D--SATELLITE TELEVISION SERVICES

expired opportunity(Expired)
From: Federal Government(Federal)
36C25220Q0067

Basic Details

started - 11 Oct, 2019 (about 4 years ago)

Start Date

11 Oct, 2019 (about 4 years ago)
due - 01 Nov, 2019 (about 4 years ago)

Due Date

01 Nov, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25220Q0067

Identifier

36C25220Q0067
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102961)VETERANS AFFAIRS, DEPARTMENT OF (102961)252-NETWORK CONTRACT OFFICE 12 (36C252) (4664)
[object Object]

SetAside

HZC(Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13))

Attachments (1)

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.

Attachment 2: Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. This solicitation is set-aside for Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 517311 , with a small
business size standard of 1500 Employees. The FSC/PSC is D304. The VA Iliana Healthcare System is seeking to purchase Direct TV Satellite Television Services as described in the Performance Work Statement (PWS). All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit Unit Price Total Price 0001 SATELLITE TELEVISION SERVICE AS DESCRIBED IN THE PERFORMANCE WORK STATEMENT FOR VAIHCS FACILITY LOCATED IN DANVILLE, ILLINOIS 12 MO B.4 PERFORMANCE WORK STATEMENT (PWS) Satellite Television Subscription Services Part 1 General Information 1. GENERAL: This is a non-personal services contract to provide Satellite Television Subscription Services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Services shall be provided in accordance with the terms and conditions of the contract herein. 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Satellite Television Subscription Services as defined in this Performance Work Statement except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract. 1.2 Background: The VA Illiana Healthcare System , 1900 East Main Street , Danville, Illinois 61832, owns Twenty ( 20) H24 and Two (2) H25 Receiver Units compatible with Direct TV Programming and services, as well as the Dish. These receivers are located in Medical media and provide service to 250 Television throughout the facility. The program package and quantity of units under each service to be provided shall be as follows: Entertainment Classic In Mkt RSN WGN The following 22 channels are to be included: 1) FOX NEWS 2) ESPN 3) TBS 4) WGN 5) USA 6) ESPN2 7) DISCOVERY 8) NATIONAL GEOGRAPHIC 9) ANIMAL PLANET 10) FX 11) TBN 12) HISTORY 13) TV LAND 14) FREEFORM 15) NBC SPORTS CHICAGO 16) TLC 17) SYFY 18) BIG TEN NETWORK 19) PARAMOUNT 20) AMC 21) BBC 22) DAYSTAR 1.3 Objectives: The VA Illiana Healthcare System seeks to establish a contract to provide Satellite Television Services for its 250 television units at various locations throughout the facility grounds. Contract period of performance shall be date of award through November 30,2020. 1.4 Scope: Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Satellite Television Subscription Services. Services shall include a comparable package of programming to those stated in Section 1.2 of this PWS. If new equipment is required, the government shall lease or procure equipment and installation as needed. 1.5 General Information 1.5.1 Quality Assurance: The Government shall evaluate the Contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.5.2 Place of Performance: The VA Illiana Healthcare System is located at 1900 East Main Street in Danville Illinois, 61832. 1.5.3 Physical Security: The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. 1.5.4. Special Qualifications: Contractor shall be an authorized representative or reseller of the programming service they propose to provide. 1.5.5 Post Award Conference/Periodic Progress Meetings: The Contractor shall attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the contracting officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government and shall be held by teleconference as appropriate to the circumstances. 1.5.6 Key Personnel: The follow personnel are considered key personnel by the Government: The Contractor shall provide an account manager who shall be responsible for the provision of the requested services. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. PART 2 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 2. GOVERNMENT FURNISHED ITEMS AND SERVICES: 2.1 Equipment (If applicable): The Government shall provide Government owned receiver units which are compatible with Direct TV Services. If such equipment requires upgrade or replacement, the government shall procure the required equipment and its installation. The purchase order period of performance is 12/01/2019-11/30/2020. Place of Performance/Place of Delivery Address: 1900 East Main Street Danville Illinois Postal Code: 61832 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Reserved. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. System for Award Management (SAM). Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. (C$END-OF-PROV) The government will evaluate information based on the following evaluation criteria: FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Other applicable provisions: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation F52.212-2 Evaluation-Commercial Items (OCT 2014) actors (JUL 2016) (DEVIATION) Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES 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. The following factors shall be used to evaluate quotations: Technical Capability Past Performance Veterans Involvement Price 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 not requesting or accepting alternate quotations. The evaluation will consider the following: 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. 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.> Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award ( https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database ( https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award.> 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. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For the quoter's total price for the purpose of evaluation will include the base period, and an additional six months of the base period. Quoters must price only the base period specified in the contract line item numbers (CLINs), and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of the contractor's performance period and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). (C$END-OF-PROV) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT2018] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [AUG2019] The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) (14), (19), (22), (25), (27), (28), (30), (33) (i), (42), (49), (55) Subparagraph (c) (7) Other applicable clauses: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-8 Option to Extend Services (NOV 1999) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.219-75- LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUL 2018 DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) All quoters shall submit the following one (1) copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote. All quotes shall be sent to the Contracting Officer via email at kevin.adkins@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Capability- i. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. ii. Contractor and his/her personnel shall provide evidence of compliance with all Federal, State, and local regulations, laws, and licensing requirements. Contractor shall demonstrate that they have the licensing and access to DIRECT TV programming that they propose to provide. iii. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than November 1,2019 at 4PM at kevin.adkins@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). In order to maintain integrity of this solicitation and subsequent award date, all offerors are advised that any question and answer requests must be submitted in a written form via e-mail to the Contracting Officer KEVIN.ADKINS@VA.GOV no later than FRIDAY OCTOBER 18, AT 4PM CENTRAL. Contracting will issue a consolidated response via solicitation amendment to www.fbo.gov within 2 business days of the questions closing date to all parties. Point of Contact Kevin Adkins Contracting Officer 217-554-4544 Office 217-554-3206 Fax kevin.adkins@va.gov

VA Iliana Healthcare System;1900 East Main Street;Danville IL 61832 USALocation

Place Of Performance : VA Iliana Healthcare System;1900 East Main Street;Danville IL 61832 USA

Country : United States

Classification

517 -- Telecommunications/517311 -- Wired Telecommunications Carriers
naicsCode 517311
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS