Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

R -- Pager Contract

Notice Date
3/16/2010
 
Notice Type
Presolicitation
 
NAICS
517210 — Wireless Telecommunications Carriers (except Satellite)
 
Contracting Office
Department of Veterans Affairs;VAMC Togus;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA-241-10-RP-0136
 
Response Due
4/10/2010
 
Archive Date
6/9/2010
 
Point of Contact
Wayne L LeVasseurContracting Specialist
 
E-Mail Address
Contracting Officer
(Wayne.LeVasseur@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SUPPLIES OR SERVICES AND PRICES/COST I. GENERAL INFORMATION 1. Title of Project: Togus VAMC Voice and Alphanumeric Paging Services 2. Scope of Work: Contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. Contractor to be service agent for the service of the items listed in Section D, including any improved features and models of such equipment. 3. Background: Contractor provides Paging services to the Togus Medical Center and surrounding Community Based Outpatient Clinics (CBOC's) and Out Reach Clinics for Maine, New Hampshire, Vermont, Massachusetts, Rhode Island and Connecticut. 4. Type of Billing: Monthly Service Charges. 5. Place of Performance: Maine, New Hampshire, Vermont, Massachusetts, Rhode Island and Connecticut A. CONTRACT AWARD MEETING Contractor shall not commence performance on the tasks in the SOW until the Contracting Officer has conducted a kick-off meeting or has advised the contractor that a kick-off meeting is waived. B. GENERAL REQUIREMENTS 1.Provide clear voice and alphanumeric paging access. 2. Provide group paging as requested by VA. C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: Contractor shall provide the specific deliverables described below within the performance period. Task One: The Contractor shall provide all labor, materials, products and equipment necessary to provide paging devices and airtime services to the Department of Veterans Affairs, Togus, Maine. The Contractor shall furnish numeric and alphanumeric pagers to the Department of Veterans Affairs for use by designated employees for local and long distance paging service. Paging service is to include coverage for all of Maine, New Hampshire, Vermont, Massachusetts, Rhode Island and Connecticut. If deemed necessary, contractor shall install and maintain at its own expense a paging transmitter, satellite receiving dish and transmitting antenna (operating on 152.600 Mhz frequency or other FCC licensed and approved frequency) located at the Department of Veterans Affairs, Togus, Maine to enhance coverage and building penetration on the Togus campus. Task Two: The Contractor shall provide and maintain components and software described below to provide: 1.Access from selected medical center computers to paging system 2.Interface from medical center energy management system to paging system 3.Interface from medical center devices to paging system via medical center provided dedicated DDS2 56K data circuit and POTS circuit. Items to be contractor provided: 1.Commtechmessenger Software Licenses or equivalent, server and client a.Installed on contractor provided server b.Contractor to provide training for medical center technical staff on configuration and operation c.Contractor will not be provided physical or remote access to software without permissions assigned by medical center technical staff d.Unlimited client licenses for medical center computers 2.Server: a.Rack Mount capable to be installed in medical center provided rack b.Configuration to be, at a minimum: Windows 2003 Server OS, Raid 1 Hard Drive Array, Redundant Power Supplies, 4GB Ram c.To be compatible with and have Commtechmessenger software or equivalent installed on server d.Contractor to provide administrative rights to server to medical center technical staff e.Contractor not to have physical or remote access to server unless authorized by medical center staff f.To provide sufficient ports to interface with: i.medical center network ii.medical center energy management system iii.contractor provided data service unit g.To be capable of full security patching as required by medical center network security 3.Data Service Unit Adtran DSU IV ESP or equal a.Rack Mount capable to be installed in medical center provided rack b.To interface with: i.contractor provided server ii.medical center provided dedicated 56K data circuit to paging system iii.medical center provided POTS circuit c.Contractor to provide administrative rights to medical center technical staff d.Contractor not to have physical or remote access to device unless authorized by medical center staff Task Three: Contractor shall provide alphanumeric and numeric pagers with audio and vibrate notification capabilities powered by standard alkaline type batteries. Pager numbers for numeric pagers shall be a standard 10-digit telephone number with a Maine Area Code, and will be toll free, 7 digit number, when called within Maine. Contractor shall provide unlimited pages per month service for all plans in PRICES/COSTS Schedule. Pagers shall come complete with battery installed or battery should be provided for installation. All pagers shall come with safety chains. Task Four: The Contractor shall provide and program pagers to accept group call features at no additional cost above the rate provided in the PRICES/COSTS Schedule. Group call pagers may be alphanumeric or numeric type pagers. Group call pagers will also accept individual numeric pager calls via a 10-digit telephone number with a Maine Area Code. Task Five: The Contractor shall provide two (2) LED AS100 pager signs. The VA will provide the mounting and electrical power devices. Task Six: The Contractor shall provide monthly usage reports listing each pager, the monthly usage identifying the number of units billed and the rate quoted. The monthly reports shall be provided to COTR, David Jacques, who will receive and review monthly invoices and authorize payment. Task Seven: Contractor shall provide 24 hour support to the VA Medical Center staff to reprogram or reassign pager numbers upon failure of primary pager. Business hours requests to be made by Technical COTR, Dawn Gates. After hours requests will be made by MAA (Medical Administrative Assistant) on duty (list to be provided after award). Task Eight: The Contractor shall designate, coordinate and assign for Togus VAMC the capcodes, personal identification numbers and telephone numbers for all equipment placed in service. Togus VAMC will not obtain any ownership interest in or exclusive right to use such numbers. Togus VAMC will not knowingly permit any capcode, personal identification number or telephone number to be used by more than one unit of equipment. Task Nine: The Contractor shall respond with a phone call to the COTR's or their designee within one (1) hour after receipt of telephoned notification twenty-four (24) hours per day. If the problem cannot be corrected by phone, the Contractor shall commence work (on-site physical response) within four (4) hours after receipt of notification. The Contractor shall be responsible for onsite emergency maintenance repair for defective components consisting of paging transmitter, antenna, satellite receiver dish, software, server and data service unit when identified as non-functional by the VA Medical Center staff. Task Ten: Contractor shall provide a spare pool of pagers and components at no additional costs. The spare pool shall consist of five (5) spare numeric and two (2) alphanumeric pagers. Government shall be provided the following spare components and shall be replaced when requested by the COTR: 10 security chains, 10 battery covers for various supplied pagers and 10 latches for various supplied pagers. Task Eleven: The Contractor shall be responsible for all pager maintenance and repairs at no additional costs than the prices furnished in the Price/Cost Schedule. The Contractor is to replace defective pagers within 48 hours of notification. Routine Maintenance for onsite transmitter and associated components will be scheduled with the COTR's. Contractor shall provide backup devices to maintain continuous operation of the onsite devices to ensure minimal downtime. Documentation of routine maintenance will be provided by the contractor following each visit. Task Twelve: Contractor to maintain the same telephone numbers currently assigned to existing pagers if a transition to an alternate system is required. NOTE: For any billing month in which contractor fails to meet the performance standard of Tasks as listed above, contractor shall issue an additional credit for each period of interruption that is at least 15 consecutive minutes in duration. This credit shall be issued on a prorated basis and shall equal 1/30th of the monthly charges for the affected service per hour of service interruption. D. GOVERNMENT RESPONSIBILITIES If a transmitter is required to ensure adequate in-building coverage, Government will provide the Contractor a well-ventilated and secure in-building location to house a 46" x 23" x 23" paging transmitter and a dedicated 120 volt, 20 amp electrical receptacle for power. Togus VAMC maintenance crew will assist the Contractor to install one (1) run of inch Andrews hard-line antenna cable and one (1) run of RG-6 coaxial satellite cable and one (1) run of control cable to the GPS receiver. Togus VAMC will provide one rooftop mounting location with a southwest exposure for a satellite Receive Antenna, GPS antenna and paging transmit Antenna. Togus VAMC will provide twenty-four hour access to the paging transmitter by Contractor engineering staff. Government will provide for the server and Data Service Unit: rack space, 110v power, 56K data circuit, POTS, and connection to Honeywell system. E. CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL Contractor shall provide documentation of education, experience and training of key personnel to be used in performance of this contract. Only skilled, experienced professional and/or technical personnel may perform services under this contract. F. SECURITY The contractor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. G. CONTRACTOR PERSONNEL The parties agree that such personnel shall be considered employees of the Contractor and shall not be considered VA employees for any purpose. H. BUSINESS HOURS/DAYS - Business hours/days are defined as the time of 8:00AM to 4:30PM EST, Monday through Friday, except Federal holidays. The holidays observed by the Federal Government are: New Year's Day January 1 Martin Luther King Jr.'s BirthdayThird Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans DayNovember 11 Thanksgiving Day Fourth Thursday in November Christmas Day: December 25 or any other day specifically declared by the President of the United States of America to be a Federal Holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. Business hours/days are defined as the time of 4:31PM to 7:59AM EST, Monday through Friday, all day Saturday and Sunday and Federal holidays. For this contract, the contractor will provide services as needed 24 hours a day, 7 days a week. J. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVES (COTR's) For this contract there will be two (2) COTR's: Dawn Gates, Supply Technician, 207-621-4883 for technical aspects and David Jacques, Telecommunications Specialist, 207-621-4808 for invoicing aspects. The COTR's will be responsible for ensuring that all terms, conditions, specifications are adhered to by the contractor. The COTR's will report to the Contracting Officer any conditions not being adhered to by the Contractor. II. PRICES/COSTS: (ESTIMATED DUE TO PHASE-IN REQUIREMENTS) 1. BASE YEAR (4/1/2010-3/31/2011) Est. Quantity Unit Plan Cost/Ea Est. Max Total 1. Numeric Pager Rental Services 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 2. Numeric Pager Rental Services 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 3. Numeric Pager Rental Services 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 4. Alphanumeric Pager Rental Service 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 5. Alphanumeric Pager Rental Service 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 6. Alphanumeric Pager Rental Service 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 7. LED Pager Signs 1-100 EA $__________ $___________ 8. Commtechmessenger 1 EA $__________ $___________ Software Server and Client Licenses or equal 9. Server 1 EA $__________ $___________ 10. Data Service Unit 1 EA $__________ $___________ Adtran DSUIV ESP or equal 2. BASE YEAR (4/1/2011-3/31/2012) Est. Quantity Unit Plan Cost/Ea Est. Max Total 1. Numeric Pager Rental Services 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 2. Numeric Pager Rental Services 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 3. Numeric Pager Rental Services 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 4. Alphanumeric Pager Rental Service 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 5. Alphanumeric Pager Rental Service 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 6. Alphanumeric Pager Rental Service 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 7. LED Pager Signs 1-100 EA $__________ $___________ 8. Commtechmessenger 1 EA $__________ $___________ Software Server and Client Licenses or equal 9. Server 1 EA $__________ $___________ 10. Data Service Unit 1 EA $__________ $___________ Adtran DSUIV ESP or equal 3. BASE YEAR (4/1/2012-3/31/2013) Est. Quantity Unit Plan Cost/Ea Est. Max Total 1. Numeric Pager Rental Services 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 2. Numeric Pager Rental Services 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 3. Numeric Pager Rental Services 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 4. Alphanumeric Pager Rental Service 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 5. Alphanumeric Pager Rental Service 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 6. Alphanumeric Pager Rental Service 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 7. LED Pager Signs 1-100 EA $__________ $___________ 8. Commtechmessenger 1 EA $__________ $___________ Software Server and Client Licenses 9. Server 1 EA $__________ $___________ 10. Data Service Unit 1 EA $__________ $___________ Adtran DSUIV ESP or equal 4. BASE YEAR (4/1/2013-3/31/2014) Est. Quantity Unit Plan Cost/Ea Est. Max Total 1. Numeric Pager Rental Services 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 2. Numeric Pager Rental Services 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 3. Numeric Pager Rental Services 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 4. Alphanumeric Pager Rental Service 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 5. Alphanumeric Pager Rental Service 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 6. Alphanumeric Pager Rental Service 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 7. LED Pager Signs 1-100 EA $__________ $___________ 8. Commtechmessenger 1 EA $__________ $___________ Software Server and Client Licenses 9. Server 1 EA $__________ $___________ 10. Data Service Unit 1 EA $__________ $___________ Adtran DSUIV ESP or equal 5. BASE YEAR (4/1/2014-3/31/2015) Est. Quantity Unit Plan Cost/Ea Est. Max Total 1. Numeric Pager Rental Services 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 2. Numeric Pager Rental Services 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 3. Numeric Pager Rental Services 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 4. Alphanumeric Pager Rental Service 0-150 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 5. Alphanumeric Pager Rental Service 151-300 EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 6. Alphanumeric Pager Rental Service 301 & up EA $__________ $___________ (all inclusive rate for pager service, unlimited pages, maintenance, repair and replacement coverage) 7. LED Pager Signs 1-100 EA $__________ $___________ 8. Commtechmessenger 1 EA $__________ $___________ Software Server and Client Licenses 9. Server 1 EA $__________ $___________ 10. Data Service Unit 1 EA $__________ $___________ Adtran DSUIV ESP or equal III. SPECIAL CONTRACT REQUIREMENTS The services specified in the Description/Specifications/Work Statement and Special Contract Requirements may be changed by written modification to this contract. The VA contracting officer will prepare any modification to this contract. Prior to becoming effective, the modification shall be approved by the contracting officer. A. Work Hours: The services covered by this contract shall be furnished by the contractor as defined as needed 24 hours a day, seven days a week. B. Contract Monitoring Procedures a. The Contracting Officer's Technical Representative (COTR) shall be the VA official responsible for verifying contract compliance. The COTR will be responsible for monitoring the Contractor's performance to ensure all specifications and requirements are fulfilled. The Contractor is advised that only the Contracting Officer has the authority to make changes to the contract. After contract award, any incidents of noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COTR will monitor the contract in accordance with Attachment E, Quality Assurance Surveillance Plan, of this contract. b. The COTR will furnish a statement in writing to the Contracting Officer at close out of the contract to include a summary of contractor actions and a statement that all requirements of the contract were fulfilled as agreed. c. The contractor shall permit on-site visits by VA personnel and accrediting agencies to assess contracted services, e.g., adequacy, compliance with contract requirements, and record keeping if applicable. C.Payment: a. The contractor will submit invoices monthly in arrears covering the services performed under this contract Payment will be made via Electronic Fund Transfer (EFT). Contractor must complete enclosed EFT form and mail to address shown on EFT form. No payment shall be made unless services are authorized by the Contracting Officer's Technical Representative. Invoices shall be submitted to: VA FSC PO BOX 149971 Austin, TX 78714-9971 D.Fingerprinting: In accordance with VHA Directive 0710, Personnel Suitability and Security Program, all Contractor employees providing Telecommunications Services shall comply with Federal Fingerprinting regulations. IV. EVIDENCE OF INSURANCE COVERAGE The Contractor shall furnish to the Contracting Officer with their proposal a Certificate of Insurance which shall contain an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day written notice of cancellation or change is furnished to the Contracting Officer. V. CONTRACT PERIOD This contract will be for the period April 1, 2010 or date of award through and including March 31, 2011 with four (4) one (1) year renewal options. No service shall be performed under this contract after September 30th without written authorization from the Contracting Officer. The exercise of each option year is at the sole discretion of the Government. VI. ADP SECURITY RESPONSIBILITIES If Contractor has access to printed and/or electronic files containing sensitive information in the performance of official duties, all information or data must be protected under the provision of the Privacy Act of 1974 and other applicable laws and regulations. The Contractor is responsible for: 1) protecting the information from unauthorized release, from loss, alteration or unauthorized deletion; and 2) following applicable regulations and instructions regarding access to computerized files, release of access codes, etc., as set out in the computer access agreement and VA Policy Memorandums. VII. CONTRACT ADMINISTRATION DATA The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment will be made in the contract price to cover an increase in costs incurred as a result thereof. All contract administration functions will be retained by the Department of Veterans Affairs, 1 VA Center, Augusta, Maine. After award of contract, all inquires and correspondence relative to the administration of the contract shall be addressed to: Contracting Officer (90C) Department of Veterans Affairs Veterans Affairs Medical Center 1 VA Center Augusta, Maine 04330
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA-241-10-RP-0136/listing.html)
 
Place of Performance
Address: VAMC Togus;1 VA Center;Augusta, ME
Zip Code: 04330
 
Record
SN02093881-W 20100318/100316235543-0cf5a93aca559c8aa0c1e28668f4ef2e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.