Search Contract Opportunities

Video Teleconference (VTC) Room Maintenance Service

ID: HT940824Q0012 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

*This acquisition is set aside 100% for small businesses.

*NOTICE TO OFFEROR(S)/SUPPLIER(S): In accordance with (IAW) Federal Acquisition Regulation (FAR) 52.232-18, Availability of Funds, funds are NOT presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. Additionally, this is a one-year follow-on requirement.

(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and issued pursuant of FAR 13.003(a), Simplified Acquisition Procedures found in FAR Part 13 shall be used to the maximum extent practicable for the acquisition of supplies or services not exceeding the simplified acquisition threshold. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(II) Solicitation HT9408-24-Q-0012 is issued as a Request for Quote (RFQ).

(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2024-05.

(IV) This acquisition will utilize full and open competition. The North American Industry Classification System (NAICS) code for this project is 541519, Other Computer Related Services; and PSC: DE0I, IT and Telecom End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor). The Size Standard for this NAICS is $34,000,000.

(V) SCHEDULE OF SUPPLIES/SERVICES:

The contractor shall provide all maintenance support for Video Teleconference (VTC) equipment for one year for the following locations (4):

-Wilford Hall Ambulatory Surgical Center (WHASC Bldg 4554, 1100 Wilford Hall Loop, Joint Base San Antonio (JBSA), Lackland AFB, TX 78236

-Post Graduate Dental Clinic Bldg 3352 Room A1082, 2133 Pepperrell St, JBSA-Lackland AFB, TX 78236

-Reid Clinic Bldg 7002, 1940 Carswell Avenue, Lackland AFB, TX 78236

-Randolph Clinic Bldg 221, 3rd St. W., JBSA Randolph, TX 78236

(VI) This solicitation is for the procurement of maintenance support for VTC. See Attachment 1: VTC Performance Work Statement.

(VII) Period of Performance: 19 September 2024 to 18 September 2025

(VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation, as amended below.

Offeror questions must be received no later than: 27 August 2024 at 10:00 a.m. (Central Time). Submit your questions via email to Ms. Yvette Dluhos, at yvette.h.dluhos.civ@health.mil and Mr. Matt Brinkmann, at matthew.j.brinkmann.civ@health.mil.

Responsive quotes must include --
1. Complete Pricing Sheet (Attachment 3)

2. Capability Statement to verify technical acceptability
3. A written statement that the quote is valid for at least 60 calendar days.
4. Point of contact (POC) name, work/cell numbers, UEI, and E-mail address.

Please ensure you understand and are able to meet the requirement in accordance with the Performance Work Statement, PWS, (Attachment 1). See also the Attachment 2 VTC Equipment List that requires maintenance in accordance with the PWS. Offeror must be registered in the System for Award Management (SAM) to be eligible for contract award.

Offeror shall submit their quotes via email no later than 04 September 2024 at 1:00 p.m. (Central Time) to: Ms. Yvette Dluhos, at yvette.h.dluhos.civ@health.mil and Mr. Matt Brinkmann, at matthew.j.brinkmann.civ@health.mil.

The government reserves the right to evaluate proposals and award a contract without discussions with vendors.

(IX) Quotes shall be evaluated in accordance with FAR 52.212-2, Evaluation Commercial Products and Commercial Services (Nov 2021) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows:

(a) The following factors shall be used to evaluate offers: price and technical acceptability.

Evaluation of quotes will be based on Lowest Price Technically Acceptable (LPTA) quote. The Government will rank the quotes lowest to highest. Review of the quotes start with the lowest-priced quote and continue until a technically acceptable quote is identified.

A price reasonableness approach will be utilized by the Government in accordance with FAR 15.404 to determine that the proposed prices offered are fair and reasonable. In evaluating price reasonableness, other than cost and pricing data, shall be utilized.

Technical acceptability will be determined by a review of the quote and capability statement, accomplished by the end-user of the proposed services. Requirement specifications are stated in the attached Performance Work Statement.

(X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items with their offer. This can be completed electronically at https://sam.gov.

(XI) Payment under this contract will be processed via Wide Area Workflow (WAWF).

(XII) The clause FAR 52.212-4, Contract Terms and Conditions Commercial Items in its latest edition applies to this solicitation.

(XIII) The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Products and Commercial Services in its latest edition applies to this solicitation, to include the following selections:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020

52.204-13 System for Award Management Maintenance OCT 2018

52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities DEC 2023

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015

52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2023

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services MAY 2024

52.217-8 Option To Extend Services NOV 1999

52.217-9 Option To Extend The Term Of The Contract MAR 2000

52.222-3 Convict Labor JUN 2003

52.222-50 Combating Trafficking in Persons NOV 2021

52.227-17 Rights In Data-Special Works DEC 2007

52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018

52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023

52.233-3 Protest After Award AUG 1996

52.233-4 Applicable Law for Breach of Contract Claim OCT 2004

252.201-7000 Contracting Officer's Representative DEC 1991

252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022

252.204-7003 Control Of Government Personnel Work Product APR 1992

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting MAY 2024

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support JAN 2023

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023

252.223-7008 Prohibition of Hexavalent Chromium JAN 2023

252.225-7048 Export-Controlled Items JUN 2013

252.232-7010 Levies on Contract Payments DEC 2006

252.239-7010 Cloud Computing Services JAN 2023

252.243-7001 Pricing Of Contract Modifications DEC 1991

252.244-7000 Subcontracts for Commercial Products or Commercial Services NOV 2023

52.204-26 Covered Telecommunications Equipment or Services--Representation. OCT 2020

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. JUN 2020

252.203-7005 Representation Relating to Compensation of Former DoD Officials SEP 2022

252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DEC 2019

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation MAY 2021

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):

https://www.acquisition.gov/

(End of clause)

52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

(End of clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)

(a) Definitions. As used in this clause

Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization.

Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system.

Payment request and receiving report are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:

(1) Document type. The Contractor shall submit payment requests using the following document type(s):

(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.

(ii) For fixed price line items

(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.

____________________________________________________________

(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.)

(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.

____________________________________________________________

Invoices 2in1

(iii) For customary progress payments based on costs incurred, submit a progress payment request.

(iv) For performance based payments, submit a performance based payment request.

(v) For commercial financing, submit a commercial financing request.

(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the

contract.

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in

applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF

Data to be entered in WAWF

Pay Official DoDAAC F87700

Issue By DoDAAC HT9408

Admin DoDAAC** HT9408

Inspect By DoDAAC N/A

Ship To Code N/A

Ship From Code N/A

Mark For Code N/A

Service Approver (DoDAAC) F2MTW7

Service Acceptor (DoDAAC) F2MTW7

Accept at Other DoDAAC N/A

LPO DoDAAC N/A

DCAA Auditor DoDAAC N/A

Other DoDAAC(s) N/A

(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert See Schedule or Not applicable. )

(**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).)

(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.

(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

WAWF POC: Elizabeth Rodiguez, elizabeth.j.rodriguez.civ@health.mil

WAWF Invoice Acceptor/Approver: Elizabeth Rodiguez, elizabeth.j.rodriguez.civ@health.mil

Contracting Officer: Yvette Dluhos, yvette.h.dluhos.civ@health.mil

Additional POC: Matthew Brinkmann, matthew.j.brinkmann.civ@health.mil

(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.

(End of clause)

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it "does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services--Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it "does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.

(a) Definitions. As used in this provision-

Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.

(b) Prohibition.

(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to--

(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.

(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to--

(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.

(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services."

(d) Representations. The Offeror represents that--

(1) It [ ___ ] will, [ ___ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and

(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that--

It [ ___ ] does, [ ___ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds "does" in paragraph (d)(2) of this section.

(e) Disclosures.

(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer:

(i) For covered equipment--

(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.

(ii) For covered services--

(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or

(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.

(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer:

(i) For covered equipment--

(A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.

(ii) For covered services--

(A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or

(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.

(End of provision)

Background
The Wilford Hall Ambulatory Surgical Center (WHASC) is seeking a contractor to provide maintenance support for Video Teleconference (VTC) equipment across multiple locations within Joint Base San Antonio (JBSA), Texas.

This contract is set aside 100% for small businesses and aims to ensure the operational readiness of VTC systems critical for medical and administrative communications.

Work Details
The contractor shall provide all management, labor, equipment, tools, materials, hardware, transportation, and incidentals necessary for maintenance services for VTC equipment in fifteen rooms at the following locations: WHASC (7 rooms), Post Graduate Dental Clinic (1 room), Reid Clinic (1 room), and Randolph Clinic (2 rooms).

Specific tasks include:
- Maintaining equipment availability at 98% operational status.
- Providing preventive maintenance checks twice a year.
- Responding to major outages within 4 hours and minor outages within one duty day.
- Installing equipment including assembly and configuration.
- Offering telephone hot line support and field service support during normal duty hours.
- Providing temporary replacement equipment while original equipment is under repair.
- Ensuring compliance with all applicable Air Force Instructions and Department of Defense regulations.

Period of Performance
The contract will be performed from September 19, 2024, to September 18, 2025.

Place of Performance
Joint Base San Antonio (JBSA), Lackland AFB, TX.

Overview

Response Deadline
Sept. 6, 2024, 5:00 p.m. EDT (original: Sept. 4, 2024, 2:00 p.m. EDT) Past Due
Posted
Aug. 22, 2024, 4:55 p.m. EDT (updated: Sept. 3, 2024, 11:43 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBSA Lackland, TX 78236 United States
Source

Current SBA Size Standard
$34 Million
Pricing
Time And Materials
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 8/22/24 Defense Health Agency issued Synopsis Solicitation HT940824Q0012 for Video Teleconference (VTC) Room Maintenance Service due 9/6/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC DE01.
Primary Contact
Name
Yvette Dluhos   Profile
Phone
(726) 203-0053

Secondary Contact

Name
Matthew Brinkmann   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
None Elizabeth Rodiguez Profile elizabeth.j.rodriguez.civ@health.mil None

Documents

Posted documents for Synopsis Solicitation HT940824Q0012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation HT940824Q0012

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation HT940824Q0012

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation HT940824Q0012

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation HT940824Q0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE HEALTH AGENCY (DHA) > DEFENSE HEALTH AGENCY
FPDS Organization Code
97DH-HT9408
Source Organization Code
500173266
Last Updated
Nov. 1, 2024
Last Updated By
yvette.h.dluhos.civ@health.mil
Archive Date
Nov. 1, 2024