The RFP Database
New business relationships start here

Satellite TV Service for the Syracuse VAMC


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

COMBINED SYNOPSIS/SOLICITATION
SATELLITE TV SERVICES
SYRACUSE VA MEDICAL CENTER (VAMC)
(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and FAR 13 Simplified Acquisition Procedures, 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.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24219Q0467.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
(iv) This procurement is being issued as a small business set-aside. The North American Industry Classification System (NAICS) code is 515210, Cable and Other Subscription Programming, with a small business size standard of $38.5 Million.
(v) The Contractor shall provide pricing to provide Satellite TV Services for the Syracuse VAMC for a period of performance to be from May 1, 2019 April 30, 2020 to include the provision of four option years. See table below:
TOTAL PRICING
Line Item
DESCRIPTION
COST PER UNIT
TOTAL COST PER YEAR
1.
Base Year: Satellite TV Services for 300 televisions at the Syracuse VAMC. Period of Performance: May 1, 2019 April 30, 2020


1.a
Base Year: Cost for additional TV s dependent on modification to add during this performance period.

N/A
2.
Option Year 1: Satellite TV Services for 300 televisions at the Syracuse VAMC. Period of Performance: May 1, 2020 April 30, 2021


2.a
Option Year 1: Cost for additional TV s dependent on modification to add during this performance period.

N/A
3.
Option Year 2: Satellite TV Services for 300 televisions at the Syracuse VAMC. Period of Performance: May 1, 2021 April 30, 2022


3.a
Option Year 2: Cost for additional TV s dependent on modification to add during this performance period.

N/A
4.
Option Year 3: Satellite TV Services for 300 televisions at the Syracuse VAMC. Period of Performance: May 1, 2022 April 30, 2023


4.a
Option Year 3: Cost for additional TV s dependent on modification to add during this performance period.

N/A
5.
Option Year 4: Satellite TV Services for 300 televisions at the Syracuse VAMC. Period of Performance: May 1, 2023 April 30, 2024


5.a
Option Year 4: Cost for additional TV s dependent on modification to add during this performance period.

N/A

Total Contract Cost
N/A


(vi) Description of requirement: The contractor shall provide all requirements identified in the attached Performance Work Statement (PWS).
This procurement is to provide service, maintenance, replacement equipment, and programming of existing Satellite Television Service at the Syracuse VA Medical Center, 800 Irving Hill Avenue, Syracuse, New York 13210-2716. The contractor shall furnish all labor, supervision, management support, equipment, supplies and materials. The period of performance is anticipated to be from May 1, 2019 April 30, 2020 with the provision of four (4) option years.
A.1 SCHEDULE
Work hours are from 8:00 am 4:30 pm EST, Monday through Friday, excluding Federal Holidays. The following are Federal Holidays observed by the facility and the Contractor shall not expect access to the VA Facility on these dates unless notified otherwise by the Contracting Officer Representative (COR).
New Year's Day Labor Day
Martin Luther King, Jr. Columbus Day
Washington's Birthday Veterans Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day
A.2 SCOPE OF WORK
The Contractor shall provide satellite subscription television service for patient entertainment at the Syracuse VA Medical Center. Three-hundred (300) televisions are covered under this scope of work, which is subject to change. Service is required to be compatible with pre-existing equipment, as this equipment is new and does not need to be replaced at this time.
The Contractor s equipment is required to be compatible with our existing satellite television equipment shown in Table 1. This equipment consists of a modulated rack system with existing head end room with modulators and combiners also slim line satellite dish.
Table 1:
Equipment
Model
DirecTV
H25 HD Receivers
Clear QAM HD Modulators
ZV 2540 HD

The Contractor shall supply all necessary labor, equipment, materials, and continuing maintenance service to provide a working system for offered channels.
The following twenty-two channels/stations are required: Fox 68/HD, ABC/HD, Discovery/HD, USA/HD, Animal Planet/HD, Hallmark/HD, TNT/HD, CBS/HD, NBC/HD, A & E/HD, History/HD, Bravo/HD, WCNY, SYFY/HD, Lifetime/HD, WNYS, CNN/HD, TBS/HD, C Span/HD, Food Network/HD, HGTV/HD, and Weather Channel /HD.
Note: The VA has the right to add and/or remove channels. However, it is likely the VA will require the addition of open channels for use of local programming (examples: VA only channels and/or Closed Captioned TV (CCTV)).
Reliability:
The Contractor shall be responsible for maintaining the operation of the hardware pertaining to satellite television service.

Maintenance and Support:
Maintenance and support will begin after programming and testing is complete and accepted by the VA site.
Maintenance and support will be provided throughout the option year periods, if exercised by the Government.
The Contractor shall provide 24-hour/7-day/365-day (24x7x365) user support through a call center.
The Satellite television service shall be available to a user on a 24x7x365.
Maintenance shall be scheduled during off peak hours, after 3:00 pm.
The Contractor shall provide 24x7x365 technical support.
The Contractor shall provide on-site support when required by the VA.
The Contractor shall physically respond onsite within 24 hours for issues that require onsite support.
Contractor shall notify the Contracting Officer Representative (COR) at a minimum two hours prior to any onsite scheduled or repair work.
Should current equipment break (receivers/modulators), replacement equipment (most current commercially available) shall be provided for installation to continue service

Installation Requirements:
Should additional equipment be necessary, the Contractor shall procure all equipment and services necessary for the programming of Satellite television service.

ID Badges:
All Contractor personnel are required to wear contractor owned identification (I.D.) during the entire time they are on the VA properties.
I.D. badges must have an identification picture, name of the individual, and; the name of the represented company depicted on it.

Parking:
It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the VA Police and Security Service. The VA facilities will not invalidate or make reimbursement for parking violations of the Contractor s personnel under any circumstances.

Travel:
Transportation charges for Contractor s service personnel shall be included in contract price and will not be billed separately.

Contracting Officer Representative (COR):
The COR shall be identified by the Contracting Officer after contract award.
The COR shall be the Contractor s primary point-of-contact and will have limited authority in relation to the contract-identified in his/her Delegation of Authority. A copy of the COR s Delegation of Authority will be provided to the Contractor after all required signatures have been obtained.
(vii) Awardee shall coordinate with the COR prior to performance.
FOB Destination:
Syracuse VAMC
800 Irving Avenue
Syracuse, NY 13212-4269
(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following provisions are included as addenda to FAR 52.212-1, and all offers must reference:
Solicitation number for this requirement as 36C24219Q0467
Name, address and telephone number of offeror
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all of the technical evaluation sub-factors. Failure to address all of the sub-factors will result in your package being determined incomplete.
Terms of any express warranty, if applicable
Quality Control Plan
Price. Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractor s package being determined to be incomplete.
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation
Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
The following provisions are included as addenda to FAR 52.212-1:
52.204-7 Systems for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (July 2016)
52.204-17 Ownership or Control of Offeror (July 2016)
52.216-1 Type of Contract (APR 1984)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016) (DEVIATION)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.270-1 Representatives of Contracting Officers (JAN 2008)
(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition.
The following are considered Acceptable/Non-Acceptable factors. Failure by the contractor to meet these qualifications or provide evidence of them in their submitted quotation will result in immediate disqualification from award. These factors are non-negotiable and must be addressed in their entirety.
Award shall be made to the responsible offeror whose quotation offers the lowest price technically acceptable, conforming to the solicitation considering technical capability, past performance and price. The government shall evaluate based on the following evaluation factors:
Factor 1 Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Technical Capability will be determined on the basis of the qualifications of the offeror s capability statement. Provide a maximum of a 5-page capability statement demonstrating technical Capability to meet all of the requirements of the Statement of Work
Factor 2 Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Vendor must provide a cost breakdown for services to be performed and a labor mix for personnel in order for the contracting officer to properly evaluate price reasonableness.

Factor 3 - Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process.
The contractor will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in CPARS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating.B B
Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.B
B (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)
This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total.
(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:

52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
52.237-3 Continuity of Services (JAN 1991)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.215-71 Evaluation Factor Commitments (DEC 2009)
852.219-75 Subcontracting Commitments Monitoring and Compliance (JUL 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2011)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-17 Nondisplacement of Qualified Workers (MAY 2014)
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)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
(xiii) The Service Contract Act of 1965 does not apply to this procurement.
Site Visit: A site visit is scheduled for Wednesday, March 27, 2019 at 1:30 pm. Please express intent to attend site by Monday, March 25, 2019 at 4:00 pm EST to Janine Childs via email at Janine.Childs@va.gov and Joseph Cellino at Joseph.Cellino@va.gov . Meeting location of the site visit shall be disclosed upon receipt of inquiry to attend. All questions from site visit shall be submitted to Janine Childs via email above.
(xiv) N/A
(xv)
This is an open-market total Small Business set-aside combined synopsis/solicitation for Satellite TV Services at the Syracuse VAMC as defined herein.B B The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition.
Submission shall be received not later than 12:00 PM EST, Friday April 5, 2018. The government shall only accept electronic submissions via email, please send all quotations to Janine.Childs@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday, April 1, 2019 @ 12:00pm EST.
(xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janine Childs, Contracting Officer; Janine.Childs@va.gov .

Janine Childs
Janine.Childs@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP