Dayton Patient Wi-Fi Service and Support - Attachment
- Notice Date
- 8/3/2018
- Notice Type
- Attachment
- NAICS
- 517312
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25018Q9481
- Response Due
- 8/15/2018
- Archive Date
- 9/14/2018
- Point of Contact
- Donna Sizemore, Contractor, TAG
- E-Mail Address
-
canum
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR HOUSEKEEPING SERVICES OF Patient Wi-Fi Service & Support General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C250-18-Q-9481 Posted Date: August 3, 2018 Original Response Date: August 15, 2018 Current Response Date: Product or Service Code: D322 IT & Telecommunications - Internet Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 517210 Wireless Telecommunications Carriers (except Satellite) Contracting Office Address Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center 3140 Governor s Place Blvd, Suite 200 Kettering OH 45409 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This amended announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 517312, with a small business size standard of 1,500 Employees. The Department of Veterans Affairs, Dayton VA Medical Center, Network Contracting Office (NCO) 10, 3140 Governor s Place Boulevard, Suite 210, Kettering, OH 45409 is seeking to purchase all parts, labor, material, tools, and supervision required to provide service and support of the patient wi-fi system at the Dayton VA Medical Center. This procurement is a 100% Service-Disabled Veteran Owned Small Business (VOSB) set-aside IAW FAR 19.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. All interested companies shall provide quotations for the following: Services PERFORMANCE WORK STATEMENT (PWS) Contract Number: Task Order Number: IFCAP Tracking Number: Follow-on to Contract and Task Order Number: 1) Contracting Officer s Representative (COR) Name: Joe Kucinsky Section: Engineering, Maintenance and Operations Address: 4100 W. 3rd St. Dayton, OH 45428 Phone Number: (937) 268-6511 ext 2809 Fax Number: E-Mail Address: Joseph.kucinsky@va.gov Contract Title: Patient Wi-Fi Service & Support Background: The current patient/guest wi-fi service at the Dayton VAMC is provided with AT&T internet service and a series of Aruba switches and access points. Scope: Contractor shall provide all parts, labor, material, tools, and supervision required to provide service and support of the patient wi-fi system at the Dayton VA Medical Center. Specific Tasks Provide a minimum of 150mbs of AT&T internet service Provide annual licensing and support for equipment already in place Provide over the phone tech support and up to 20hrs of onsite maintenance support by an Aruba certified technician / licensed vendor. Performance Monitoring All work will be inspected by COR Security Requirements: Contractor personnel will be required to have VA access badges or be escorted by VA personnel at all times. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): N/A Other Pertinent Information or Special Considerations: None Risk Control: All work to be done in compliance with OSHA standards and all other governing regulations associated in the elevator trade Place of Performance 4100 W. 3rd St. Dayton, OH 45428 Period of Performance: Work to be completed within 90 days of award. Delivery Schedule: All work to be completed during normal business hours, Monday through Friday 0800-1630 except federal holidays. Award shall be made to the quoter whose quotation offers the lowest priced, technically acceptable quote to the government, considering technical capability, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability of the item offered to the Government requirement, (2) past performance, and (3) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5(b)(1), The solicitation number; FAR 52.212-5(b)(2), The time specified in the solicitation for receipt of offers; FAR 52.212-5(b)(3), The name, address, and telephone number of the offerer; FAR 52.212-5(b)(4), A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; FAR 52.212-5(b)(6), Price and any discount terms; FAR 52.212-5(b)(7), Remit to address, if different than mailing address; FAR 52.212-5(b)(8), A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); FAR 52.212-5(b)(9), Acknowledgment of Solicitation Amendments; FAR 52.212-5(b)(10), Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and FAR 52.212-5(b)(11), If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.203-16, Preventing Personal Conflicts of Interest (DEC 2011) FAR 52.203-17, Contractor Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016) FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (MAY 2014) FAR 52.213-2, Invoices (APR 1984) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.219-14, Limitations on Subcontracting (JAN 2017) FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Aside (NOV 2011) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26, Equal Opportunity (SEP 2016) FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-37, Employment Reports on Veterans (FEB 2016) FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached) (MAY 2014) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) 52.237-3, Continuity of Services (JAN 1991) FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017) Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising (MAY 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION) VAAR 852.215-71, Evaluation Factor Commitments (DEC 2009) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70, Contractor Responsibility (APR 1984) SITE VISIT: A formal site visit is not scheduled. If needed, a Site Visit can be scheduled. To request a site visit, please contact Joseph Kucinsky, (937) 268-6511 ext 2809. QUESTIONS shall be received between August 6 - 10, 2018 and answers shall be provided on Tuesday, August 7, 2018. Any and all questions or concerns regarding this solicitation should be forwarded in writing ONLY via e-mail to the contract specialist, Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov, AND Joseph Kucinsky, Engineering, Joseph.Kucinsky@va.gov with the Subject: Question Patient WiFi QUOTES: All offerors shall email quotes to donna.sizemore@va.gov. Proposals shall include: Technical Capabilities on completing Performance Work Statement scope and requirements Five (5) past performance references (to include company name, individual contact name, phone number, dates of service to company) for similar work Cost proposal to include at a minimum, option years separately priced, supplies and equipment separately priced, Wage Categories, and the following: Total 5-year cost proposed is $______________ of the 5-year period of all elected for renewal Base year monthly amount is $___________ X 12 Months = $___________ (Yearly Cost) Option year #1 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost) Option year #2 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost) Option year #3 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost) Option year #4 monthly amount is $___________ X 12 Months = $___________ (Yearly Cost) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission of Quotes shall be received not later than 1600, August 15, 2018 via email to Donna.Sizemore@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Donna Sizemore, Contract Support Specialist Contractor The Arcanum Group in support of the Veterans Health Administration (937) 268-6511 ext 2324 donna.sizemore@va.gov Department of Veterans Affairs Network Contracting Office (NCO) 10 Dayton VA Medical Center
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q9481/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9481 36C25018Q9481.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524161&FileName=36C25018Q9481-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524161&FileName=36C25018Q9481-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9481 36C25018Q9481.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524161&FileName=36C25018Q9481-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Dayton VA Medical Center;c/o Engineering;4100 W. Third Street;Dayton OH
- Zip Code: 45428-9000
- Zip Code: 45428-9000
- Record
- SN05021053-W 20180805/180803231320-0f3cd4dfc1dd111587340e1cde8b643e (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 |