This is a Request for Information (RFI) for LEC telecommunication voice and data services to VA OI&T sites in the state of Hawaii (Ewa Beach, Hilo, Honolulu, Kahului, Kailua-Kona, Kalaeloa, Kaneohe, Kapolei, Kaunakakai and Lihue). This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI.
The North American Industry Classification System (NAICS) for this requirement is 517311 with a size standard of 1,500 employees.
As part of your RFI response, please provide the following information:
General
Your response must address capabilities specific to the services required in the attached draft PWS and must include the following:
Request Company information to include:
Company Name
CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov
Company Address
Point of contact name
Telephone number
Email address
Socioeconomic data
For Service-Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) concerns, indicate whether you could meet the requirement that a Government procurement, an information technology procurement classified under SDVOSB/VOSB is in accordance with Veterans First Contracting Act for the applicable NAICS.
Company Business Size and Status for NAICS 517311
Names and types of current federal contracts and/or contract vehicles that can be utilized for the scope of the requirements (NLEC-NG, EIS or any other Schedule if you are included in one or more. Please include Contract Number, expiration date, etc.)
Capability Statement
Submit a capability statement describing your company s ability to meet the requirements in the attached draft PWS. The capability statement shall be limited to 10 pages and no more than 5MB.
Please submit your RFI response to the above questions in accordance with the following: 1) No more than 10-page and no more than 5 MB. 2) Mark your response as Proprietary Information if the information is considered business sensitive.ÃÂ 3) NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI.ÃÂ ÃÂ The Government will not review any other information or attachments included, that are in excess of the 10-page limit.ÃÂ ÃÂ The Government will not review generic marketing materials that do not address the information contained herein or the attached documents.
Responses are due electronically to Ruth Smith, Contract Specialist,
[email protected] no later than 1:00PM EST on May 7, 2021.
See attached DRAFT PWS Hawaii
Hawaii LEC
PRODUCT DESCRIPTION
DEPARTMENT OF VETERANS AFFAIRS
Office of Information and Technology, Solution Delivery,
Infrastructure Engineering, Telecommunication Provisioning Office, LEC Services
Date: 04/27/2021
Version 1.0
PRODUCT DESCRIPTION
The Department of Veterans Affairs (VA), Office of Information and Technology (OI&T), Solution Delivery, Infrastructure Engineering, Telecommunication Provisioning Office, LEC Services requires continuity of LEC telecommunication voice and data services at VA locations in the state of Hawaii
REQUIREMENTS:
The Contractor shall provide all LEC services currently installed as listed below. All lines and services shall be installed at the building s demarcation point (DEMARC) location and shall not be extended.
These services are to be provided at locations as listed below in
Section 4, PLACE OF PERFORMANCE.
Service Types and Features
Quantity
POTS Line measured rate
90
Centrex
10
PRI (mileage/station link included)
20
DID/DOD (blocks of 20)
126
Metro Ethernet 5Mbps
6
Metro Ethernet 10Mbps
6
Metro Ethernet 50Mbps
1
Metro Ethernet 200Mbps
1
Caller ID (POTS)
14
Caller ID PRI Circuit (23B+D)
15
Voice Mail POTS Line
3
Hunting/Roll Over
4
Non-Published Number
9
Remote Call Forward Number (no physical connection
1
PERIOD OF PERFORMANCE:
The period of performance for this contract shall be a 12-month base period from the day of award with four 12-month option periods.
TYPE OF CONTRACT:
This is a Firm-Fixed Price contract.
PLACE OF PERFORMANCE:
The places of performance shall be at VA facilities listed below.
FACILITY
Site Address
CITY
STATE
ZIP
Leeward CBOC
91-2135 Ft Weaver Rd
Ewa Beach
HI
N/A
Hilo CBOC
45 Mohouli Street
Hilo
HI
N/A
Hilo Vet Center
70 Lanihuli St, Suite 102
Hilo
HI
96720
HON Vet Center
1680 Kapiolani Blvd
Honolulu
HI
96814
NCPTSD
3375 Koapaka St Suite I-560
Honolulu
HI
98819
VA MC Honolulu
459 Patterson Rd.
Honolulu
HI
96819
Admin Office, Federal Bldg
300 Ala Moana Blvd
Honolulu
HI
96819
National Tele Radiology
500 Ala Moana Blvd
Honolulu
HI
96813
Maui Vet Center
157 Ma'a Street
Kahului
HI
96793
Maui CBOC
203 Hoohana St.
Kahului
HI
96732
Kona Vet Center
73-4976 Kamanu St.
Kailua-Kona
HI
96740
Kona CBOC
75-377 Hualalai Rd
Kailua-Kona
HI
96740
Rural Health Barber's Point
91-1039 Shangrila, Building 37
Kalaeloa
HI
96707
Windward CBOC (new in NOV 2020)
46-001 Kamehameha Highway, Castle Professional Center
Kaneohe
HI
N/A
Leeward Vet Center
885 Kamokila Blvd
Kapolei
HI
96707
Molokai Outreach Clinic
280 Home Olu Place
Kaunakakai
HI
96748
Kauai CBOC
4485 Pahe'e St, Suite 101
Lihue
HI
96766
Hawaii NCA
2177 Puowaina Drive
Honolulu
HI
N/A
National Memorial of the Pacific
2177 Punchbowl Street
Honolulu
HI
96813
N/A
161 Kinoole Street
N/A
HI
N/A
Hilo Benefits Office (808-935-2451)
154 Waianuenue Ave.
Hilo
HI
N/A
POINTS OF CONTACT:
Contract Specialist:
Name: Ruth Smith
Address: 23 Christopher Way, Eatontown, NJ 08840
Voice: 732-330-4254
Email:
[email protected]
INFORMATION SECURITY CONSIDERATIONS:
The Assessment and Authorization (A&A) requirements do not apply and a Security Accreditation Package is not required.
SPECIAL CONSIDERATIONS:
No loss of service can be incurred during transition out of any services listed above.
Where the awardee of this contract is the incumbent provider, the Contractor will waive any early termination fees from the previous contract if one was awarded.
During the base period of performance of this contract the quantities and types of services and features will fluctuate routinely with regard to SDP activations/deactivations
Bid Protests Not Available