Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
DOCUMENT

D -- TV Services - Attachment

Notice Date
6/10/2014
 
Notice Type
Attachment
 
NAICS
515210 — Cable and Other Subscription Programming
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26014I0752
 
Response Due
6/20/2014
 
Archive Date
9/18/2014
 
Point of Contact
Dean A Umathum
 
E-Mail Address
6-2786<br
 
Small Business Set-Aside
N/A
 
Description
This is for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Dean Umathum at dean.umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Dean Umathum at Dean.Umathum@va.gov. 1) Company name, address, point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 515210 - Cable and other subscription programming; the largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $35.5 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? (I.E. number of TV's, required channels, etc.) 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft statement of work below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The DRAFT Statement of Work follows. Thank you for your participation. TELEVISION SERVICES " STATEMENT OF WORK SCOPE OF WORK This is in anticipation of a non-personal firm fixed price contract for television services for Spokane, Roseburg, White City, and the Portland VAMC 1.0. GENERAL REQUIREMENTS Scope of Work. The Contractor shall provide Television programming services (remote continuous feed) to Government facilities in the form of a "Basic or Extended package" that will meet the Government's minimum Television requirements for the performance of its official duties. 1.2. Channel Capacity. The Contractor shall provide the government with a Basic Tier, and Extended Tier of service option packages to select from (53 channels). However, at a minimum, each package must include the following Television Broadcast Stations: 1.2.1. 24-hour News and Weather Channel (CNN, HLN, FOX News, CNBC, MSNBC) 1.2.2. C-SPAN 1.2.3. ESPN, ESPN2, ESPNU, ESPN News & ESPN Classic 1.3. The television system shall consist of a "Basic or Extended package" of channels at a minimal, reasonable cost for Government facilities. 1.4. The period of performance for this service is being proposed from date of award for 12 months with 4 one year option periods. 2.0. SCHEDULED SERVICE INTERRUPTIONS. A notice to the Contractor to discontinue or reduce a service at a Government facility shall not result in the Government being charged fees for this service. No service charge, under any name, shall be assessed for disconnection or reduced service. 2.1. COMPLAINTS. The Contractor shall promptly and courteously respond to complaints, including complaints brought to the Contractor's attention by the Contracting Officer. 2.2. PRIVACY. The Contractor shall operate the system in a manner that protects against invasion of privacy and in conformance with the privacy requirements of federal law. 3.0. SAFETY AND SECURITY REQUIREMENTS 4.0. BUSINESS OFFICE CONTACT. The Contractor shall maintain a toll-free call telephone access line which shall be made available and provided to the Contracting Officer and designated Government representatives, 24 hours a day, seven (7) days a week. The office telephone numbers shall also be supplied to the Contracting Officer and the designated government representatives. 5.0. QUALITY CONTROL The Contractor is responsible for controlling the quality of services that conform to the contract specifications. As a minimum, the Contractor shall develop quality control procedures addressing the performance objective (television services, continuous). 6.0. QUALITY ASSURANCE The Government will regularly inspect the Contractor's performance under this contract. Inspection of services does not constitute acceptance of services, nor does it relieve the Contractor of any responsibility to take all actions necessary to assure the highest quality of services rendered. 7.0. TECHINICAL REFERENCES Occupational Safety and Health Administration (OSHA)/ Code of Federal Regulations (CFR) 29 CFR Construction, 47 CFR Telecommunications part 76 National Fire Protection Agency (NFPA) NFPA 70E, NFPA 75, NFPA 76 National Electrical Code (NEC) ANS 1-2 TIA-607-B Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications 8.0. EVALUATION CRITERIA The Government will evaluate proposals as follows: Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards and non-cost factors. The following factors will be evaluated: Past Performance - Offerors shall provide contact information for two past performance references from previous contracts performed within the last 3 years that are similar in scope and complexity as the requirement in this solicitation. Experience - Offerors shall provide information showing experience with installing and maintaining television services. Price - Failure to provide any of the required information above will result in an offer deemed non-responsive. The Government will make an offer to one Offeror who is deemed responsible in accordance with the Federal Regulations and whose quote conforms to the solicitation requirements provides the best value for the Government. 9.0 SECTION 508 All Electronic and Information Technology (EIT) procured through this contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/508.htm. 10.0 INSPECTION AND ACCEPTANCE The designated VAMC authorized representative will perform inspection and acceptance. In the event the services are not in conformance with the terms of the contract, the Government may require re-performance of the nonconforming services at no additional cost or obligation to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82190576fe3f670d90be5df87be9055f)
 
Document(s)
Attachment
 
File Name: VA260-14-I-0752 VA260-14-I-0752_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1417293&FileName=VA260-14-I-0752-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1417293&FileName=VA260-14-I-0752-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03390389-W 20140612/140610235245-82190576fe3f670d90be5df87be9055f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.