Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
DOCUMENT

Y -- 528A8-11-815SL - INSTALL ADDITIONAL FIRE ALARM DEVICES - Attachment

Notice Date
6/8/2011
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA52811RP0135
 
Response Due
6/24/2011
 
Archive Date
8/23/2011
 
Point of Contact
Rachael Roney
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
INSTALL ADDITIONAL FIRE ALARM DEVICES Stratton VA Medical Center The Samuel S. Stratton VA Medical Center (hereafter "The VA" or "VA"), located at 113 Holland Ave., Albany NY 12208, intends to release a competitive Request for Proposals numbered VA-528-11-RP-0135, for a project entitled "INSTALL ADDITIONAL FIRE ALARM DEVICES" on or about the week of June 20, 2011. Unless additional notice is given or this notice is modified, the full RFP will be posted to the Government-wide Point of Entry (www.fbo.gov). The current intention of the VA is to procure these services competitively via a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The applicable NAICS code will be238210, with an applicable small business size standard of $14.0Million. The estimated construction value of this project falls within the range of $25,000 and $100,000. The VA anticipates the use of a "lowest price technically acceptable" evaluation method. Once proposals are received, they will be evaluated for technical acceptance based on a series of "Go/No-Go" factors that will be given a pass/fail rating based on submitted deliverables. The technically acceptable rated offerer with the lowest proposed price will be awarded the contract. Bid, performance and payment bonding will be required to respond to this RFP once released. This is a pre-solicitation notice synopsizing an upcoming competitive solicitation to satisfy the requirements of FAR 5.201 and 5.203. The work to be performed for INSTALL ADDITIONAL FIRE ALARMS includes, but is not limited to, the following: A.Install one (1) strobe light in bathroom Rm A218a. The strobe light shall be installed in the back room with the toilet. B.Connect and program the magnetic door holder in room Rm C217. C. Install seventeen (17) new smoke detectors, one each in the following locations: A1035 Appointment desk, D924 Nurse Station, A834 Waiting Room, C704 Waiting Room, A507 Appointment desk, A520 Appointment desk, A530 Waiting Room, B529 Waiting Room, B518 Appointment desk, B505 Appointment desk, B534 Office, B535 Waiting Room, B548 Waiting Room (two detector are to be installed in room B548, one on each side of the soffit), D505 Appointment Desk, C435 Nurse room/Appointment desk, and C123 Appointment Desk. D.Install one (1) speaker strobe in the nurse manager's office in room D221. E.Connect five AHU exhaust fans in the Sub basement electrical rooms to the fire alarm system and program them to shut down on alarm. One in each of the following rooms: S-8, S-10, S15, S16 & S19. F.Create a new voice file for bldg 5. Change the system programming so an alarm in building 5 will be announced as "Behavioral Health Recovery Center." Reprogram the system -- remove the current voice announcement and replace it with the new voice file. All newly installed devices shall be Notifier compatible and must be incorporated into the existing system to maintain class A operation. The prime contractor must be an authorized Notifier (ESD) Engineered Systems Distributor or submit a sub-consultant who is an ESD. All devices shall be installed using red colored conduit and labeled per specifications to match the existing fire alarm system. All devices shall be fully programmed into the onyx workstations and graphics shall be updated. All devices shall be tested for proper operation after installation and must be accepted by the VA COTR. Construction methods must adhere to VA infection control policies. Use of dust containment carts and HEPA vacuums shall be used during construction. The contractor shall meet with the VA COTR to do a joint walkthrough & review the work prior to commencing. The Contracting Officer will not be able to answer any questions to this notice until a Request for Proposals is issued and only by Request for Information (RFIs)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA52811RP0135/listing.html)
 
Document(s)
Attachment
 
File Name: VA-528-11-RP-0135 VA-528-11-RP-0135.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208016&FileName=VA-528-11-RP-0135-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208016&FileName=VA-528-11-RP-0135-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02467982-W 20110610/110608235506-0c08db1b751eef6dd9e54591a346ff31 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.