The RFP Database
New business relationships start here

Guest WIFI Service


California, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

a. Project Title: Guest Wifi Services
b. Description: VA San Diego Healthcare System is seeking a contractor to provide internet access through a pre-existing wifi infrastructure throughout the medical center.
c. Project Location: VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161
d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0006.
e. Set Aside: This solicitation is 100% set aside for Service Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127
f. Applicable NAICS code: 517312, Wireless Telecommunications Carriers (except Satellite)
g. Small Business Size Standard: 1500 Employees
h. Type of Contract: Firm Fixed Price
i. Period of Performance: Base Year plus One (1) Option year

2. Statement of Work

2.1Wireless Network Design
2.1.a. A dedicated fiber circuit is in place in Building 1 to provide the required bandwidth to this wireless network. Building 11 is connected back to the head-end installed within Building 1 via a fiber link. The controller and firewall are in Building 1 as part of the network s Head-End.

2.1.b. The MDF is located on first floor of Building 1, located in the hallway across from the elevator bank. This location currently houses a large (RFID) wall mounted cabinet. There will be four (4) Cat5e cables and one (1) fiber cable routed to this MDF. The MDF cabinet holds the network controller, firewall, primary switch, battery back-up system, and the ISP router which is extended up from the basement Demarc location.

2.1.c. There are five (5) IDF locations, four in building 1 and one in building 11.
2.1.c.1. Building 1:
IDF 1A: located on 1st floor in Area 1, on available wall space near the main entrance into room 1396 Recreational Therapy. There are ten (10) Cat5e cables routed to this IDF.
IDF 1B: located on 1st floor in Area 2, on available wall space near room 1515A. There are fourteen (14) Cat5e cables routed to this IDF.
IDF 1C: located on 1st floor in Area 3, on available wall space in room 1123 Urgent Care Clinic. There are thirteen (13) Cat5e cables routed to this IDF.
IDF 1D: located on 3rd floor on available wall space in room A3301A. There are three (3) Cat5e cables routed to this IDF, two (2) from the 3rd floor and one (1) from the 5th floor.

2.1.c.2. Building 11:
IDF 11A: located on the first floor in a space used for an existing communication room, the cabinet is mounted on the wall in this area. There are five (5) Cat5e cables routed to this IDF.

2.1.d. The Access Points used are HP MSM410s.

2.2. Scope. Contractor shall provide internet service at or exceeding current bandwidth to the VA San Diego HCS guest wi-fi infrastructure. The contractor shall support and maintain currently installed hardware, to include access points, routers and cabling for the guest wi-fi system. Vendor shall ensure 99% uptime of the guest wi-fi service.

2.2.a. Specific Tasks.
2.2.a.1. Contractor will conduct an initial assessment and routine preventive maintenance service of all network equipment.
2.2.a.2. Contractor shall provide the COR an electronic copy of the field service report after the initial assessment and after every PM or on-site service call within 7 calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding the network equipment.
2.2.a.3. Contractor will conduct preventive maintenance checks at least semi-annually.
2.2.a.4. Any service calls required to maintain network availability shall be the responsibility of the contractor. All services (PMI s and intervening service calls) shall be performed in accordance with original manufacturer s specifications.
2.2.a.5. The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within.

2.3. General Requirements
2.3.a. Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit.
2.3.b. Contractor shall follow all policies (Parking, Safety, Smoking, Security, etc).
2.3.c. SMOKING POLICY. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas.

2.4. Performance Monitoring. Routine monitoring of wifi connectivity by Facilities Personnel and visitors

2.5. Safety Requirements
2.5.a. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137
2.5.b. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely.
2.5.c. Due to the presence of asbestos in the interstitial areas of building #1, all workers entering these areas shall have a 16 hour O&M asbestos certification and a valid fit test. Certification and proof of fit test shall be presented no later than the start of any work in the interstitial areas.

2.6. Security Requirements.
2.6.a. All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site.
2.6.b. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance.
2.6.c. Vendor will not have access to patient records, data or VA computer systems

2.7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The current wireless infrastructure is government property. Contractor will conduct a joint initial assessment/inventory of GFE used to provide required services.

2.8. Place of Performance. VA San Diego. 3350 La Jolla Village Drive, San Diego, CA 92161

2.9. Duty Hours. The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays.
The following national holidays observed by the Federal Government:
New Year s Day 1 January
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December
If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, dated 5/6/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 1.
a. FAR 52.212-1, Instructions to Offerors Commercial Items
b. FAR 52.212-2, Evaluation Commercial Items
c. FAR 52.212-4, Contract Terms and Conditions Commercial Items
d. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items
e. FAR 52.217-8 Option to Extend Services
f. FAR 52.217-9 Option to Extend the Term of the Contract
g. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
h. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance
i. FAR 52.233-2, Service of Protest
j. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution
k. VAAR 852.233-71, Alternative Protest Procedure

4. Key solicitation milestones are:

4.1. A site survey will be conducted at 10am on Wednesday, August 28, 2019. Participants will meet in conference room 4003 at the Medical Center. Please email peter.kim33@va.gov to indicate that you are participating in the site survey.

4.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, September 4, 2019. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on www.fbo.gov.

4.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Monday September 16, 2019 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet:

a. Vendor Information
b. Acknowledgement of amendments
c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
d. Schedule of services
e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items

Peter Kim
peter.kim33@va.gov

peter.kim33@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP