S119--Television Programming Service

expired opportunity(Expired)
From: Federal Government(Federal)
36C26022Q0746

Basic Details

started - 04 Aug, 2022 (20 months ago)

Start Date

04 Aug, 2022 (20 months ago)
due - 19 Aug, 2022 (20 months ago)

Due Date

19 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C26022Q0746

Identifier

36C26022Q0746
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
[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.

Description 1. This is a combined synopsis/solicitation for the Installation of smart boxes and other equipment needed to deliver 72 High-Definition television channels to 92 televisions to include programming service with 4 option years. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26022Q0746) 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 Small Businesses. The North American Industry Classification System (NAICS) code is NAICS 515210 (Cable and Other Subscription Programming), Size Standard $41.5M Offerors must be registered in TheÂSystem for Award ManagementÂ(SAM) (
target="_blank">https://www.sam.gov), to be considered for award. The Vendor must be a Certified Veteran Enterprise (CVE) and registered as such on the Vendor Information Pages (VIP), http://www.vetbiz.va.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://www.acquisition.gov/far/index.html. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: Install smart boxes and other equipment needed to deliver 72 high-definition channels to 92 televisions at Boise VAMC and 12 months of programming service. The vendor is required to provide equipment or use existing infrastructure which includes cabling and amplifiers to deliver the service to televisions spread across the Boise VAMC campus. 72 HD Channels requested by the Boise VAMC: ABC, Food Network, National Geographic, CBS, FOX, News, NBC Sports, Network FOX, FOX Sports 1, NewsMax ,PBS, Freeform, Oprah Winfrey Network, NBC ,FUSE, Outdoor Channel, CW, FX ,Oxygen, A&E, FXX, Paramount Network, American Heroes Channel, Game Show Network, POP, Animal Planet, Golf Channel, Pursuit, AXS TV, Great American Country, Reelz, Bravo, Hallmark Channel,Syfy, CMT, Hallmark Movies & Mysteries, TBS, CNBC, Headline News, Tennis Channel, Comedy Central ,Heroes & Icons, The Cowboy Channel, Cooking, History, TLC, C-SPAN, Home & Garden, TNT ,Discovery, Independent Film Channel, Travel Channel, DIY, Investigation Discovery, truTV, E! Entertainment, ION, Turner Classic Movies, ESPN, Lifetime, TV Land, ESPN2, Lifetime Movie Network, USA Network, ESPNEWS, MeTV, Vice, ESPNU, MotorTrend, Weather Channel, FM, MSNBC, Women's Entertainment Also required: Guide Channel, Local Channels, and a Dedicated In-house Channel. The Government would also require channels can changed/switched upon request. Monthly operational costs should include programming, licensing fees, maintenance and 24/7 customer support. 5. Place of Performance: Department of Veterans Affairs Boise VA Medical Center 500 W. Fort St. Boise, Idaho 83702 ine Item Description Unit Quantity Unit Price Total Price 0001 Equipment and Installation (if package price is offered, list items in the package to include a price breakdown) _______ ________ 0002 Monthly bulk rate to service 92 televisions with 72 channels to Include programming, licensing fees and maintenance POP: 10/1/22 9/30/23 Month 12 _________ __________ 1001 Option Year 1, Service, POP:10/1/23 9/30/24 MO 12 2001 Option Year 2, Service POP: 10/1/24-9/30/25 MO 12 3001 Option Year 3, Service POP: 10/1/25-9/30/26 MO 12 4001 Option Year 4, Service POP: 10/1/26-9/30/27 MO 12 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. Installation of new equipment will have limited interruption and be arranged with a local Point of Contact (POC). Local contact information will be provided upon Award. 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 9 AM MST on 08/19/2022. 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 Boise VA Medical Center  500 W. Fort St.Location

Place Of Performance : Department of Veterans Affairs Boise VA Medical Center 500 W. Fort St.

Country : United StatesState : Idaho

You may also like

CYTOPATHOLOGY & THYROSEQUENCE TESTING SERVICE OPTION YEAR TWO ORDER

Due: 30 Sep, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SATELLITE TELEVISION SERVICE

Due: 13 Feb, 2025 (in 9 months)Agency: DRUG ENFORCEMENT ADMINISTRATION

THYROSEQUENCE TESTING SERVICE

Due: 12 Feb, 2028 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 515210
Classification CodeCode S119