Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOLICITATION NOTICE

N -- Direct TV Headend Replacement

Notice Date
1/29/2020 4:37:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0301
 
Response Due
2/11/2020 8:59:59 PM
 
Archive Date
05/20/2020
 
Point of Contact
Monique PaltanMonique.Paltan@va.gov
 
E-Mail Address
monique.paltan@va.gov
(monique.paltan@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of 13 COMBINED SYNOPSIS/SOLICITATION FOR INSTALLATION OF FIBER OPTIC DIRECTV HEADEND AND TELEVISION TRANSPORTATION SYSTEM AT HUDSON VALLEY VA MEDICAL CENTER (MONTROSE CAMPUS) (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in subpart 12.6 and FAR Part 13 - Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24220Q0301. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. (iv) This procurement is being issued as restricted to Small Business, Open Market solicitation. The North American Industry Classification System (NAICS) code is 238210 Electrical Contractors and Other Wiring Installation Contractors with a Small Business Size Standard of $16.5 Million. (v) The Contractor shall provide pricing for installation of fiberoptic DirecTV headend and television transportation system. Table is optional. Contractor can use their own pricing table but must ensure each line item is priced separately. See table below: PRICING FOR: Installation of fiberoptic DirecTV headend and television transportation system Line Item DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Provide and install New HD digital encoders for 24 Buildings at Montrose Campus 1 JB 0002 Electronic Equipment. See SOW Itemized Material Listing for quantities and equipment needed. 1 JB 0003 Training for System administrator and End user. 1 JB Total: (vi) Description of requirement STATEMENT OF WORK BACKGROUND The Department of Veterans Affairs, Hudson Valley Health Care System is seeking architecture and installation of fiberoptic DirecTV headend and television transportation system at its Montrose Campus which encompasses 22 Buildings. The electronics arm of Engineering has determined that the current television distribution systems, 6 DIRECTV headend units, with a combined total of 290 receivers can be replaced by a single DIRECTV headend and a state of the art 1550nm 1GHz RF system that would transport HD television service across the FDR-Montrose campus and reduce the number of headends to one. The installation of this equipment will reduce the number of DIRECTV Headends, at VA Hudson Valley Health Care, Montrose from six (6) to one (1). It will also increase the number of channels from 48 to 60 and provide High Definition television services to the veteran residents at the Montrose campus. SCOPE OF WORK Contractor shall supply, install and activate a state of the art 1550nm 1GHz RF system that would transport HD television service across the FDR-Montrose campus. The output of the DIRECTV headend in Building 16 would be connected to 1550nm fiber optic transmitters, into EDFA or pump lasers, into efficient optical splitters and be received by fiber optic receivers in each of the 22 buildings (1, 2, 3, 4, 5, 6, 7 12, 13, 14, 15, 16, 17, 18, 19, 26, 27, 28, 29, 30, 31, and 52), with a manual redundant backup of the 1550nm fiber optic transmitter, in Building 16 and 2 spare receivers. As part of the design of the new fiberoptic headend, the contractor will also swap out the existing analog encoders in the headend and replace them with enough HDE-QAM DIN Encoders to supply 60 channels of our currently supplied DIRECTV HD content to the 24 buildings requested. 1. CONTRACTOR REQUIREMENTS: Contractors shall have experience installing a state of the art 1550nm 1GHz RF system at VA hospitals and familiarity with the FDR-Montrose DIRECTV system. The Contractor shall ensure all wall and floor penetrations shall be properly fire stopped. The Contractor shall label all panels and cables at both ends. If no cable management exists, the contractor shall provide cable management in racks/cabinets as well as on walls where needed in accordance with best commercial practices. If hazardous materials are encountered, the contractor shall stop work and immediately notify the site environmental point of contact and Contracting Officer. Any excess materials purchased by the vendor, as part of the installation of the new headend equipment and charged to the government shall be turned over to the government at the end of the project. 2. Purchase Requirements: All equipment and software needed for a complete and operational install shall be provided by the contractor. All equipment must have a minimum 1-year manufacturer warranty with optional extension. All equipment shall be shipped with protective foam and labeled as fragile. All equipment delivered damaged is returnable for replacement, repair is not acceptable. All equipment will have free life time Firmware and Software upgrades. All equipment will include rack rail kits. All equipment will be confirmed by the Electronic Shop before purchasing All equipment must be purchased to exact specifications to include model and make number with no alternative. All equipment must be delivered within 30 days of award date. 3. Itemized Material Listing Item # Description/Part Number* Qty 1 1550nm Optical Transmitter with Dual Outputs 2 2 1550nm Optical EDFA Amplifier 26dbm Output 1 3 1550nm Optical EDFA Amplifier 21dbm Output 1 4 32 Port Optical Coupler 1 5 High Output Optical Receiver 24 6 HDE-QAM DIN Encoder 8 7 BT Headend Dashboard 1 8 19 HD TV Monitor 1 9 PC For Remote Access 1 4. Training: The Contractor shall provide system administrator and end user training, onsite at FDR Montrose Campus to the Electronics Shop Personnel. 5. Use of Premises: The Contractor and all associated sub-contractor s employees shall comply with applicable installation, facility and local security policies and procedures. The Vendor and all employees working on this contract will be required to check in daily with VA police for badges. Badges shall be worn at all times while on site. 5. Place of Performance: Department of Veterans Affairs Hudson Valley Health Care System Montrose Campus 2094 Albany Post Road Montrose NY 10548 22 Buildings (1, 2, 3, 4, 5, 6, 7 12, 13, 14, 15, 16, 17, 18, 19, 26, 27, 28, 29, 30, 31, and 52) 6. Place of Delivery: Department of Veterans Affairs Hudson Valley Health Care System Montrose Campus Building 17 Warehouse 2094 Albany Post Road Montrose NY 10548 Attention: Ernest Maoriello 7. Period of Performance: One year from award of contract. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (ARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24220Q0301 Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete. Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. VHAPM 817.2 3.4: This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price (a)Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. Contractor must be able to provide proof the contractor is licensed /certified to perform the services. Contractor must provide evidence of past experience in performing similar tasks. Contractor must provide documentation of prior or current contracts with similar scope with contact information for references. (2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) 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). (c) 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. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 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) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) N/A (xv) This is a restricted to Small Business, Open Market combined synopsis/solicitation for installation of fiberoptic DirecTV headend and television transportation system at the Hudson Valley Veterans Affairs Medical Center (Montrose Campus) as defined herein.��The government intends to award a 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 03:00 PM EST, Tuesday, February 11, 2020. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Tuesday, February 4, 2020 at 03:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, 212-686-7500 Ext 6090; Monique.Paltan@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/413f0b9cb675452b965694546165031d/view)
 
Place of Performance
Address: Department of Veterans Affairs;Hudson Valley Healthcare System;Montrose Campus;2094 Albany Post Road;Montrose, NY 10548, USA
Zip Code: 10548
Country: USA
 
Record
SN05546352-F 20200131/200129230142 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.