D--Services and supplies to repair and upgrade the Washoe County Regional Communications System (800 MHz Radio System (800 MHz Radio System WCRCS) two-way radio communications issues within the facility
Page 1 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q0811 Posted Date: 8 August 2019 Original... Page 1 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26119Q0811 Posted Date: 8 August 2019 Original Response Date: 19 August 2019 Current Response Date: 19 August 2019 Product or Service Code: D309 Set Aside (SDVOSB/VOSB): Sole Source NAICS Code: 517919 Contracting Office Address The Department of Veteran Affairs Network Contracting Office 21 3230 Peacekeeper Way, Bldg. 209 McClellan CA 95652 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; quotations and proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations and proposals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 517919, with a small business size standard of $32,500,000.00. The Veterans Administration Sierra Nevada Healthcare System, 975 Kirman Ave Reno, NV 89502 is seeking to purchase services and supplies to repair and upgrade the Washoe County Regional Communications System (800 MHz Radio System WCRCS) two-way radio communications issues within the facility. All interested companies shall provide proposals and quotes for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 Bird 63-82R-2-A-PN-2-N BDA, 700/800Mhz Signal Booster Including: NEMA Enclosure (Cabinet) 24hr Battery Back-up RF Filters and Amplifiers, NFPA Compliant Installation Supplies Alarm Announciator Panel and Interface Enclosure, Battery Backup, Interface NFPA Compliant Design, Docs, Installation and Optimization 1 EA 0002 Doner Antenna System Including: Yagi ant, 9db, Non-Pen Roof Mount, Hardware 180 ft 7/8 Coax, LCF78-50JAA 2 N-Female Connectors, Coaxial Ground Kits Surge Protector, 1/2 " Super flex Coaxial Jumpers Installation Supplies 1 EA 0003 Second Floor, Distributed Antenna System (DAS) Including: 12ea Ceiling Mount Antennas or In-Ceiling Antennas 1600 ft HLRPV-50 Plenum Coax 34ea Connectors N-Male 11ea 2692/T-b EMR Hybrid Couplers, Bird PD-380/27 12ea Coaxial Jumpers Installation Supplies 1 EA 0004 Third Floor Distributed Antenna System (DAS) Including: 10ea Ceiling Mount Antennas or In-Ceiling Antennas 1300 ft HLRPV-50 Plenum Coax 43ea Connectors N-Male 9ea 2692/T-b EMR Hybrid Couplers, Bird PD-380-27 10ea Coaxial Jumpers Installation Supplies 1 EA 0005 Design, Docs, Installation and Optimization 1 LOT 0006 Consultation/Project Management/Oversight 1 LOT 0007 Shipping and Handling 1 LOT Services See BDA Technical Specs attachment The delivery/task order period of performance is 120 days after issuance of Notice to proceed. Delivery shall be provided in accordance with Contractors proposed delivery schedule, upon acceptance by the Government. Delivery terms shall be F>O>B Destination, and the Contractor shall coordinate with the facility for further delivery coordination and instructions. The contractor shall deliver and/or perform all line item(s) to Veterans Administration Sierra Nevada Healthcare System, 975 Kirman Ave Reno, NV 89502. Place of Performance Address: 975 Kirman Ave Reno, NV Postal Code: 89502 Country: UNITED STATES Award shall be made to the offeror whose quotation/proposal is the lowest priced technically acceptable. 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 OCT 2018 Addendum to FAR 52.212-1 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.217-5 Evaluation of Options (JUL 1990) (End of Addendum to 52.212-1) FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items JAN 2019 Addendum to FAR 52.212-4 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 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) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial advertising (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per CLIN(s) # 0001 thru 0004. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. 852.211-72 Technical Industry Standards (NOV 2018) (a) The Contractor shall conform to the standards established by: International Building Code (IBC), National Electrical Safety Code Most current edition of National Fire Protection Association 1221 2018 edition of the International Fire Code City of Reno Fire Code: With the adoption of a recent ordnance, the City of Reno amended the Reno Municipal Code (RMC), Title 16, by repealing RMC 16.01.011 and adopting the 2018 International Fire Code, and related amendments, for the purpose of establishing Reno Municipal Code 16.01.012. Among other things, the 2018 International Fire Code and related amendments will include, but not be limited to: Requiring the installation or modification of emergency responder radio coverage in existing high-rise buildings, below grade buildings, or other buildings due to location or construction type that do not have approved radio coverage in critical communication areas or where an existing wired communication system cannot be repaired or is being replaced. (Section 510.2, as amended) (Please see IFC 2018 Section 510 and section 1103.2 for information on these changes) Nevada, Washoe County and City of Reno electrical codes Federal Communications Commission Rules and Regulations 47 Code Federal Regulations. In particular: 90.7 and 90.219 USE OF SIGNAL BOOSTERS National Public Safety Planning Advisory Committee (NPSPAC) Requirements, Nevada Region 27 NPSPAC Plan. The following standards shall apply to the design work: Telecommunications Industry Association (TIA) Technical Systems Bulletin TSB 88-A Applicable Occupational Safety and Health Administration and Environmental Protection Agency. American National Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE) National Public Safety Telecommunications Council (NPSTC) American National Standards Institute publishes consensus standards on Radio Frequency exposures and measurements. The Institute of Electrical and Electronics Engineers (IEEE), International Committee on Electromagnetic Safety (ICES) sets safety standards across frequencies 0 to 300 GHz. Also, the IEEE Committee on Man and Radiation (COMAR) publishes position papers on human exposure to electromagnetic fields. (please check for the most recent version of these position papers) as to CLINS 0001 thru 0006. (b) The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to: Email to technical point of contacts. (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request. 852.232-72 Electronic submission of payment requests (NOV 2018) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the Contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A Contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI) (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. 852.237-70 Contractor responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of NEVADA. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. 852.246-71 Rejected Goods (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor s address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. 852.270-1 Representatives of contracting officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor. End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders SEP 2018 The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b): (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (25) 52.222-3, Convict Labor (JUNE 2003) (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28)(i) 52.222-26, Equal Opportunity (SEPT 2016) (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) All quoters and offerors shall submit the following: One (1) copy of their quote/proposal in PDF format and shall be submitted to Jarrod Washington via email at: jarrod.washington@va.gov This is an open-market combined synopsis/solicitation for services and supplies as defined herein.  The government intends to award a Firm-Fixed Price 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 proposals and or 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:" Offeror/quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 0900 Pacific, 19 August 2019, via email to Jarrod Washington jarrod.washington@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Jarrod Washington at jarrod.washington@va.gov. Attachments: 1. Attachment 1 36C261-19-AP-3264 BDA Technical Specs SOW Final (9) Pages 2. Attachment 2 WD 2015-5595 rev 7 12_26_2018 (18) Pages 3. Attachment 3 36C26119Q0811 Combined Synopsis-Solicitation 8Aug19 (9) Pages 4. Attachment 4 36C261-19-AP-3264 Single Source Justification MPT-SAT 30Jun19 (2) Pages
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »