Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
DOCUMENT

D -- CABLING SERVICES FOR THE VA NORTH TEXAS HEALTHCARE SYSTEM - Attachment

Notice Date
12/6/2016
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;VISN 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25717Q0193
 
Response Due
12/20/2016
 
Archive Date
2/18/2017
 
Point of Contact
Victoria Rone
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, 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. Solicitation number VA249-17-Q-0193 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE:  This requirement is Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS is 238210 and the small business size standard is $15.0 Million. In accordance with VAAR 852.219-11, any SDVOSB submitting a quote for this action must be verified for ownership and control and is so listed in the vendor information pages database (http://www.vetbiz.gov) upon submission of quote. Only qualified offerors may submit bids. Introduction: The government anticipates awarding a Firm Fixed Price award, lowest price technically acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation requirements. Description of Services: The North Texas Healthcare System (NTX) has a need for a contractor to provide voice and data cable installation and follow-on services for VA sites in the VISN 17 North Texas Healthcare system. The contractor shall furnish all personnel, equipment, tools, materials, transportation, management supervision, and other items and services necessary to perform all cable installation tasks and functions. The contractor must perform to the standards identified in the statement of work. See attached Statement of Work (SOW) and Line Item CLIN for complete details. Place of Performance: North Texas Healthcare System (NTX) locations as outlined in the Statement of Work. Period: Base Year January 1, 2017 thru September 30, 2017 with (4) one-year option periods to renew through September 30, 2021. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-1, Instructions to Offerors--Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 30, 2021. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor 52. (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52. 222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (http://www.va.gov/oal/library/vaar/vaar852.asp#85221570) 852.219-10 VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside 852.215-71, Evaluation Factor Commitments 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service Disabled Veteran-Owned and Veteran-Owned Small Business Factors, and VAAR 852.217-71, Evaluation Factors. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer. All quotes received without this documentation will not be considered. All questions should be emailed Victoria.Rone3@va.gov, by Tuesday, December 13, 2016 by 8:00am CST. The subject line must specify VA249-17-Q-0193 Cabling Services (North Texas Healthcare System). All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received by December 20, 2016, by 8:00am CST. Email your quote to Victoria.Rone3@va.gov. The subject line must specify VA249-17-Q-0193 Cabling Services (North Texas Healthcare System). There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. Quote should be broken down as follows: Base Year:            1 January 2017 30 September 2017                          Total: $___________________ Option Year 1: 1 October 2017 30 September 2018                          Total: $___________________ Option Year 2:  1 October 2018 30 September 2019                          Total: $___________________ Option Year 3:  1 October 2019 30 September 2020                          Total: $___________________ Option Year 4:  1 October 2020 30 September 2021                          Total: $___________________   Total for Base and All Option Years: $_______________________ The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis. STATEMENT OF WORK DESCRIPTION OF SERVICES: 1.1 The contractor shall provide voice and data cable installation and follow-on services for VA sites in the VISN 17 North Texas Healthcare system. The contractor shall furnish all personnel, equipment, tools, materials, transportation, management supervision, and other items and services necessary to perform all cable installation tasks and functions. The contractor must perform to the standards identified in the statement of work. This proposal request herein describes the complete Copper Cable and Fiber Optic Cable Distribution System and will be referred to in this document, as the "Cable Distribution System" or Fiber Distribution System. The statement of work also includes furnishing, installing and maintenance of the complete horizontal copper station cabling and vertical copper riser cable to support voice and data end user equipment. The cable distribution system architecture shall be of the latest technology design for category 5E horizontal station wiring. The Cable Distribution System and Fiber Distribution system shall meet or exceed the manufacturer's published commercial specifications and standards specified in this document. The Cable Distribution System and Fiber Distribution system will be maintained to satisfy the digital data and voice requirements of the Department of Veterans Affairs, VISN 17 North Texas Healthcare System (NTX). Contractor will not team with another Vendor or contractor in performance of this scope of work. 1.2 The North Texas Healthcare System (NTX) is comprised of the following locations: VA Medical Center, 4500 S. Lancaster Road, Dallas, Texas 75216 Fort Worth Outpatient Clinic, 2201 SE Loop 820, Fort Worth, Texas 76119 Fort Worth Vet Center, 1305 W. Magnolia, Suite B, Fort Worth, Texas Sam Rayburn Memorial Center, 1201 E. 9th Street, Bonham, Texas 75418 Compensated Work Therapy, 101 New York Ave., Fort Worth, Texas Store Front Office, Ervay, Street, Dallas, Texas VISN 17, 2301 E. Lamar Blvd., Suite 650, Arlington, Texas 76006 Dallas Vet Center, 10501 N. Central, Suite 213, Dallas, Texas 75231 Tarrant County Vet Center, 3337 W. Pioneer Pkwy, Pantego, TX 76013 Dallas County Vet Center, 502 West Kearney, Suite 300, Mesquite, TX 75149 Tyler Outpatient Clinic, 3414 Golden Rd, Tyler, TX 75701 PACT Clinic, 4243 S. Polk, Dallas, TX 75224 Fort Worth Homeless Vet Center, 1518 E. Lancaster, Fort Worth, TX 76116 Dallas Compensated Work Therapy, 4504 Bronze Way, Dallas, TX 75236 Herzog Center, 4900 S. Lancaster Rd., Dallas, TX 75216 Any new location acquired by the VA North Texas Healthcare System 1.2 CABLE PLANT MANAGEMENT RECORDS SHALL PROVIDE: 1.2.1 A cable distribution system record shall be provided by the contractor to show all copper and Fiber cables installed and tested in this specification. 1.3 CABLE DISTRIBUTION SYSTEM; COPPER (TWISTED PAIR): 1.3.1 The contractor shall provide a new cable distribution system conforming to Building Industry Consulting Service International (BICSI) Standards, EIA/TIA 568A & 569 and ICEA Publications S-80-576-1988 (Ref. B1.6) as to size, color code, and insulation. All cable distribution installation shall be fully coordinated with the VA s Contracting Officers Technical Representative (COTR) prior to start of installation. 1.3.2 The contractor is responsible for complete knowledge of the space and cable pathways (equipment rooms, telephone closets, conduits, wireways, etc.) of the locations listed above in paragraph 1. The Contractor shall design new pathway (cable tray, J-Hooks, etc.) if required to complete work and if provided install the cable distribution system using the pathways (conduit, etc.) provided in the area of the VAMC. Cable trays currently in use that are not full will be utilized for new cable. Cables shall be supported with J hooks or cable bags every four (4) to five (5) feet whenever there is an absence of a cable tray. All cables installed in pathways and spaces will conform to the ANSI/TIA/EIA-569-A standard. Any areas requiring the use of fire sealing material will conform to the ANSI/NFPA-70 FIRE SEALING / SAFETY standard. The VA, upon written request, will authorize the contractor to provide a quote to increase number or size of pathways only in the event the total pathways provided to any given area are inadequate. 1.3.3 All new Station Data / Voice cable sheaths will be color coded. Blue Sheath will be a 4 pair Data Cable; White Sheath will be a 4 pair Voice Cable and shall conform to the requirements of ICEA Publications S-80-576-1988 (Ref. B1.6) as to size, color code, and insulation. 1.3.4 All material, installed by the contractor, shall be new and thoroughly tested. Any station cables testing with bad pairs will be reinstalled. 1.3.5 Conductors shall be cabled so as to insure against induction in voice/data circuits. Crosstalk attenuation within the cable system shall be in excess of 80dB throughout the frequency range (UL, ISO 2000). 1.3.6 The cable distribution system shall be labeled in accordance with ANSI/TIA/EIA 606; Administration Standard for the Telecommunications Infrastructure of Commercial Buildings dated 2/1993, or the existing labeling scheme used at the site. The cable distribution will also be fully tested. All cables will be tested with a Wire Scope 350. The cable records shall identify each cable as labeled, used cable pairs, and bad cable pairs. All cables including connectors will be tested to ensure proper installation practices were observed and the installations meet TIA/EIA TSB-36, Additional Cable Specifications for Unshielded Twisted Pair Cables, and the TIA/EIA TSB-40 Additional Transmission Specifications for Unshielded Twisted Pair Connecting Hardware. These measurements shall be entered as part of the cable records. All cable records will be maintained in the Telephone Switch Room and all future changes (used pair, failed pair, etc.) shall be posted in these records as change occurs. Any station cables testing with bad pairs will be reinstalled. All cables, including connectors shall be tested to ensure that proper installation practices were observed and that the installation meets the requirements of EIA/TIA. These measurements shall be entered as part of the cable records. All cable records must be available at acceptance testing and thereafter maintained in the Telephone Switch Room. 1.3.7 If temporary cable and wire pairs are used, they shall be installed so as to present no pedestrian safety hazard and the contractor shall be responsible for all work associated with this temporary installation and for removal when no longer necessary. 1.3.8 The Contractor shall ground all metallic cable sheaths, etc. (e.g. risers, underground, station wiring). 1.3.9 Conductors shall be cabled so as to ensure against induction in voice/data circuits. Cross talk attenuation within the cable system shall be in excess of 80dB throughout the frequency range. 1.3.10 All outside cable shall be shielded, 24AWG solid conductors, solid PIC insulation, and filled core (flex gel) (waterproof) REA LISTED PE 39 or PE 89 Code. The outside cable plant cable shall be grounded with 6 gauge green ground cable. Access to the manholes will be coordinated with the VAMC (Quality Management-Safety). This will allow time to air and test the manhole environment to ensure a safe entry. 1.3.11 All inside riser communications cables shall be listed as being suitable for that purpose and marked accordingly. 1.3.12 All inside riser communications cables shall be shielded, 24AWG solid, thermoplastic insulated conductors. It shall be enclosed with a thermoplastic outer jacket. The maximum DC resistance shall be no more than 28.6 Ohms per 1000 feet. 1.3.13 The Contractor shall engineer, and install riser cable to provide full service to all voice cable pairs identified in each telecommunication closet/cabinet. A minimum of one pair per telephone shall be provided and cross connected from the telecommunication closet to the Main Distribution Frame (MDF), unless the site requirements differ and in that case the existing site requirement will be used. All cabling shall meet the EIA/TIA-568 Commercial Building Wiring Standards including the TSB-40 update. 1.4 TELECOMMUNICATIONS OUTLET CONNECTORS AND WORK AREA CABLE TERMINATIONS: 1.4.1 All new voice and data telecommunications outlets (Jacks) shall be Category 5-E compliant eight position RJ-45 non-keyed (EIA/TIA 568A). Four unshielded twisted pair 24 AWG Work Area (WA) cable shall be installed from each jack (in accordance With EIA/TIA standards 568 "T568A" and 606) to the telecommunication room (IDF) and shall be of a type designed to support Category 5e data communications (not less than 100 MHz /100 Mbps). Data cables shall terminated on category Five E-compliant RJ-45, 8 wire 24-port / 48 port modular patch panels, voice cables shall be terminated on Category 5-e compliant 110 type modular blocks, which are dedicated to voice applications. 1.4.2 All new outlets shall have a minimum of two (2) data cables and one (1) voice at each faceplate, unless the site at which the work is being performed has different requirements. The faceplate shall be capable of handling a minimum four (4) connectors, including ST fiber optic and FDDI connectors. The data connectors in the faceplate should be available in the color blue for the distinction of different data services provided at the faceplate. The data connectors shall meet the TSB40 Category Five E standard. Once terminated, the cable sheath is clamped which provides for strain relief. After termination, wire colors should be visible for verification of correct installation. The front of the connectors shall be flush with the faceplate installation. A modular furniture insert shall be available that uses the same connector being used in faceplates. A surface mount box using same connectors is required. 1.4.3 At the telecommunication room (IDF) the cable for the voice portion of each connector shall be terminated on Category 5-e compliant 110 type modular blocks, which are dedicated to voice applications. Wire Management shall be provided by the contractor for distribution management. Labeling and color-coding shall be in compliance with EIA/TIA 606. 1.4.4 At the telecommunication room (IDF), the cable for the data portion of each connector shall be terminated on appropriately sized Category 5e-compliant RJ-45, 8-wire, 110 type modular patch panels. Cable Management shall be provided by the contractor for field distribution/patch cord management. Labeling and color-coding shall be in compliance with EIA/TIA 606 and or the individual sites requirements. 1.4.5 Each wall telephone instrument shall be installed on a single wall mounted Category 5e-compliant RJ-45. At the telecommunication room, all four pair shall be terminated on Category 5e-compliant 110 type modular blocks, which are dedicated to voice applications. 1.4.6 In areas where there are no existing telephone outlets installed and the new installation point is on a hollow wall, the contractor shall provide and install a flush mounted box with the appropriate jack. For surface mounted installations, the contractor will provide wire mold and outlet box. Wherever possible Panduit cable molding is to be screwed into the wall. Modular free-standing cubicle designed furniture will be wired by the contractor. 1.4.7 The contractor shall provide the appropriate modular connector and cover plate for each location identified on station wiring prints. 1.4.8 Where Patient Bedside Private Units (PBPUs) exist which contains a single gang box to be used for telephone and data jack installation, the contractor will be responsible for the necessary disassembly and reassembly of each PBPU to the extent necessary to pull wire from above the ceiling to the box reserved for telephone and data. A cover provided by the vendor and approved for use by the VAMC shall be used to finish the jack installation. 1.4.9 The Contractor shall provide the appropriate modular jack and cover plate. Blank cover plates will be utilized to cover any holes in the walls where the pathways were not utilized. 1.4.10 All cable terminations shall meet the EIA/TIA-568 Commercial Building Wiring Standards including the TSB-40 update. 1.4.11 The Contractor is advised that some installations may take place to accommodate personnel working in modular furnishings. The VA will set up a meeting between the cabling contractor, the furniture contractor and the VA. 1.5 MAIN DISTRIBUTION FRAME (MDF) and INTERMEDIATE DISTRIBUTION FRAME (IDF): 1.5.1 Gas tube protection devices, or equivalent, shall be provided on all circuits and cable pairs serving building intermediate distribution frames (IDF s) located in buildings other than the building in which the EPABX is located or in any area served by an exposed distribution system (conduit, aerial, etc.). The contractor shall install gas protection devices at the nearest point of entrance in the buildings where the protection is required and on the same circuits on the MDF in the telephone switch room. 1.5.2 In case of buildings which are either directly attached or connected by enclosed walkways, gas tube protection at the BDF will not be required as long as the cable pathways provided do not exit the connected buildings at any point. Gas tube protection is required on all cable pairs, which interconnect separate buildings. 1.5.3 All MDF s and IDF s shall be wired in accordance with BICSI, and other applicable standards. All cable will be tested using a device that will measure: wire mapping, return loss, DC loop resistance, Attenuation, Near End crosstalk, length, etc; insure that all cables installed meet the EIA/TIA specs for all UTP cables using the criteria listed above. The results of the testing will be provided to the COTR. 1.5.4 Any problem with the cable system must be isolated and repaired by the contractor. The contractor will trouble shoot the riser cable, station cable, jack (insert), splice, etc. to determine the best method of repair. If problems are found, the contractor shall contact the site telecommunications manager and continue corrective measures until the problem is resolved. The contractor shall record all maintenance and follow-on service (MAC) calls in a logbook in the switch room or in the work order module. Information required is date service request was received, ticket number assigned, date service was completed and what was accomplished. Preventive maintenance procedures shall also be included in the logbook or work order module. 1.6 CABLE DISTRIBUTION SYSTEM; FIBER (FIBER OPTICS): 1.6.1 The Contractor shall install fiber optic cable to meet Fiber Distributed Data Interface (FDDI) bandwidth requirements and multi mode wavelength of 850/1300 Nanometers. The fiber optic cable shall be 62.5/125 micron @ 3.0 db per kilometer that meets FDDI specifications. The fiber optic cable shall contain a minimum of 12 strands unless other wise specified and shall not exceed 2000 meters (6560 feet) in a single run. All fiber optic cable will be installed in contractor provided "inner duct". Loose tube cable, which decouples the individual fibers from the environment, and shall be installed for all out door runs or for any area which includes out door run. Tight-buffered fiber cable shall be used for in door runs. If any underground conduit becomes at least 75% filled, a spare inner duct, with pull string, shall be installed. 1.6.2 In the computer room all fiber optic cable shall be installed in a rack mounted fiber optic cable distribution component /splice case in accordance with BICSI standards. "ST" connectors will be installed on each strand. 1.6.3 Fiber optic cables shall terminate in IDF s at a wall mounted interconnect panel. 1.6.4 All strands will be tested and cable transmission performance specifications shall be in accordance with EIA/TIA standards. Attenuation shall be measured in accordance with EIA fiber optic test procedures EIA/TIA-455-46-61, or -53. Information transmission capacity shall be measured in accordance with EIA/TIA 455-51, or -30.The contractor will provide written test results. 1.7 CONTRACTOR S PERSONNEL 1.7.1 Contractor will assign a Project Manager (PM) in writing, who will be the key point of contact for VA when communication with contractor throughout the period of this contract. All proposed substitutions are to be submitted to the CO in writing, at least 30 calendar days in advance of the proposed effective date. Contractor will not team with another Vendor or contractor in performance of this scope of work. 1.7.2 Work will be accomplished Monday through Friday 8:00 a.m. to 4:30 p.m. excluding Federal holidays. There may be instances in which the Contractor's workday may be outside this time frame. Contracting personnel working on-site at any VA location shall adhere to the rules and regulations in place at the specific VA location. 1.7.3 Contractor shall remove, on a daily basis, all debris and scrap generated in the performance of work. 1.7.4 Contractor shall obtain any and all required licenses required to perform the required work. 1.7.5 Contractor shall comply with all local building and fire codes. Where cable and wire penetrate through fire/smoke partitions, firewalls, or floors the Contractor shall provide and install fire stopping material, type approved by VAMC Chief, Engineering. Which is 3M Fire barrier CP 25WB+Caulk and 3M Fire Barrier Moldable Putty+. 1.7.6 Contractor shall be responsible for the removal and replacement of ceiling tiles during installation of the cable distribution system. The contractor shall be responsible for replacement andinstallation of any ceiling tiles they damage with a matching tile. 1.7.7 Contractor, to ensure the fire safety code of the facility(s), the following must take place. When a cable pull is taking place in a corridor and the installer can t see the other end of the installation. A second installer must be present under that open ceiling tile. 1.7.8 Not use gasoline, benzene, alcohol, naphtha, carbon tetrachloride, or turpentine for cleaning any part of the equipment. Flammable materials shall be kept in suitable places outside the building. OSHA safety standards and local VAMC safety standards shall prevail. 1.7.9 The Contractor shall be responsible for all communication closet keys that are issued in order to accomplish the work. The telecommunication closets will be secured at all times. The PABX switch room access rules of behavior will be signed by all those that have a must need for access to the telephone switch rooms at our various locations. 1.8 CONTRACTOR RESPONSIBILITIES. The contractor shall be responsible for any and all liability actions or suits when the contractor is at fault or negligent in the performance of maintenance activities. Pecuniary liability is also included for any and all damages to VA buildings and equipment caused by telephone system maintenance activities. The contractor shall comply with all local building and fire codes in addition to VA policy and procedures at the site. 1.9 QUALITY CONTROL. Contractor shall develop and maintain a quality control program to ensure services are performed in accordance with commonly accepted commercial practices. Develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor will provide a named individual to serve as the POC for quality control issues/complaints. The Government and the Contractor shall jointly cooperate in the development and implementation of a Quality Assurance Plan. The QAP shall document the process that will verify and validate quality assurance in compliance with the contract requirements and ensure these requirements meet the Government s expectations. This QAP shall consist of a Government approved QA process, periodic quality briefings within the Interim Baseline Review (IBR) process, and Government surveillance. The Contractor shall develop a QAP that provides for the monitoring of the quality of the services, work products, and deliverables required under the contract. The Contractor shall develop the QAP based on accepted industry standards such as the CMMI SM, ISO 9000 IEEE 12207, or other accepted industry QA standards. The QAP shall detail the processes, procedures, and metrics for assuring quality. The QAP shall also include, at a minimum, a description of the following key activities: Establishment of capable processes; Monitoring and control of critical processes and product variation; Establishment of mechanisms for feedback of field performance; Implementation of an effective root cause analysis and corrective action system; and Continuous process improvement. A draft QAP shall be submitted with the proposal for Government review. If the DO is awarded, the final QAP shall be due fifteen (15) calendar days after the PoP start date. Once approved, the QAP becomes final and unless modified, governs all QA procedures for the balance of the contract performance. During performance of the contract, the Contractor shall maintain a QA inspection system that contains procedures and processes that are consistent with the monitoring and control processes identified in the approved QAP. The final, approved QAP shall provide for the Contractor to conduct periodic briefings to the Government. The QA briefings shall address any and all quality issues uncovered by the Contractor since the previous briefing. Prior to the briefing the Contractor shall document the root cause of the problem and provide a description of the corrective action taken (or being taken). The corrective action shall be consistent with the Contractor s continued process improvement and field feedback mechanisms identified in the approved QAP. The Contractor shall maintain records documenting all corrective actions and process improvements undertaken during contract performance. The records shall validate the Contractor s compliance with the processes contained in the QAP. The Contractor shall make the records available to the Government during contract performance and for a period of five (5) years after final payment under the contract. 1.10 QUALITY ASSURANCE. The government will periodically evaluate the contractor s performance in accordance with the performance objectives identified in this Statement of Work. The Government has the right to perform periodic surveillance of the Contractor to assure that the Contractor s work products and QA processes are in compliance with the contract requirements. The Government and the Contractor will coordinate Government surveillance in a manner that will not unduly delay or disrupt the Contractor s performance of the contract. 1.11 GOVERNMENT OVERSIGHT. 1.11.1 Contracting Officer s Representative (COR). The following individual shall serve in the capacity of Contracting Officer s Technical Representative (COTR) and handle daily administrative duties as delegated. All deliveries shall be addressed to the COTR listed below: Point of Contact: James Briggs IT Specialist Mailing Address: 4500 E. Lancaster Rd. Dallas, Texas 75216 Telephone No: 214.857.2094 E-Mail Address: james.briggs@va.gov 1.11.2 Only the Contracting Officer has the authority to represent the Government in cases where the project requires a change in the terms and conditions, delivery schedule, scope of work and/or price of the products and/or services acquired under this DO. 1.12 INSURANCE Contractor shall provide evidence of insurance prior to commencing work on the government installation. Submit to the attention of the contracting officer: 1.13 INVOICE SUBMISSION The contractor shall submit all invoices electronically for payment. In addition, FSC Austin would be the POC for questions regarding payments and that number is 877-353-9791. Please be advised; OB10, Inc. has changed to Tungsten Network, Inc. If a contractor has an OB10 account they do not need to register an additional Tungsten Account. If a contractor is not registered with Tungsten/OB10 they will need to register on the  www.tungstennetwork.com//veteransaffairs  website in order to send VA electronic invoices in compliance. A direct link to registration is provided below. The Tungsten VA website URL above offers additional information regarding the mandate, operations, FAQ s, and requirements 1.14 PAYMENT All services shall be paid monthly in arrears. Government approval of invoices may be withheld, or payment reduced, until all due deliverables have been received. 1.15 NONPERSONAL SERVICES A nonpersonal services contract is defined in FAR 37 as a contract under which the personnel rendering services are not subject; either by the contract s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. The contractor will perform independently and not as an agent of the government. The ordering activity may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered. 1.16 CONTRACTOR STATEMENTS The Contractor shall be responsible for adhering to the following statements as they relate to the specified category. The VISN 17 sites in coordination with their site Information Security Officer (ISO) shall monitor the work performed by contractor personnel, including sub-contractors, on a periodic basis to make sure contractor personnel are following the stated security requirements. 1.17.1 ACCESS AUTHORITY: Contractor provided hardware and software shall limit system access to those individuals requiring access to perform job responsibilities. The contractor hardware and software shall only permit authorized users to have access to the system and it s resources. For each object requiring control, provide an access list, which specifies the minimum users/groups that need access and their specific rights (e.g., read, write, create, delete). Shall restrict the creating/modifying/deleting of access controls to authorized administrators only and owners of specific objects. Shall check a User ID s access rights to an object, at a minimum, when access to that resource is initiated. 1.17.2 ACCREDITATION: The Contractor is required to sign Rules of Behavior before access to VA systems is permitted 1.17.3 AUDIT AND VARIANCE: Contractor provided hardware and software shall provide the capability or detection for systems audit. They shall maintain, and protect a security audit trail of user and administrator actions so that security relevant events can be traced to specific user for accountability. Logs should be maintained at a minimum of six (6) months. These audit trails shall provide both MAC (add, moves and changes) and Maintenance activities. The systems shall provide a historical audit of all users system configuration activities 1.17.4 DOCUMENTATION: Contractor provided documentation will include user instructions for the system. Software will include copyright information and licenses. 1.17.5 HARDWARE AND SYSTEM SOFTWARE CONTROLS: Contractor provided documentation will include a change control procedure. 1.17.6 ID AND AUTHENTICATION: Contractor provided hardware and software will include the capability to assign a unique user identification code for accountability and audit ability. 1.17.7 INCORRECT LOGIN: Contractor provided hardware and software access system shall lock out Attempts user account after three (3) login attempts after which there shall be a delay of at least ten (10) minutes before the next attempt. 1.17.8 INVALID ID / PASSWORD: Contractor provided hardware and software access systems shall perform the entire user authentication procedure even if User ID or password entered is invalid and not include in error feedback which part of authentication information is incorrect. 1.17.9 OTHER: The contractor provided software and hardware shall provide System self-checking features to validate correct operation of hardware / firmware, including: power on tests, loadable tests, and operator-controlled tests, system initialization and recovery. At systems initialization and recovery ensure security features are fully restored. 1.17.10 PASSWORDS: Contractor provided hardware and software access shall require passwords of at least eight (8) characters in length, consisting of at least one alphabetic and at least one numeric (e.g. 5,7) and one special (e.g. #, +) character. Shall not indicate if a user has chosen a password already associated with another user. Password shall be stored in a one-way encrypted form. Shall not transmit unencrypted passwords over the network. Shall limit access to encrypted passwords. Shall automatically suppress or fully blot out the clear-text representation of the password on the data entry/display device. Shall prohibit passwords login without password. Shall permit only authorized administrators to set/reset temporary passwords (from which users change on first log-in). Shall require users to change password every 90 days, administrators every 30 days. Shall prohibit the reuse of passwords by the same user for at least six months. Shall provide users with advance notice of password expiration by providing additional logons prior to requiring new password. 1.17.11 PERSONAL SCREENING: The contractor staff and subcontractors must complete background screening before access is permitted to VA systems. 1.17.12 PRODUCTION: Contractor provided hardware and software shall provide the capability to handle input / output, storage, and disposal of sensitive materials (e.g., paper, diskettes, etc.) which are generated by that system. 1.17.13 REMOTE ACCESS: Remote access will only be permitted on a per-demand VA supervised Dial-in/out basis. 1.17.14 SECURITY: The contractor provided software and hardware shall provide restricted Management access capabilities for displaying, modifying, or deleting user account information. It shall provide a means to uniquely identify: 1) security attributes for a user, 2) all the users associated with an attribute, and 3) definition and maintenance of groups. It shall be capable of defining and maintain security controls for subjects (e.g., users, groups) and objects (e.g., directories, files, resources) using defined access rights (e.g., read, write, execute). 1.17.15 SYSTEMS ENTRY: Contractor provided software shall limit the number of login sessions the single user can log into the system form different workstations. The system shall only grant entry to a user if the systems administrator has created a user access profile. Shall upon entry into the system, the system shall display date, and time of users last successful entry, number of unsuccessful entry attempts. Shall terminate an interactive session after an administrator-specified interval of user inactivity. The default shall be fifteen minutes (depends upon system s rules and current VHA policy). 1.17.16 TRAINING: Contractor personnel performing the same duties as employees shall be required to attend the same security training. 1.8 FINAL ACCEPTANCE: 1.8.1 The VA and the Contractor shall jointly conduct a Final Acceptance Test. This test shall be conducted 5 days following notification by the contractor of completion of any addition or new cable distribution system called for in this document. In addition to compliance with the technical characteristics and quantities of equipment specified in this document, a provision is added that all punch list items noted during the initial inspection, when the contractor notifies the VA of completion of the installation, must be resolved before the conclusion of the Final Acceptance Test. Upon completion of the punch-list item(s), the Contractor will be deemed to be in compliance with this statement of work. 1.8.2 At the conclusion of the Acceptance Test, the VA and the Contractor shall jointly agree to the results of the test, and reschedule testing on deficiencies and shortages, if any. When the test shows the system performs in accordance with the VA statement of work, and all punch-list items have been completed, the cable distribution system will be considered to have achieved compliance with the requirements of the statement of work. If any retesting is needed to reach agreement on the results of the tests or to establish compliance with this statement of work, such retesting will be done at the Contractor's expense. 1.9 APPLICABLE PUBLICATIONS AND STANDARDS: Except where a specific date is given, the issue in effect (including amendments, addenda, revisions, supplements and errata) on the date of this Task Order Proposal Request, shall be applicable. In text, such publications are referred to by basic designation only. 1.10 GOVERNMENT STANDARDS: 1.10.1 FEDERAL ACQUISITION REGULATIONS (FAR) 1.10.2 DEPARTMENT OF VETERANS AFFAIRS ACQUISITION REGULATIONS (VARR) 1.10.3 DEPARTMENT OF VETERANS AFFAIRS OFFICE OF CONSTRUCTION (OC) MASTER CONSTRUCTION SPECIFICATIONS (Available Upon Request) 1.11 NON-GOVERNMENT STANDARDS: The contractor shall operate under, but not limited to, the following national codes, telecommunications industry standard and practices: 1.11.1 National Electric Code (NEC), Part 800 Article 250 1.11.2 Building Industry Consulting Service International (BICSI), all standards. 1.11.3 Electronic Industries Association/Telecommunications Industry Assoc. EIA/TIA 569 (Standard for telecommunications pathways and spaces requirements) 1.11.4 Telecommunications Industry Assoc. /Electronic Industries Association TIA/EIA 568A (Telecommunications cabling standard) 1.11.5 ICEA Publications S-80-576-1988 1.11.6 Telecommunications Industry Assoc. /Electronic Industries Association TIA / EIA 607 (Building grounding and bonding requirements) 1.11.7 Telecommunications Industry Assoc. /Electronic Industries Association TIA / EIA 606 (Standard for records, labeling and space & pathway administration) 1.11.7 Federal Communications Commission (FCC) Part 68 1.11.8 Americans with Disabilities Act (ADA) 1.11.9 National Fire Protection Association (NFPA) 1.11.10 Underwriters Laboratories (UL)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25717Q0193/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-17-Q-0193 VA257-17-Q-0193.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3145792&FileName=VA257-17-Q-0193-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3145792&FileName=VA257-17-Q-0193-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA North Texas Healthcare System (VAMCs);4500 S. Lancaster Road;Dallas, Texas
Zip Code: 75216
 
Record
SN04343802-W 20161208/161206234405-17dd99951368d919d3ed48ba2c3e6658 (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.