DG11--Wireless Internet Service

expired opportunity(Expired)
From: Federal Government(Federal)
36C26023Q0088

Basic Details

started - 22 Nov, 2022 (17 months ago)

Start Date

22 Nov, 2022 (17 months ago)
due - 07 Dec, 2022 (16 months ago)

Due Date

07 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
36C26023Q0088

Identifier

36C26023Q0088
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103234)VETERANS AFFAIRS, DEPARTMENT OF (103234)260-NETWORK CONTRACT OFFICE 20 (36C260) (3398)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

2 Description 1. This is a combined synopsis/solicitation for Wireless Internet Service and Installation. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26023Q0088) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. This solicitation is set aside 100% for Service-Disabled Veteran Owned Business (SDVOSB). The 2017 North American Industry Classification System (NAIC) code is 517311; Wired Telecommunication Carriers; Size Standard 1500 Employees. 2022 NAIC code 517111; Wired Telecommunications Carriers will be accepted. Offerors must be registered in The System for Award Management (SAM) ( https://www.sam.gov), to be considered for
award. Qualifying SDVOSB s must be registered and verifiable through Vetbiz, Vendor Information Pages (VIP) www.vip.gov The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4.Scope of Work The Contractor shall provide all supervision, labor, materials, and equipment to install wireless internet equipment and provide a high-speed hard lined cable internet service (Satellite or DSL will not be considered an acceptable substitute) in dedicated areas of the VA Southern Oregon Rehabilitation Center & Clinics. Managed Wi-Fi coverage will include rooms 102, 104, 107, 108, 109, 201, 202, 203, 204, 205 and 211. Floor plans will be provided to interested vendors and/or site visits may be arranged. All noted areas shall receive uninterrupted wireless internet signal that will allow reliable access for surfing and streaming the internet. There is no main fiber for this work in building 225. Fiber optic cabling will need to be ran from building 211A to building 225. Employees must be able to go into asbestos regulated areas and all the required PPE and protection is required of not only the staff, but the facility environment related to entire and exit (entry points cannot be left open to the air inside buildings). Crawl spaces do include tunnels that are under buildings and vary in height. In certain locations the contractor will have to crawl within the crawl spaces which are also asbestos regulated areas. When final wiring to APs is being implemented, all fire/life safety walls must be done using an approved fire wall penetration rated system. The wireless internet system shall stand alone and not connect to existing VA servers or equipment. All installed equipment and data wiring shall be provided by the contractor for a fully operational wireless internet system. All wireless internet equipment installed shall comply with VA security requirements. Data wiring shall remain in place and become the property of the Government. All inside and outside cabling must be certified to meet ANSI/TIA 568 Standards and meet Category 5e and 6 performance standards. Service call repairs will be at no additional cost to the government. Contractor will keep a record of all service calls on a service report to maintain a service history. Specific Tasks: Install fiber optic cable from Building 211A to Building 225 Install 5 Wireless Access Points (WAPs) to cover listed building locations Provide Wi-Fi internet with advisory banner, security solutions, and logging for all public internet access Contractor will utilize a content filtering solution for monitoring provided internet access Provide customer support services for issues related to internet services such as: Connectivity issues Device setup VPN Firewalls Provide onsite repair, maintenance, technical services, and replacement for all equipment provided by the Contractor and provide services within 24 hours (when possible) ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Installation of fiber optic cable for 5 Wireless Access Points (WAP). Cabling must be certified to meet ANSI/TIA 568 Standards and meet Category 5e and 6 performance standards. Contractor shall provide all supervision, labor, materials, and equipment to install wireless internet equipment as per Scope of Work Contract Period: Base POP Begin: 12-20-2022 POP End: 12-19-2023 0002 12.00 MO __________________ __________________ Provide Wireless Internet with advisory banner, security solutions, and logging for all public internet access. Contractor will utilize a content filtering solution for monitoring access. Wireless service to include Customer Service Support, onsite repair, maintenance, technical services, and equipment replacement Contract Period: Base POP Begin: 12-20-2022 POP End: 12-19-2023 1001 12.00 MO __________________ __________________ Wireless service to include Customer Service Support, onsite repair, maintenance, technical services, and equipment replacement Contract Period: Option 1 POP Begin: 12-20-2023 POP End: 12-19-2024 2001 12.00 MO __________________ __________________ Wireless service to include Customer Service Support, onsite repair, maintenance, technical services, and equipment replacement Contract Period: Option 2 POP Begin: 12-20-2024 POP End: 12-19-2025 3001 12.00 MO __________________ __________________ Wireless service to include Customer Service Support, onsite repair, maintenance, technical services, and equipment replacement Contract Period: Option 3 POP Begin: 12-20-2025 POP End: 12-19-2026 4001 12.00 MO __________________ __________________ Wireless service to include Customer Service Support, onsite repair, maintenance, technical services, and equipment replacement Contract Period: Option 4 POP Begin: 12-20-2026 POP End: 12-19-2027 GRAND TOTAL __________________ 5. Place of Performance: Delivery Location: Department of Veterans Affairs VA SORCC 8495 Crater Lake Hwy White City, OR 97503 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 7. Delivery shall be within thirty (30) days from the time of award. VA SORCC 8495 Crater Lake Hwy White City, OR 97503 FOB Destination 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 9. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations. Solicitations are not required to state the relative importance assigned to each evaluation factor. Insert the significant evaluation factors such as (1) technical capability or quality of the item offered to meet the Government requirement; (2) price; and (3) past performance. The following is standard evaluation criteria. The evaluation criteria utilized should be based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality (2) Past Performance (3) Price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is requesting or accepting alternate quotations. The evaluation will consider the following: The following is standard evaluation language (i.e., how the Government evaluates what is submitted in the quotation). The information that shall be included in the quotation should be set forth in the quotation submission instructions (i.e., FAR Provision 52.212-1 and any addendum) of the solicitation and should vary based on the type of supply and/or service being procured and the complexity of that supply and/or service} (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.> (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to amanda.drake@va.gov no later than 9AM MST on 12/02/2022. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 17. For information regarding the solicitation, please contact Amanda Drake at amanda.drake@va.gov .

Department of Veterans Affairs VA Southern Oregon Rehabilitation Center SORC 8495 Crater Lake Hwy.Location

Place Of Performance : Department of Veterans Affairs VA Southern Oregon Rehabilitation Center

Country : United States

You may also like

PRIMARY INTERNET SERVICE PROVIDER NETWORK AND WI-FI SERVICES FOR THE USAID HONDURAS OFFICES

Due: 01 Jan, 2025 (in 8 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

EO14042 SATELLITE INTERNET SERVICES FOR REMOTE ALASKA, BASE PLUS OPTIONS

Due: 30 Nov, 2026 (in about 2 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

INTERNET SERVICE

Due: 31 Oct, 2024 (in 6 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 517111
Classification CodeCode DG11