Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2015 FBO #4970
DOCUMENT

56 -- Install PACS System - Attachment

Notice Date
7/1/2015
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q0841
 
Response Due
7/16/2015
 
Archive Date
8/30/2015
 
Point of Contact
Michael Giffon
 
E-Mail Address
9-6682<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA-247-15-Q-0841 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-15-Q-0841 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total service disabled veteran owned small business set aside, exact match. The North American Industry Classification System (NAICS) code is 561210, and the size standard is $38.5M. (v) This requirement consists of the following: Exact Match Item Description Qty Unit of Unit Total Measure Price Price ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED OR STOCK NO. UNIT COST ----------------------------------------------------------------------------- 534-12-563 INSTALL PACS SYSTEM, PHASE I INSTALL A UNLOCK SYSTEM TO INCLUDE A CAMERA PHONE IN ORDER TO MEET THE NEEDS OF A STAFF MEMBER UNDER THE REASONABLE ACCOMODATIONS STATUTES. SYSTEM MUST BE TIED INTO THE PACS SECURITY SYSTEM. ALL DESIGN WORK TO BE DONE IN ACCORDANCE WITH APPLICABLE CODES AND STANDARDS, AND VA SPECIFICATIONS, DIRECTIVES AND MANUALS AS APPROVED BY THE CHIEF, ENGINEERING SERVICE. 1 JB STATEMENT OF WORK INSTALL CAMERA, VOICE AND REMOTE UNLOCKING TO B 255 PROJECT 534-15-924 1. GENERAL: A. Computer room B255 serves as a computer system room and a storage, collection and distribution point for hand held IT devices. This room has a PACS compliant key pad and card swipe security system for the only entrance door. The distribution point is located approximately 30 feet from the front door. In order to support the security of personnel entering this site, a camera and voice system must be installed to utilize an unlocking system of the door. B. The VAMC project engineer and expected COR for this project is Mr. John H Moriarty PE. He can be contacted after award has been made in the VAMC Engineering office, room B 505A VAMC, or at 843-577-5011 (5652), or at john.moriarty@va.gov to discuss any questions concerning the project requirements. The location of this project is VAMC 109 Bee Street, Charleston SC 29401. C. The government requires complete and functional designs and installations that are appropriate for the coastal environment of South Carolina and meet all current requirements of the following codes and standards: American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE) standards, International Building Code (IBC), International Mechanical Code (IMC), International Plumbing Code (IPC), National Fire Code (NFC), National Electric Code (NEC), VA standards, VA specific references, as well as pertinent industry standards. Particular and specific VA construction criteria specific to this project is found on the VA Technical Library located electronically at http://www.cfm.va.gov/TIL/. D. Based on the VA 6500.6, The C&A requirements do not apply and a security accreditation package is not required. F. A pre-bid site visit may be scheduled at a time and date TBD. If it is scheduled, the location will be in the engineering conference room, G 206K, VAMC 109 Bee Street, Charleston SC 29403. Attendees will be expected to move and maneuver through the facility for the walk through. 2. PROJECT GOALS: Install an AIPHONE, all applicable wiring, unlocking mechanism, Labor, Material, Supervision to modify the existing PACS keypad system to a remote unlockable system with visual and voice recognition verification. 3. BACKGROUND: The VAMC Charleston has recently completed the first phase of the PACS PIV access system. Room B 255 is a computer room that requires remote opening capability. This is considered a HIGH security area and requires that any opening be either through a recognized PIV card or visual recognition and escort. 4. SCOPE OF DESIGN PROJECT: A. Install an AIPHONE IS series equipment with a monitor and door release in the 'office' area of B 255, the exact location will be determined on site with the COR. The AIPHONE must provide notification of a person outside the office. Camera must be installed to capture face recognition and a picture in the office capable of recognition by the computer technicians prior to activation of the locking release. Camera will be installed on the outside of door B255 and facing the hallway. The releasing mechanism must be integrated into the PACS system. 1. Meet all Federal, State, and VA specific environmental pollution prevention, hazmat, safety, fire safety/prevention, bio-environmental and Security. 5. SCOPE OF WORK: A. General: The work includes, but is not limited to the following: (1) attending pre-investigation meeting(s); (2) investigating site conditions (3) producing a package of specs, (4) attending review meetings, (5) making the revisions requested by the Government. B. Government Documentation: Government will provide floor plan and existing PACS plans. 6. TASKS: A. Walkthrough of company technicians/representatives with VAMC engineering staff for location(s). B. Install an AIPHONE with capabilities of direct viewing in a screen located in the office. C. Maintain cleanliness during installation of equipment, maintaining all hospital requirements to include but not limited to Infectious Control and Life Safety requirements. 7. SCHEDULE a. Pre-Investigation Meeting - 2 calendar days after NTP. b. Install AIPHONE system - 7 calendar days after NTP. c. Complete AIPHONE system - 14 calendar days after NTP. Total expected project duration is 192 days. The government reserves the right to extend each of their review periods up to 35 days and/or reduce the review period(s) by 5 days without prior notice. Change will be issued by KO. 8. STANDARDS AND DRAWINGS Utilize VA standards for Plotting requirements, CAD templates will be provided to the contractor. Drawing Formats shall follow Engineering Service AutoCAD guideline Index. Utilize the VA design criteria found in the Facilities Management Technical Information Library as the basis for the design and its development for this project. This library may be found at http://www.cfm.va.gov/TIL/. Variances and Requirements for additional technical or design guidance shall be addressed to the Contracting Officer's Representative (COR). 9. EXISTING INFORMATION Utilize existing VA floor plans. 10. REVISIONS DURING CONTRACTING PHASE: If, during advertising or construction, revisions or clarifications are required due to errors or omissions, the contractor shall promptly make the necessary changes to specifications and drawings, and shall prepare the required contract amendment or modification and cost estimate documents. Should questions arise regarding the design during advertising or construction, the A-E shall promptly answer those questions END OF PROJECT SPECIFIC SOW (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. At a minimum, the offered item(s) must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The offereror that submits the offer that meets all of the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 3. If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov and be received by July 9, 2015 at 3PM EST. Questions received after this date and time will not be answered. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE July 16, 2015 at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to - Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: 109 BeeSt. Charleston, SC, 29401 ATTN: Bert German, 843-789-7261, albert.german@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0841/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0841 VA247-15-Q-0841.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2144004&FileName=VA247-15-Q-0841-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2144004&FileName=VA247-15-Q-0841-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03782965-W 20150703/150701235756-4b79fc533c16230c974e14c784a3aeb9 (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.