DOCUMENT
62 -- Simulated Natural Lighting - Attachment
- Notice Date
- 7/27/2016
- Notice Type
- Attachment
- NAICS
- 335122
— Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
- 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
- VA24716Q0917
- Response Due
- 8/3/2016
- Archive Date
- 11/10/2016
- Point of Contact
- DARIUS CRANE
- E-Mail Address
-
Darius.Crane@va.gov
(darius.crane@va.go)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation Number: VA247-16-Q-0917 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 VA247-16-Q-0917 and is issued as a Request For Quotation (RFQ) (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 set aside for Service Disabled Small Businesses and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 335122, with a small business size standard of 500 employees. (v) This requirement consists of the following item(s): ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001LED Panel Size: 24 x 24 inches, 72W, color temperature of 2700K-8000K, 85 lm/w, Ra>80, DMX Decoder, Dimming Driver, Junction boxes, Recessed (Three per room) LOCAL STOCK NUMBER: LEDPANEL24.00EA__________________________________ 0002AMPLIFIER (ONE PER ROOM) LOCAL STOCK NUMBER: AMP 8.00EA____________________________________ 0003Sun Frame Light Therapy Panel Size: 40x30 inches, 100W, Color Temerature of 2700K-9000K, Remote control (ONE PER ROOM) LOCAL STOCK NUMBER: SUNFRAME 8.00EA____________________________________ 0004Sunlite touch-sensitive intelligent control keypad: preprogramed for auto changing color temperature (One control for all rooms) LOCAL STOCK NUMBER: TOUCHPAD 1.00EA____________________________________ 0005SUN FRAME IMAGE PRINT SET. OVER 100 SELECTIONS FROM OUR GALLERY OR YOUR CUSTOMIZED IMAGE (ONE SET) LOCAL STOCK NUMBER: SUNFRAMEIMAGES 8.00EA____________________________________ 0006INSTALLATION 1.00JB____________________________________ GRAND TOTAL__________________ Specific features: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. STATEMENT of WORK SIMULATED DAYLIGHT THERAPY LIGHTING AS PART OF THE RENOVATED AND EXPANDED INTENSIVE CARE UNITS PROJECT Section Request: SIM DAYLIGHT 4 ICU 2237#: 534-16-3-783-0124 1.SCOPE: The Ralph H. Johnson VA Medical Center (RHJVAMC) requires the installation of new patient room lighting equipment into eight (8) patient rooms in the new expanded combined Intensive Care Unit. This renovation project will be spread over several construction phases. During the first phase, the external windows of the current MICU rooms will be completed blocked and therefore they will have no access to natural light. These 8 rooms will need a room lighting solution that will duplicate natural light to the greatest extent possible. A recent study of cardiac patients in an intensive care unit has shown that patients admitted to brighter rooms had shorter in-patient stays, faster post-operative recovery, and greater pain relief, than patients placed in dimmer or windowless rooms. Staff morale was greatly improved as well. The lighting system to be installed in each room will include two important features: (a)SkyEffect technology: State-of-the-art LED ceiling panels that use an algorithm developed in a sleep lab to mimic a natural skylight daylight cycle throughout the course of the day. These can be controlled with an included touch-screen control pad to adjust light color temperature and brightness, or to set an automatic program. (b)Sun Frames: a light therapy system that utilizes the SkyEffect technology to illuminate soothing artwork and nature scenes with a changing continuum of light. The lighted artwork will slowly shift from energizing blue morning light to calming evening red light automatically, to support patients' circadian rhythms. 2.DESCRIPTION OF WORK The Vendor shall provide all service, tools, equipment, personnel, transportation, and lodging necessary to install the lighting system equipment in each of the 8 windowless patient rooms of the renovated ICU. The following lighting system components must be provided by, setup and installed by the Vendor: Item DescriptionQty LED Panel Size: 24 x 24 inches, 72W, Color Temperature of 2700K-8000K, 85 lm/w, Ra>80, DMX Decoder, Dimming Driver, Junction boxes, Recessed24 Amplifier8 Sun Frame Light Therapy Panel Size: 40x30 inches, 100W, Color Temperature of 2700K-9000K, Remote control8 Sunlite touch-sensitive intelligent control keypad: preprogramed for auto changing color temperature (One control for all rooms)1 Sun Frame Image print: Over 100 selections from our gallery or your customized image8 3.REPORTING: The Vendor shall report and sign-in daily to the Engineering Service (RHJVAMC, room G200 or G206) and obtain an identification badge which shall be worn at all times while on station. After all work is completed, the Vendor must again report in person to the Engineering Service to sign out and return the identification badge. Vendor shall provide daily written or digital reports on their progress, or as necessary depending on the length of the install. A final report upon contract completion is also required. 4.NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Engineering Service or Biomedical Engineering Section as required above. 5.HOURS OF WORK: Work shall be performed Monday through Friday 0700-1600 (with one hour lunch) at Ralph H Johnson VAMC, 109 Bee Street, Charleston, SC, 29401. No work shall take place on federally-recognized holidays unless the COR provides written consent to the Contractor. The facility observes the following federal holidays: New Year's DayMartin Luther King, Jr. Day Presidents' DayMemorial Day Independence DayLabor Day Columbus DayVeterans Day Thanksgiving DayChristmas Day 6.TEST EQUIPMENT: The Charleston VA Medical Center will not furnish test or other equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within unless otherwise specified elsewhere in this document. 7.SPECIAL CONTRACT REQUIREMENTS: a.Vendor must follow all Department of Veterans Affairs regulations when working on VA equipment. b.Contractor staff shall be escorted at all times when accessing data closets and server rooms. c.Contractor shall have in-depth knowledge of hospital lighting systems infrastructure. d.Contractor shall have previous experience working within a hospital setting. e.Contractor shall have knowledge of Ralph H. Johnson VAMC's Infection Control and Life Safety requirements. f.Contractor shall have knowledge of OIT Design Guide, NFPA, NEC, Life Safety Code, and any other applicable standards required by the work. 8.TYPE OF CONTRACT The Department of Veterans Affairs Medical Center (DVAMC) anticipates award of a FIRM FIXED PRICE contract based on the contents of this solicitation. 9.SECURITY REQUIREMENTS The C&A requirements do not apply and a Security Accreditation Package is not required. -END OF SOW- (vi) The items for this solicitation are to be delivered to: SHIP TO:DEPARTMENT OF VETERANS AFFAIRS RALPH H. JOHNSON VA MEDICAL CENTER 109 BEE STREET CHARLESTON, SC 29401 5799 MARK FOR: BRANDI TELLIS 843-789-6620 brandi.tellis@va.gov (vii) 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 (viii) 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. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services. 2.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. 3.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. 4.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. 5.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 (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and 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. (x) 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. (xi) 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 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than August 1, 2016, 10:00 AM EST to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvi) Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE August 3, 2016 at 9:00 AM EST. Only electronic offers will be accepted; submit quotes to - Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place "ATTENTION: SIMULATED NATURAL LIGHT_VA247-16-Q-0917" in the subject line of your email. 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 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone: (843) 789-6528 Fax: 843-789-6406
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0917/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-Q-0917 VA247-16-Q-0917.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2903750&FileName=VA247-16-Q-0917-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2903750&FileName=VA247-16-Q-0917-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-Q-0917 VA247-16-Q-0917.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2903750&FileName=VA247-16-Q-0917-000.docx)
- Place of Performance
- Address: Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston, SC
- Zip Code: 29401
- Zip Code: 29401
- Record
- SN04197580-W 20160729/160727234456-4db9351b8a6cb968ed66a20058af8532 (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 |