SOLICITATION NOTICE
J -- Microwave Comm System Repair
- Notice Date
- 4/13/2020 5:54:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0585
- Response Due
- 4/17/2020 12:00:00 AM
- Archive Date
- 05/02/2020
- Point of Contact
- Peter Kim peter.kim33@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 6 0002 04-13-2020 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 To all Offerors/Bidders 36C26220Q0585 04-13-2020 X X X This amendment is issued to provide an updated SOW as well as RFIs and VA Responses. All other terms and conditions remain unchanged. Page 6 of 6 2. Statement of Work. 2.A. Scope. Contractor will provide all materials, tools, equipment, labor, supervision, and project management for the repair of the microwave communication system connecting VA Greater Los Angeles Healthcare System campuses at West Los Angeles, Sepulveda and the Los Angeles Ambulatory Care Center. 2.A.1. Microwave Link Mount Disappointment to VA Sepulveda and VA LAAOPC 2.A.1.A. Install 2(Two) 6 microwave dishes at Mount Disappointment and 3 ice shields using cat head and supports for cabling and ground for dish and path in both dishes. 2.A.1.B. Install loudspeaker 2.A.1.C. Perform link alignment and point-to-point functional test to/from Mount Disappointment 2.A.1.D. Run, Switches, cable, ground pipe and terminate 2.A.1.E. Perform link alignment and point-to-point functional test to/from VA Sepulveda. 2.A.1.F. Upgrade 2 (two) on-site UPS (Uninterruptible Power Supply) in the event of power failure. 2.A.1.G. Install new two UPS banks systems to match existing system at Mt. Disappointment. All 3 systems should be identical and match for each site 2.A.1.H. Fiber and ethernet installation are part of this project, CAT 6 Shielded where necessary. 2.A.2. Microwave link VA Sepulveda to Mount Disappointment 2.A.2.A. Install one microwave dish at VA Sepulveda and put up a 4 x 20 galvanized pipe on south wall of shelter thru bolted using � all-thread thru 3 angle Iron. 2.A.2.B. Upgrade network switches, and controllers. 2.A.2.C. Upgrade storage server. 2.A.2.D. Perform link alignment and point-to-point functional test to/from VA Sepulveda. 2.A.2.E. Run, cable and terminate. 2.A.3. Microwave Link VA LAAOPC to Mount Disappointment 2.A.3.A. Install 4 microwave dish on existing non pen mount. 2.A.3.B. Upgrade network switches and controllers. 2.A.3.C. Upgrade storage server. 2.A.3.D. Perform link alignment and point-to-point functional test to/from VA LAAOPC. 2.A.3.E. Run, cable and terminate 2.A.3.F. The Repeater site is a shared location with the United States Secret Service who has authorized the VA to access to this facility. Contractor must coordinate with the POC for access to Mount Disappointment at least 5 working days prior. 2.A.4. Contractor will remove all old UPS's systems, microwave equipment, old dishes, including transmission lines and non-penetrating roof mounts offsite. 2.B. Contractor Qualifications and Experience. Persons performing the dish installation must possess 2.B.1. A current tower climber certification. 2.B.2. Crane operator and rigging credentials. 2.B.3. OSHA 10/30 certifications. 2.B.4. Desired Contractor certifications 2.B.4.A. Motorola R56 Certification 2.B.4.B. Cambium Networks Certification 2.B.4.C. Avigilon Certification 2.B.4.D. Cognify (ONSSI) Certification 2.C. General Requirements. 2.C.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, 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 costs incurred as a result thereof. 2.C.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.C.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.C.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There are no designated smoking areas. 2.C.5. Normal Working Hours. Normal working hours are 7:30am-4pm Monday through Friday. 2.C.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.C.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.C.5.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.C.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.C.6. Insurance Coverage. 2.C.6.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.C.6.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.C.6.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.C.6.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. RFIs (2) Solicitation: 36C26220Q0585, Microwave Comm System Repair 1. What are the test acceptance requirements? Will traffic be monitored for a certain amount of time? VA RESPONSE. Upon completion of system installation, and before final acceptance by VA, the contractor shall perform the on-site alignment, optimization and inspection tests described in this Section and submit the results to VA in writing. While VA has performed preliminary investigation of the proposed paths, the proposer will determine the efficacy and suitability of the components proposed. Tests shall be separate for microwave radio performance and Ethernet throughput. Tests should be monitored for 30 days after the installation. The Ethernet throughput test shall comply with requirements as otherwise defined in the International Telecommunications Union standard: Y-1564 (ITU-T Y-1564 3/2011) and VA will review any test results and seek clarification. It shall be the sole responsibility of the contractor to provide clarification, modify, correct or repeat, within reason and with mutual agreement by VA and the contractor, any such test to the satisfaction of and at no cost to VA. Final testing shall consist of the Proposer successfully demonstrating all functions of the equipment and software supplied in this procurement to representatives of the owner, including performance specifications as described in Cambium Networks Linkplanner stats, predicted receive power in dBm +- 4 DB. The Contractor shall conduct an on-site inspection of all systems facilities with a representative of VA prior to formal acceptance. This inspection shall demonstrate detailed compliance with Motorola R56 standards and show that all aspects of the systems are completely operational, debugged and meet requirements described in Cambium Networks linkplanner. All systems functions specified herein shall be demonstrated to be operational. System performance shall be certified by the Proposer in writing. 2. Are the coax/waveguide and cable management government-furnished? VA RESPONSE. No, Contractor is responsible for suppling transmission lines and cable management. 3. Is the government providing the MW mounts? VA RESPONSE. No, Contractor is responsible for MW mounts, Ice shields on the tower hardware and grounding according to Motorola R56 standards. 4. Please confirm that the contractor is providing indoor and outdoor wireless. VA RESPONSE. Yes, contractor is providing indoor and outdoor Cambium Networks Access Points. 5. Please confirm that the contractor is providing 1 Avigilon camera with PTZ functionality. VA RESPONSE. Yes, contractor is providing Avigilon IR PTZ with wiper camera and Power Supply. 6. Is there an SCA or Davis Beacon requirement? VA RESPONSE. The preponderance of the project will fall under SCA Wage Determination 2015-5614, revision 15. There are portions that may involve DBA General Decision Number: CA20200022 03/06/2020 dependent on the nature of the installation for the microwave dish(es) and loudspeaker.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d3dc95ee22cb41fab7edbc0dab40b3f3/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System,; 11301 Wilshire Blvd, Los Angeles, CA 90073;Sepulveda Ambulatory Care Center; 6111 Plummer St, North Hills, CA 91343;Mount Depression, CA
- Record
- SN05618920-F 20200415/200413230144 (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 |