DOCUMENT
D -- Install WiFi and Provide Services Guest WIFI - Attachment
- Notice Date
- 8/14/2018
- Notice Type
- Attachment
- NAICS
- 517911
— Telecommunications Resellers
- Contracting Office
- Department of Veterans Affairs;VAMC Bedford;200 Springs Road;Bedford MA 01730
- ZIP Code
- 01730
- Solicitation Number
- 36C24118Q9283
- Response Due
- 9/8/2018
- Archive Date
- 10/8/2018
- Point of Contact
- Harold Nice
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Wifi Services VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 2 of 11 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24118Q9283 Posted Date: 8/14/2018 Original Response Date: 9/8/2018 Current Response Date: 9/8/2018 Product or Service Code: D322 Set Aside (SDVOSB): Yes NAICS Code: 517911 Contracting Office Address NCO1 Contracting Office (VISN 1) 200 Springs Rd Bedford, MA 01730 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 announcement constitutes the only solicitation quotations 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 517911, with a small business size standard of 1500 Employees. The Manchester VAMC is seeking to purchase Wifi Install and service. All interested companies shall provide quotation for the following: PRICE SCHEDULE: The Contractor shall furnish all parts, labor, travel and tools necessary to perform all required installation and WIFI services in accordance with the attached terms and specifications detailed in the Performance Work Statement. Installation will take place during the Base Period and Option 1 will start after the install is complete. Extended Services beyond the Base Plus 4 years is 6 months. For the Installation, please provide a flat price for these services. For the WIFI Service line item, please provide your Monthly cost. Services Base Year - Date of Award Install Completion Line Item Type Quantity Unit Unit Cost Amount 0001 Guest Wifi Installed 1 JB Option Year 1 Date of Install Completion 12 Months Type Quantity Unit Unit Cost Amount 1001 Wifi Services 12 MO Option Year 2 12 Months Type Quantity Unit Unit Cost Amount 2001 Wifi Services 12 MO Option Year 3 12 Months Type Quantity Unit Unit Cost Amount 3001 Wifi Services 12 MO Option Year 4 12 Months Type Quantity Unit Unit Cost Amount 4001 Wifi Services 12 MO PERFORMANCE WORK STATEMENT (PWS) VETERANS GUEST INTERNET ACCESS (VGIA) MANCHESTER VETERANS Medical Center 1.1 Scope Contractor will establish and maintain a Veterans Guest Internet Access (VGIA); a wireless internet access service made available to our veterans, their families, and guests visiting the Manchester VA Medical Center (MVAMC). Survey the interior of the facility and determine wall losses and device locations of buildings 1, 15 and 18, not to include, Elevators, stairwells, mechanical rooms, bathrooms and all outdoor areas. 2.1 Deliverables 1. The contractor shall provide solutions meeting or exceeding all technical requirements below. 2. The contractor shall provide public wireless internet access via 2.4GHz 802.11 b/g/n Access Points in the specific areas such as buildings 1, 15 and 18. 3. The contractor shall provide a cable alternative to wireless access at the MVAMC where wireless is not appropriate or cable preference is determined by the MVAMC. (Green coated wiring/cabling 4. The contractor shall provide specific bandwidth for users of the VGIA; up to 5 locations. See drawings, provided at site visit, which are (not limited to), for locations of the estimated coverage areas. 5. The contractor shall provide public security for the guest internet access and private security for the vendor provided equipment. 6. The contractor shall provide wireless isolation via Layer 1 air gap. 7. The contractor shall provide for the physical security of contractor installed equipment until installation is completed and accepted by the Government. Due to limitations of IT closet access and space, switches, WAPS, and POE extenders, installation may require use of an IT closet on the floor above or below. 8. Cisco 24/48 port POE switches will be utilized in the closet locations. The vendor will design the network for future expansion as well; ensuring the switches are not full on day one of operations. 9. The contractor shall adhere to all standards governed by the National Fire Protection Association (NFPA-101 Life Safety Code, 2012 Edition). No firewall discontinuities. 10. The contractor shall be responsible for the design, configuration and installation of all cabling, access points, switches, and routers needed for the VGIA. 11. The contractor shall supply the MVAMC with a final wiring and equipment location map for each floor upon completion of the project. 12. The contractor shall provide an introduction page with usage agreements for acknowledgement at the time of login with information on the program, rules, restrictions, and usage agreements. If user does not agree to and acknowledge such, access will be denied. Furthermore, users must acknowledge awareness of the risk of using a public WI-FI. 13. The contractor shall provide 24/7/365 VGIA technical support via a call center for MVAMC OI&T staff. 14. The contractor shall provide 24/7/365 VGIA technical support via a call center for MVAMC veterans and guests. 15. The contractor shall provide, at the MVAMC request, telephone support within two hours and onsite support within 24 hours (if required). 16. The contractor shall provide service availability with an expected uptime of no less than 99%. 17. RF specifications: This network as any other network will interfere with our production VA network. For that reason we restrict guest access to the 2.4GHz in an effort to protect our most sensitive wireless traffic (voice) which will use the 5GHz band. Coverage for both 802.11b/g/n 2.4GHz; VA coverage specifications will drive the coverage requirements. 18. The contractor shall provide the Internet bandwidth specified by the MVAMC to provide a satisfactory user experience for customers using the VGIA service. The minimum acceptable service speed shall be a high-speed circuit with 1Mbs upload and 10Mbs download delivered over an appropriately sized WAN. 19. If off-site staging is required, the vendor is responsible for equipment until it reaches the VA s site 20. The contractor shall monitor the typical usage of access points and Internet gateway(s) to define high usage areas; the contractor shall notify the MVAMC of these locations. The contractor will help the MVAMC re-evaluate and upgrade the bandwidth should the MVAMC determine there is need. Internet Service Connectivity supporting up to 300 concurrent users (not using the VA LAN/WAN). 21. Contractor shall schedule initial equipment installation and maintenance during off peak hours, 16:30 PM hours to 07:00 AM local time for the MVAMC Monday through Friday. Holiday and weekend work must be scheduled with COR if needed. Notification of an event extending a preventive maintenance period or which may degrade system performance shall be disseminated to the user community immediately and If the event is foreseen, no less than 7 days prior to the event. 22. The contractor shall provide content filtering for inclusion to the VGIA. The MVAMC will be responsible for managing the suitability, conformity, and payment of any such web filtering product. 23. The contractor shall be responsible for the purchase of all cabling, access points, switches, and routers needed for the VGIA infrastructure. 24. The contractor shall relinquish ownership of all installed equipment to the Government upon completion and acceptance by the Government. 25. The contractor shall test, validate, repair, replace as needed, and maintain installed VGIA equipment in concert with the MVAMC service agreement. 26. The contractor shall relinquish ownership of all installed cabling and related non-electrical equipment to the Government upon completion of the service term. 27. The contractor will state having no relation to, and having no past or current affiliation with, any MVAMC employee. The technical proposal shall include a section for the vendor s approach for content filtering and security. The approach shall implement commercially available systems for filtering and security, which is intended for protecting the public users in hospital environments. The system(s) being used must also include continuous manufacturer updates to be uploaded by the vendor or manufacture, and allow for VA or vendor requested modifications pursuant to quality improvements. The proposal shall identify the systems to be used by their commercial protocol and provide a narrative describing these features and its overall functionality. 3.1 Project Responsibilities 1. Validation Testing Requirements or Acceptance Criteria: a. The Contractor shall submit a draft test plan to the VA COR for acceptance and comment. b. The draft test plan shall include the following: i. The Contractor shall perform testing following installation to ensure access points and wireless service are functioning at a minimal data rate with acceptable signal to noise and power settings as determined by the site during the site survey. ii. The Contractor shall discuss and confirm suggested speed test criteria in requirement (i) with the program manager at each site. iii. The Contractor shall provide a Post Survey Heat Map, which will show where the access points are located, and that they are functioning. iv. The Contractor shall test for interference with existing medical center systems. v. The Contractor shall provide a final test plan that includes updates addressing any comments provided by the VA to the draft test plan. 2. The vendor shall complete a site survey to guarantee prevention of interference with the existing MVAMC wireless access, both medical and non-medical systems, and to determine all equipment required for installation. 3. The vendor shall be responsible for the purchase and installation of all cabling, access points, POE extenders, switches, routers, and all other materials and equipment needed for the VGIA infrastructure as specified by vendor. 4. The MVAMC will pay the installation costs upon completion of the VGIA infrastructure and satisfactory end to end service testing. These installation costs will include all items except the recurring monthly internet service charges. 5. The vendor will establish a monthly flat-rate fee of recurring charges for Internet bandwidth, service and support fees, equipment maintenance and support fees. 6. The provisions of all applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this equipment installation. 7. Please allow two weeks for the review of submittals when planning schedules 8. End of day cleanup of the work area(s) is Mandatory. There will be no exception to the daily clean up requirement. 9. All hazardous materials must be submitted for review and approval by the Medical Center before they can be brought on site. Where ever possible, it is anticipated that the least hazardous materials necessary will be used, SDS s are required to be submitted. 10. Contractor vehicles, including those of their employees, are to be parked in Lot D. 11. Smoking is permitted only in designated locations. 12. VA personnel familiar with the facility's physical plant and structures will be available during the field investigations. It is expected that the Contractor will view the site and verify all information necessary for the development of the work plan. The Contractor shall set up appointments with the COR for these site investigations at least three (3) workdays in advance of the date of the planned visit. Non-compliance with this requirement will mean no staff will be available to guide, and to help on these surveys. The period of performance is 9/15/2018 Install Completion with four optional years of Wifi Service once the installation is complete. Delivery shall be provided no later than 180 days after receipt of order/award of contract. FOB destination on all delivery requirements. The contractor shall deliver all item(s) within the specified time agreed upon. Contracting shall be notified 90 day prior to install completion to seamlessly transition over to the service by exercising option 1 at the time of completion. Place of Performance Address: MANCHESTER VETERANS HOSPITAL 718 Smyth Rd Manchester, NH, 03104 Country: UNITED STATES FAR 52.212-2 Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below may be considered non-compliant and your quote could be removed from the evaluation process. Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government will not determine a competitive range, conduct discussions with contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. Comparative evaluations of quotes will be conducted. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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: Submit the following documents (Follow these instructions): Price: Vendor will complete the Price Schedule in Section (v), with vendors proposed contract line item prices inserted in appropriate spaces. Ensure your representations and certifications are complete in the System for Award Management (SAM) (https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant). Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Performance Work Statement. Subcontractors As a part of the Technical Quote, vendor will identify all subcontractors (including a list of all elements applicable to the utilization of subcontractors) to be involved in providing VGIA to the MVAMC. Subcontractor(s) identified in the vendor s technical quote will be the same subcontractor(s) who will actually perform on the project. If, during performance of the contract, it becomes necessary for the vendor to substitute subcontractor(s) for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the vendor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute subcontractor(s). The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor(s) and to approve or disapprove the substitute subcontractor(s) qualifications. If the proposed substitute subcontractor(s) qualifications are disapproved by the Contracting Officer, the vendor will propose another subcontractor(s) who does possess equivalent qualifications. 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 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER FAR 52.212-1, Instructions to Offerors Commercial Items [insert date of provision] FAR 52.212-3, Offerors Representations and Certifications Commercial Items FAR 52.217-5 EVALUATION OF OPTIONS FAR 52.228-5 -- Insurance -- Work on a Government Installation. CL-120 - SUPPLEMENTAL INSURANCE REQUIREMENTS FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) 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 FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 10 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at 60 Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 months VAAR 852.203-70 Commercial Advertising VAAR 852.219-10 VA Notice of Total Service Disable Veteran-Owned Small business VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders The following subparagraphs of FAR 52.212-5 are applicable: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). All quotes, shall be sent to Harold.Nice@VA.gov This is an open-market combined synopsis/solicitation for WiFi Installation and service as defined herein. The government intends to award a Firm Fixed Price contract 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:" quoters shall list exception(s) and rationale for the exception(s). Quotes shall be received not later than 1300 9/8/2018 at 200 Springs Rd Bedford MA 01730. All quote will be emailed to Harold.nice@va.gov with the subject line to include 36C24118Q9283. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer Harold Nice @ Harold.nice@va.gov. A site visit is mandatory to submit a quote and is scheduled for 8/21/2018 at 1:00 p.m., meet at the Main Building #1 Lobby, Manchester VAMC Campus with Benner, Jeffrey (603) 624-4366. Please respond and email Harold.nice@va.gov if you plan on attending. All Question need to be submitted via email to Harold.nice@va.gov NLT 8/23/2018. Point of Contact Harold Nice contracting officer, Harold.nice@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/36C24118Q9283/listing.html)
- Document(s)
- Attachment
- File Name: 36C24118Q9283 36C24118Q9283.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541357&FileName=36C24118Q9283-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541357&FileName=36C24118Q9283-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24118Q9283 36C24118Q9283.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541357&FileName=36C24118Q9283-000.docx)
- Place of Performance
- Address: Manchester VA Hospital;718 Smyth Rd;Manchester
- Zip Code: 03104
- Zip Code: 03104
- Record
- SN05036358-W 20180816/180814231342-dcb7519782ea899ec60ab551e6fd87db (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 |