Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2021 SAM #7241
SOLICITATION NOTICE

70 -- GUEST WIFI FOR CBOCS - 554

Notice Date
9/26/2021 3:44:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921R0110
 
Response Due
9/29/2021 8:00:00 AM
 
Archive Date
11/28/2021
 
Point of Contact
Contacting Officer, Pamela Barnes, Phone: 303-712-5813
 
E-Mail Address
Pamela.Barnes@va.gov
(Pamela.Barnes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation 36C25921R0110 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective July 12, 2021. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 541519, with a small business size standard of $30.0 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line item numbers, quantities and units of measure including options. CLIN DESCRIPTION QTY UNIT UNIT COST TOTAL COST 0001 2.1 Support Services - WIFI Services in accordance with the statement of work Base Year: date of award through September 29, 2022 1 YEAR $__________ $__________ 0002 2.2 Hardware Upgrade Services - WIFI Services in accordance with the statement of work Base Year: date of award through September 29, 2022 1 YEAR $__________ $__________ 0003 2.3 Bandwidth Upgrade Services WIFI Services in accordance with the statement of work Base Year: date of award through September 29, 2022 1 YEAR $__________ $__________ 0004 2.4 Content and Application Filtering - WIFI Services in accordance with the statement of work Base Year: date of award through September 29, 2022 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, BASE YEAR $___________________ 1001 2.1 Support Services - WIFI Services in accordance with the statement of work Option Year 1: September 30, 2022 through September 29, 2023 1 YEAR $__________ $__________ 1002 2.4 Content and Application Filtering -WIFI Services in accordance with the statement of work Option Year 1: September 30, 2022 through September 29, 2023 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, OPTION YEAR 1 $___________________ 2001 2.1 Support Services - WIFI Services in accordance with the statement of work Option Year 2: September 30, 2023 through September 29, 2024. 1 YEAR $__________ $__________ 2002 2.4 Content and Application Filtering -WIFI Services in accordance with the statement of work Option Year 2: September 30, 2023 through September 29, 2024 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, OPTION YEAR 2 $___________________ 3001 2.1 Support Services - WIFI Services in accordance with the statement of work Option Year 3: September 30, 2024 through September 29, 2025. 1 YEAR $__________ $__________ 3002 2.4 Content and Application Filtering -WIFI Services in accordance with the statement of work Option Year 3: September 30, 2024 through September 29, 2025 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, OPTION YEAR 3 $___________________ 4001 2.1 Support Services - WIFI Services in accordance with the statement of work Option Year 4: September 30, 2025 through September 29, 2026 1 YEAR $__________ $__________ 4002 2.4 Content and Application Filtering -WIFI Services in accordance with the statement of work Option Year 4: September 30, 2025 through September 29, 2026 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, OPTION YEAR 3 $___________________ TOTAL COST ALL CLINS, BASE PLUS $___________________ FOUR OPTION YEARS STATEMENT OF WORK: VETERANS GUEST INTERNET ACCESS Background The US Department of Veterans Affairs (VA) and VA Eastern Colorado Health Care System (ECHCS) is seeking to provide internet access to Veterans and their guests during their stay at medical centers across the United States. In addition, we are seeking the provision of Internet access for Contractors, visitors, and other guests of our facilities. The proposed Internet access should provide similar levels of service and access to those found in hotels, restaurants, and coffee shops. The network is not subject to the same security policies and restrictions required by Government and regular VA networks. Internet access has been essential in the transitioning of soldiers returning from combat in the current Iraq/Afghanistan conflicts. Injuries from these conflicts have resulted in a generation of Veterans requiring a new set of needs, including long periods of treatment and rehabilitation during which they are relatively isolated in the care environment. Internet access has been seen as a vital part in dealing with those needs because it provides a way for these patients to remain in contact with family, friends, and comrades in their old units. It also provides a means for managing their finances, and researching employment and/or educational opportunities online. Today s new Veterans tend to be more computer savvy and have greater expectations for the services and ready access they have grown accustomed to at home or on active duty. Currently, wireless internet access is provided at 11 locations throughout VA Eastern Colorado Health Care System, as seen in Table 1. The installed system is based on the Ubiquiti UniFi product, that is comprised of distributed access points managed by a central controller or computer. The access points support PoE (Power-over-Ethernet) and are powered by switches installed by original contractor. The controller for each location is a Lenovo Windows 7 Professional computer, supplied by the original contractor. This contract is for upgrades, services, maintenance, and management of internet service providers, hardware, and software running the guest wireless networks. Scope of Work 2.1 Support Services The Contractor shall perform any tasks directly related to the support of wireless Internet access points and where needed wired Internet connections, the separate network required to support the wireless access points, and the guest Internet services. Support includes monitoring and maintenance of the installed wireless network, direct interaction with Internet Service Providers (ISP), and the performance of that network at the places of performance in Table 1. Contractor shall allow remote troubleshooting and rebooting of modem and other hardware. This will allow for ease of maintenance for VA frontline staff. TABLE 1: PLACES OF PERFORMANCE Alamosa CBOC 622 Del Sol Drive Alamosa, CO 81101 Jewell Clinic 14400 E Jewell Ave Aurora, CO 80012 Aurora Community Based Outpatient Clinic (CBOC) 13701 E Mississippi Ave Gateway Medical Bldg #200 Aurora, CO 80012 La Junta CBOC 1100 Carson Ave., Suite 104 La Junta, CO 81050 Burlington CBOC Colorado Springs CBOC 1177 Rose Avenue Burlington, CO 80807 Lamar CBOC 1401 South Main Street, Suite 2 Lamar, CO 81052 Colorado Springs CBOC 3141 Centennial Boulevard Colorado Springs, CO 80907 Pueblo CBOC 4776 Eagleridge Circle Pueblo, CO 81008 Domiciliary Valor Point 7350 W Eastman Place Lakewood, CO 80227 Pueblo Community Living Center (CLC) 2600 Oakshire Lane Pueblo, CO 81001 Golden CBOC 1020 Johnson Road Golden, CO 80401 2.2 Hardware Upgrade Services The contractor shall perform any tasks directly related to the upgrade of patient Wi-Fi hardware installed at 11 locations listed in Table 1. The work shall include any and all necessary hardware, cabling, wiring, access points, installation labor, travel, and testing labor to confirm proper upgrade. The scope of the upgrade is to replace existing Lenovo-based Unifi Controllers with current Ubiquiti controller solution. The devices that could be connected would be laptops, tablets, cellular phones, and other mobile technologies. Contractor shall upgrade any switches and cabling that are susceptible to failure to reduce the current failure of switch failure affecting multiple floors. The contractor shall supply any necessary physical security of the new equipment, as needed. The VA shall provide the contractor with escort access to the necessary wiring closets. 2.2.1 Addition of Guest Internet Access at Union Blvd CBOC Additionally, the contractor will provide new hardware for installation of guest WiFi at the healthcare system s new Colorado Springs Union Blvd Clinic. The clinic is approximately 8,031 square feet. The work shall include any and all necessary hardware, cabling, wiring, access points, installation labor, travel, and testing labor to confirm proper installation of WiFi. The contractor shall supply any necessary physical security of the new equipment, as needed. The VA shall provide the contractor with escort access to the necessary wiring closets. 2.3 Bandwidth Upgrade Services The contractor shall upgrade all 11 locations listed in Table 1 to ensure that they receive a minimum of 50 Mbps ISP download speed. 2.4 Content and Application Filtering The contractor shall provide a system capable of blocking unwanted traffic with CIPA-compliant content filtering and must be capable of tracking devices that violate configured policies and ban them from the network. The system shall be capable of network filtering of applications, devices or content. This feature shall be able to be turned on or off by the government. The system shall provide the ability for content filtering for internet access to include but not limited to gambling, pornography, and soliciting, vending, debt collection. All content filtering must be CISPA compliant. Contractor is to submit for approval to the VA a list of content filtering settings to be applied. Content Filter Service shall include but not limited to: The system shall include the capability of limiting guests from accessing inappropriate websites. The system shall include a Process of Change Request for ECHCS System Administrator to edit the content filter list. The system shall implement the use of cloud-based, DNS-based, security and content filtering systems The system shall contain a single interface to administer content filtering. The system shall implement CIPA Compliant filtering The system shall support pre-packaged content filtering categories (e.g. Adult, Nudity, Gambling, etc.). Security violations are to be included in the Quarterly Utilization Report. A review of all settings regarding security, content filtering, white and black lists, access control policies, throttling will be submitted to the owner for review prior to implementation. 2.4.1 Training Requirement The contractor shall provide system administrator training to the VA ECHCS Biomedical Engineering staff. Training at the minimum will include first look troubleshooting, system reboot with the full understanding of the system network later, administrating content filter. Training for VA Guest shall be delivered through a brief writing instruction that can be reprint. Performance Period Twelve (12) month base period: The contractor shall complete 2.1, 2.2, 2.3, and 2.4 within the first 12 months after contract award. Four (4) twelve (12) month option periods: The contractors shall provide 2.1 and 2.4 (excluding training) services and content filtering for 4 option years, if exercised by the government. The four (4) option periods will cover maintenance. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (MAR 2020), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical: The offeror shall be evaluated on its ability, as demonstrated in its proposal, to successfully perform all the requirements listed in the Statement of Work (SOW). The proposal shall include recent and relevant experience of similar size and scope as this requirement. Past Performance: The offeror shall provide three references of organizations in which the same or similar type of services have been provided. References shall include a point of contact, position title of point of contact, organization name, telephone number, mailing address and email address. Price: Offeror s price shall be evaluated to determine if its fair and reasonable. Offerors shall submit a price/cost breakdown to include hourly rates of all employees who will be involved in the complete of this project. Service-Disabled Veteran-Owned Small Business (SDVOSB): The offeror shall be certified, verified and have an active registration in the Vendor Information Pages (https://www.vip.vetbiz.va.gov/). Technical and past performance when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition, with the following addendum: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-13, System for Award Management Maintenance (OCT 2018); FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.217-8 Option to Extend Services (NOV 1999) 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 fifteen (15) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.  The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.  The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.  This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause) FAR 52.217-9 Option to Extend The Term Of The Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. 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 five (5) years.(End of Clause) FAR 52.228-5 Insurance Work On A Government Installation (JAN 1997); CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.232-19  Availability Of Funds For The Next Fiscal Year  (APR 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984); FAR 52.237-3, Continuity of Services (JAN 1991); VAAR 852.203-70, Commercial Advertising (MAY 2008); VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION); VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018); VAAR, 852.270-1 Representatives of Contracting Officers (JAN 2008). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (MAR 2020) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2018); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013); FAR 52.219-32, Orders Issued Directly Under Small Business Reserves (MAR 2020); FAR 52.222-3, Convict Labor (JUNE 2003); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JULY 2014); FAR 52.222-40, Notice of Employees Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50, Combating Trafficking in Persons (JAN 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018); FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017); FAR 52.222-41 Service Contract Labor Standards (AUG 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); FAR 52.222-55 Minimum Wages Under Executive Order (DEC 2015); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determinations 2015-5417 Revision Number 17 dated July 21, 2021, 2015-5419 Revision Number 17 dated July 21, 2021, and 2015-5427 Revision Number 15 dated July 28, 2021, all apply to this acquisition. Quotes shall include the solicitation number (36C25921R0110), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:            http://www.acquisition.gov/far/index.html            http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 ATTN: Pamela Barnes, Contracting Officer at Pamela.Barnes@va.gov and no later than 09:00 a.m. Mountain Time on Wednesday, September 29, 2021. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 3:00 p.m. MT, Monday, September 27, 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f86037b6bb94982824efe43b11fc541/view)
 
Place of Performance
Address: Department of Veterans Affairs Eastern Colorado Health Care System 1700 N. Wheeling Street, Aurora 80013, USA
Zip Code: 80013
Country: USA
 
Record
SN06144644-F 20210928/210926230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.