COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25020Q0242
Posted Date:
January 24, 2020
Original Response Date:
February 6, 2020 @4PM
Current Response Date:
February 6, 2020 @4PM
Product or Service Code:
D317
Set Aside:
Small Business
NAICS Code:
Site Visit:
517311
Thursday, January 30, 2020
8:00 AM through 1:00 PM
Point of Contract: Marvin McNeace
Engineering, Electronics Mechanic
740-773-1141, Extension 7934
Bldg. 211, Medical Library
Contracting Office Address
Department of Veterans Affairs
Network Contracting Office 10
3140 Governor s Place Blvd
Suite 210
Kettering, OH 45428
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 are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations. 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 517311, with a small business size standard of 1500 people.
STATEMENT OF WORK
Description
The Chillicothe Ohio, Veteran Administration Medical Center requests a renewal of the yearly subscription for High Definition (HDTV) cable TV services at the main campus.
Scope.
Vendor to provide High-Definition (HDTV) television cable channels for our main campus located at 17273 State Route 104, Chillicothe, Ohio 45601. Services will be delivered to ONT point in Building 211 - Room G024B, through equipment provided by vendor at no additional cost to VA. Vendor will provide to Chillicothe VA, a Cable TV (CATV) signal to the headend at Building 211, Room G024B that will allow the Chillicothe VA Engineering Representative to amplify the cable TV signal to various patient areas.
Specific Tasks.
The vendor shall furnish cable television service to the Department of Veterans Affairs.
Task
Vendor owns the equipment and is responsible for any maintenance.
Deliverables: Any maintenance that would be required to keep service ongoing.
Task
Vendor is responsible for providing HDTV television service for the following networks:
WCMH (NBC) - Columbus COMEDY CENTRAL
WSYX (ABC) - Columbus FOOD NETWORK
HGTV
WHIO (CBS) Dayton COOKING CHANNEL
WTTE (FOX) - Columbus TLC
WCPO (ABC) - Cincinnati TRAVEL CHANNEL
WBNS (CBS) - Columbus DISCOVERY LIFE
MILITARY CHANNEL DISCOVERY
WOSU PLUS (PBS) DISCOVERY FAMILY CHANNEL
WBNS (H&I TV) Columbus WBNS (DECADES) - Columbus
WOSU (PBS) - Columbus BET JAMS
WOSU OHIO (PBS) ANIMAL PLANET
WCMH (LAFF) Columbus WSYX (MyNet) Columbus
WCMH (Ion) Columbus WOUB (PBS) Athens
Local Weather Radar truTV
WOUB LEARNS (PBS) Up
NATIONAL GEOGRAPHIC BOOMERANG
NAT GEO WILD UNIVERSAL KIDS
QVC HISTORY
VICELAND MILITARY HISTORY CHANNEL
WGN RFD-TV
TBS DISNEY
DISNEY XD DISNEY JUNIOR
USA CARTOON NETWORK
FX NICKELODEON
NICK TOO NICKMUSIC
NICK TOONS TEEN NICK
NICK JR OXYGEN
TNT
SPIKE TV HALLMARK (Movies & Mysteries)
FREEFORM CRIME & INVESTIGATION
ESPN TV LAND
ESPN 2
BIG TEN NETWORK FXM
FOX SPORTS OHIO AMC
FOX SPORTS ONE TURNER CLASSIC MOVIES (TCM)
OUTDOOR CHANNEL LIFETIME
LIFETIME MOVIE NETWORK THE WORD
FOX BUSINESS NEWS WE
FOX NEWS CNN INTERNATIONAL
CNN HOME SHOPPING NETWORK (HSN)
EVINE LIVE VH-1 SOUL
HEADLINE NEWS SHOPNBC
CNBC MTV
MTV 2 MTV Tr3s
MTV CLASSICS
MSNBC VH-1
C-SPAN BET
C-SPAN 2 CMT
THE WEATHER CHANNEL CMT MUSIC
E! GAC
A&E INSP
OVATION GOSPEL MUSIC TELEVISION
GSN EWTN
SY-FY TRINITY BROADCASTING NETWORK
BRAVO ESPN U
PARAMOUNT NETWORK ESPN NEWS
FXX ESPN CLASSIC
NBC SPORTS GOLF CHANNEL
BBC AMERICA CAVALIER TV
DIY DESTINATION AMERICA
OWN SCIENCE CHANNEL
Deliverables: All television channels should be available everyday (seven days per week) and 24 hours per day. Vendor will provide a Service Technician s name, direct dial telephone number and email address to report and respond to cable outages and maintenance issues within four (4) hours.
Task
Vendor will provide to Chillicothe VA Engineering Representative a Cable TV (CATV) signal to the headend at Building 211, Room G024B that will allow the VAMC staff to amplify the cable TV signal to various patient areas.
Performance Monitoring:
Spot checks to be performed by Engineering Point of Contact (POC) and COR as well as the users of this service.
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
VA will provide adequate space and access at its premises for the installation, operation, maintenance, inspection, replacement and disconnection of service-related equipment.
Other Pertinent Information or Special Considerations.
a. Identification of Possible Follow-on Work.
b. Identification of Potential Conflicts of Interest (COI).
c. Identification of Non-Disclosure Requirements.
Any additional costs for line and/or cable setup will be at the vendors expense. Vendor will be required to use existing cable line that is already been installed.
d. Packaging, Packing and Shipping Instructions.
e. Inspection and Acceptance Criteria.
Inspections will be conducted by the Chillicothe VAMC Engineering POC.
Place of Performance. VA Medical Center, 17273 State Route 104, Chillicothe, OH 45601
VAMC Point of Contact:
Marvin McNeace
Engineering, Electronics Mechanic
740-773-1141, Extension 7934
[email protected]
Period of Performance.
Base plus four (4) Option Years.
Base: 2/29/2020 2/28/2021
Option Year 1: 3/1/2021 2/28/2022
Option Year 2: 3/1/2022 2/28/2023
Option Year 3: 3/1/2023 2/29/2024
Option Year 4: 3/1/2024 2/28/2025
All interested companies shall provide quotes for the following:
Line Item
Description
POP
Quantity
Unit Price
Total Price
0001
Patient Cable TV Subscription
02/29/2020 - 02/28/2021
12 Mo
1001
Patient Cable TV Subscription
03/01/2021 02/28/2022
12 Mo
2001
Patient Cable TV Subscription
03/01/2022 02/28/2023
12 Mo
3001
Patient Cable TV Subscription
03/01/2023 02/28/2024
12 Mo
4001
Patient Cable TV Subscription
03/01/2024 02/28/2025
12 Mo
Total
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
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 2016)(DEVIATION)
VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)(DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2018)
The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
FAR 52.222-26, Equal Opportunity (SEPT 2016)
FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
FAR 52.222-50, Combating Trafficking in Persons (MAR 2015)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
N/A
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015)
(vii) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67).
(xiii) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
__(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67).
(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(xviii)52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (AUG 2018)
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
FAR 52.237-1, Site Visit (APR 1984)
FAR 52.212-2, Evaluation Commercial Items (OCT 2014)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (AUG 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.
All quoters shall submit the following:
One electronic copy of quote
All quotes shall be sent electronically to Starla VanWinkle at
[email protected].
Evaluation
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those that represent the best value to the Government and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the lowest priced quoter.
The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:Â
Price: The Vendor shall provide one electronic copy of quote
Past Performance: Â The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.
Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.Â
This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order 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 shall 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than February 6, 2020 at 4 PM to
[email protected]. 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, Starla VanWinkle at
[email protected].
Bid Protests Not Available