Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
DOCUMENT

59 -- 2-WAY RADIO - Attachment

Notice Date
3/22/2013
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25713Q0882
 
Response Due
3/27/2013
 
Archive Date
5/26/2013
 
Point of Contact
Nakaura Yusuf
 
E-Mail Address
694-6295<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The requirement will be issued by Department of Veteran Affairs, Medical Center, San Antonio TX (VAMC San Antonio). This combined synopsis/solicitation serves as a request for quote (RFQ) for Way Radio Communication Signal Enhancement System. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-62. The associated North American Industrial Classification System (NAICS) for this requirement is 334220. Only electronic submission will be accepted, offeror must include, CCR Registration, Tax ID, and reference. Solicitation Number in Subject line of e-mail. Audie L. Murphy VA Medical Center 2-Way Radio Communication Signal Enhancement System 3. Background. The Audie L. Murphy VA Medical Center operates a multi-repeater Motorola Smartzone Trunked radio system to support communications between handheld radios within the hospital facility. The radio system propagates signals through an antenna system mounted on the roof of Audie L. Murphy VA Medical Center building. The system operates on specific frequencies between 409 MHz and 420 MHz. The site/system is part of the San Antonio DOD/VA SARTS network but the connection to this system is not relevant to this project. Prior to the installation of this site, Audie L. Murphy VA Medical Center installed a bi-directional amplifier system to propagate signals within the Audie L. Murphy VA Medical Center structure from transmitters located at Lackland AFB and/or Wilford Hall USAF Hospital. The condition of this amplifier is unknown but it is believed to be non-functional or poorly functional. This BDA/DAS was not designed to propagate signals from the existing radio infrastructure at Audie L. Murphy VA Medical Center and, therefore, should not be considered a functional part of the existing radio system. A recent site survey indicates signal propagation on the First Level and Ground Level of Audie L. Murphy VA Medical Center is too weak to reliably support communications in many areas of these levels. Previous evaluations have indicated poor to no coverage from the trunked radio site in newly constructed areas of Audie L. Murphy VA Medical Center including the Spinal Cord Injury Unit and the Polytrauma areas. The outside dimensions of the building is approximately 750' X 735'. A similar system was successfully implemented at the Frank Tejeda Out-Patient Clinic, approximately 4 miles northwest of Audie L. Murphy facility. At Frank Tejeda Out-Patient Clinic, signals are received from Audie L. Murphy VA Medical Center system, amplified and distributed throughout the building on a distributed antenna system. Signals from the portable radios are received on the internal antenna system and routed to an amplifier from where they are transmitted back to the prime site. Prior to installation of this system handheld radios at the clinic did not perform reliably.. 4. Scope. Contractor shall provide an expandable bi-directional amplifier (BDA) system through a distributed antenna system (DAS) to propagate signals to/from the existing Audie L. Murphy VA Medical Center Motorola Smartzone Trunking site in such a manner as to achieve a minimum -80 db signal throughout the First Level of Audie L. Murphy VA Medical Center and all levels below, including the Pipe Chase, the Polytrauma and Spinal Cord Injury areas. The implementation will be in phases to accommodate funding available at the time of contracting. The first phase of the project will include the BDA/DAS backbone only. It will include installation of a fiber-driven head-end unit and a portion of the estimated DAS. Future phases will include implementation of the fiber connectivity system and remote BDA units with an expanded DAS network. Contractor shall be responsible for all design and/or engineering work, labor and materials necessary to complete the project. And shall provide as-built drawings and signal propagation measurements overlaid on floor plans provided by Audie L. Murphy VA Medical Center. The distributed antenna system (DAS) shall be installed in the interstitial areas of Audie L. Murphy VA Medical Center when possible. If any portion of the DAS will be installed in public areas of Audie L. Murphy VA Medical Center, specific permission to do so must be obtained from Audie L. Murphy VA Medical Center point of contact (POC). 5. Specific Tasks. Contractor shall provide an expandable Bi-Directional Amplifier (BDA) System for enhancement of propagate signals to the two way radio system for. The propagation system to be implemented shall include a head-end unit and at remote amplifiers as required to achieve the required signal strength propagation. The remote devices shall be connected to the head end by fiber-optic cables. Each device shall be capable of delivering a +37 dbm signal. All cables to be used within the structure of the hospital will be plenum-rated. Contractor shall be responsible for all labor and materials necessary to complete the project. Contractor shall be responsible for all design and/or engineering work to insure the project goals are successfully met. Contractor shall provide as-built drawings and signal propagation measurements overlaid on floor plans provided by Audie L. Murphy VA Medical Center. 5.1 Task 1 - Audie L. Murphy VA Medical Center (BDA) Enhancement located at 7400 Merton Minter Blvd. San Antonio, Texas 78229-4404. 5.1.1 Subtask 1 - Bi-Directional Amplifier (BDA) System:. Contractor shall provide an Bi-Directional Amplifier (BDA) System using items listed below to interface with existing two-way radio system. Provide the centralized administrative, clerical, documentation and related functions. 5.1.2 Subtask 2 - Bi-Directional Amplifier System Installation: Contractor shall install "Bi-Directional Amplifier (BDA) System" listed below. BDA System Item Description IHU +37dbm composite output 380-430 Mhz w/4 Fiber Optic interface, wall mount BDA Duplexer, indoor unit UHF yagi pickup antenna 1/2" superflex heliax NM connectors for 1/2" heliax NM/NM jumper cables Primary power surge suppressor Antenna line surge suppressor Copper grounding plate Heliax grounding straps 5.1.3 Subtask 2 - Distributed Antenna System Installation: The distributed antenna system (DAS) shall be installed in the interstitial areas of Audie L. Murphy VA Medical Center when possible. If any portion of the DAS will be installed in public areas of Audie L. Murphy VA Medical Center the hospital, specific permission to do so must be obtained from Audie L. Murphy VA Medical Center point of contact (POC) for this project. Contractor shall install "Distributed Antenna System (DAS)" listed below. DAS Item Description 1/2" air plenum rated heliax Adjustable signal taps Laird TRA1403 antennas Mounting fixture converter NM/NM RG142U jumper cables 3-way power divider NM/NF jumper cables Connectors for signal taps Connectors for power dividers 5.1.4 Subtask 2 - Professional Services : Contractor shall install "Distributed Antenna System (DAS)" listed below. Professional Services Item Description System manual Freight and carriage to job site Labor to configure, install, document 5.1.5 Subtask 2 -VA Badge/Security Background Check : Contractor and their Employee's must have VA Badge or able to pass background check to have Badge Issued to them. 5.1.6 Subtask 2 - Safety : Contractor and their Employee's must have attended Interstitial and infection control safety training or attend class before starting work. Contractors shall be equipped withal necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I 6. Performance Monitoring The Engineering Biomedical Electronics Section will monitor the performance of the Bi-Directional Amplifier (BDA) System. 7. Security Requirements Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Evaluation Criteria a. Contractor shall address the Performance Work Statement (PWS) and include Technical Capability, Understanding of requirement, Management, and Quality Control. b. Provide information on how the vendor will complete include a key personnel contact list. c. SDVOSB/ VOSB Preference all factors equal we reserve the right to award to SDVOSB/ VOSB PRICE: The techniques and procedures described under FAR 12.209, Price Analysis, will be the primary means of assessing Proposal reasonableness. The Government will evaluate proposed prices to determine whether prices are realistic for the work to be performed; reflect a clear understanding of the requirements, and are consistent with the various elements of the offeror's mission capability Proposal. Price analysis techniques may include a comparison of proposed prices received in response to the solicitation competitive range will be established by the Contracting Officer utilizing price related factors, fair market prices, comparison with other contract prices for similar services, and/or a comparison of proposed prices with the independent Government cost estimate. The Government intends to establish award without exchanges with contractors. Consequently, Contractors are highly encouraged to offer their best technical and pricing quotes in their initial submissions. However, the Government reserves the right to discuss submissions with any or all contractors submitting a technical and price quote, if it is determined advantageous to the Government to do so. This statement is not to be construed to mean that the Government is obligated to conduct exchanges. Note that FAR Part 13 Simplified Acquisitions Procedures; 13.5 Test Program for Certain Commercial Items procedures will be used. A Contractor may be eliminated from consideration for a without further exchanges if its technical and/or pricing quotes are not among those Contractors considered most advantageous to the Government based on a best value determination. The following Provisions and Clauses apply: a) 52.204-9 Personal Identity Verification of Contract Personnel b) 52.209-7 Information Regarding Responsibility Matters c) 52.228-5 Insurance- Work on a Government Installation d) 52.246-4 Inspection of Services- Fixed Price e) 852.237-70 Contractor Responsibilities f) 52.212-3 Offeror Representations and Certifications. Please include a completed form or complete at https://orca.bpn.gov/ g) 52.212-4 Contract Terms and Conditions h) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive i) 52.525-2 Clauses Incorporated by Reference j) 52.212-1 Instructions to Offerors- Commercial Items. k) 52.212-2 Evaluation- Commercial Items l) 52.212-3 Offeror Representation and Certification- Commercial Items m) 52.233-2 Service of Protest n) 852.215-70 Service Disables Veteran Owned and Veteran - Owned Small Business n) 852.233-70 Protest Content/ Alternative Dispute Resolution o) 852.233-71 Alternate Protest Procedure p) 852.270-1 Representative of Contracting Officers q) 852.273-74 Award Without Exchanges Copies of the reference provision and clause may be obtained at: FAR http://arnet.gov/far VAAR http://www.va.gov/oamm/oa/ars/policyreg/vaar/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25713Q0882/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-13-Q-0882 VA257-13-Q-0882.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670461&FileName=VA257-13-Q-0882-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=670461&FileName=VA257-13-Q-0882-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03018624-W 20130324/130322234326-6406d58509b536c79c5691af4b132d87 (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.