Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOLICITATION NOTICE

D -- eVideon IPTV Services

Notice Date
8/11/2020 12:58:03 PM
 
Notice Type
Presolicitation
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
W6QM MICC-FT BLISS FORT BLISS TX 79916-6812 USA
 
ZIP Code
79916-6812
 
Solicitation Number
PANMCC-20-P-0000-025752
 
Response Due
8/18/2020 1:00:00 PM
 
Archive Date
09/02/2020
 
Point of Contact
Nathan E. Mack, Phone: 9155686151, Amenda Fair, Phone: 9155687373
 
E-Mail Address
nathan.e.mack.civ@mail.mil, amenda.a.fair.civ@mail.mil
(nathan.e.mack.civ@mail.mil, amenda.a.fair.civ@mail.mil)
 
Description
The U.S. Government currently intends to award a contract to Spectrum on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Priced (FFP) contract to Spectrum for the installation, maintenance, television content, and internet service at the new William Beaumont Army Medical Center that is due to open and see its first patient 27 September 2020. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� The new WBAMC hospital was designed to utilize the Ft. Bliss Network Enterprise Center (NEC) commercial pathway and does not have the capacity to allow for external devices to provide television communication signals. Using this pathway prevents the need to mount external equipment onto the building, establish a new pathway to the required drop off and the need for more cabling. Utilization of alternative methods to obtain the necessary services would require a new design plan for the entire hospital, various permits and approvals and additional construction costs causing substantial delays and duplication of costs already expended in the hospital�s construction which would not be recoverable.� Additionally, an external device would be susceptible to weather conditions which is not the case with eVideon IPTV. Spectrum is the only internet service provider (ISP) that has a current configuration that will work with the eVideon IPTV with the ability to install and configure the equipment by the 27 September deadline required.� Additionally, there will be no television programming in patient rooms, waiting areas, and select offices when the new hospital opens. This would not only negatively affect patient satisfaction but hospital staff would not have visibility to important news feed information in the event of a local or national emergency. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Government Wide Point of Entry.� It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement.� The NAICS code(s) is:� 515210, Cable and Other Subscription Programming .� Size Standard $41.5M. In response to this notice, please provide: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8c9c9654baf450d99e529b0b29b6c39/view)
 
Place of Performance
Address: Fort Bliss, TX 79916, USA
Zip Code: 79916
Country: USA
 
Record
SN05752785-F 20200813/200811230144 (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.