DOCUMENT
J -- Remove Existing Public Address System and Components with Installation of New Digital Voice (DVC) System Utilizing Current Notifier 640 Fire Alarm/Voice Network - Attachment
- Notice Date
- 8/14/2018
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;WJB Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- 36C24718Q9470
- Response Due
- 8/24/2018
- Archive Date
- 9/3/2018
- Point of Contact
- MARK WEST @ JEFFREY.WEST3@VA.GOV
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q8470 Posted Date: August 14, 2018 Original Response Date: August 24, 2018 Current Response Date: Product or Service Code: N063 Installation of Equipment Alarm, Signal, and Security Detection Systems Set Aside: SDVOSB NAICS Code: 238210 Electrical Contractors and Other Wiring Installation Contractors Contracting Office Address W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24718Q9470. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210, with a small business size standard of $15 Million. The W.J.B. Dorn VA Medical Center is seeking services to REMOVE EXISTING PUBLIC-ADDRESS SPEAKERS AND COMPONENTS WITH INSTALLATION OF NEW DIGITAL VOICE COMMAND (DVC) SYSTEM UTILIZING CURRENT NOTIFIER NFS 640 FIRE ALARM/VOICE NETWORK to include all materials, tools and equipment required to remove the existing antenna(s) and components from facility and provide/install new antenna(s) and components including TIE-IN TO THE EXISTING NOTIFIER 640 FIRE ALARM SYSTEM. Site Visit: A site visit is scheduled for this requirement on Tuesday August 21, 2018 at 1:00 p.m. EST. All attendees should meet in the lobby of the main hospital, Building 100 no later than 1:00 p.m. EST on August 21, 2018. All interested companies shall provide Quotations for the following: STATEMENT OF WORK Replace Public Address System Building 22 1. GENERAL: This requirement is for a firm-fixed price service contract to replace the existing PA System by utilizing the existing Notifier model NFS 640 Fire Alarm/Voice Network to communicate announcements throughout the building. This service is required on behalf of the WJB Dorn VA Medical Center located in Columbia South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. The existing Paging System is no longer functional and shall be replaced utilizing the existing Fire Alarm System speakers. 3. PERIOD OF PERFORMANCE: The period of performance is 90 calendar days after date of award. 4. PLACE OF PERFORMANCE: William Jennings Bryan Dorn VA Medical Center 6439 Garner s Ferry Rd Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer s Representative (COR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. All work shall be coordinated with the COR. Only the Contracting Officer (CO) has the authority to make changes to the contract that affects price and/or time. The Contractor shall be responsible for all tools, labor, materials, and programming necessary for the installation of a full and complete usable Paging System to include, but not limited to, hardware network components, conduit, network cabling, network cabling terminations, network cabling testing validation, and system performance validation testing. The Contractor shall replace the existing PA System with the utilization of connecting it to the existing Notifier model NFS 640 Fire Alarm/Voice Network in order to communicate announcements throughout the building. The Contractor shall provide and install an ONYX CAB-4 Series Digital Voice Command (DVC) System to the Police Dispatch System along with all associated buttons to be utilized for paging. Installation of additional buttons for future growth as other buildings add voice paging shall be incorporated. Program all applicable equipment to allow paging over the existing Fire Alarm Voice Network. Relocate an existing Network Control Annunciator (NCA) to a new cabinet along with the new Digital Voice Command (DVC) System so that all equipment can be located in one cabinet. The Contractor shall program the Fire Alarm System to take priority over all paging announcements. The new DVC System shall have the capability of connecting to the VA Police Motorola 7500 Radio System. Contractor shall be responsible for removing 30 existing Paging Speakers and all associated wiring that is not in conduit or a cable tray in the ceiling of one of the main buildings. Contractor shall be responsible for replacement of ceiling tiles and or wall patch/paint as necessary for the satisfactory installation of equipment and materials. Conduit for any new wiring shall not be left exposed but installed above ceiling or within wall cavities. Contractor shall coordinate with the COR for paint color matches. The VA Medical Center Standard ceiling tile is Armstrong 770. The Contractor shall, during installation or demolition phases, be responsible for maintaining existing Smoke and Fire rated assemblies at all penetrations of walls, ceilings, and floors. Contractor shall provide for Infection Control materials/installation as necessary when working in those areas that have special requirements for health and safety concerns. For Infection Control purposes, areas of work are considered as Group 1, Type A, Class I and shall utilize identified methods indicated as per Attachment A. A testing of the new system shall be scheduled with the COR in coordination with all required Services so that the System is shown to be fully operational and approved for invoicing. Contractor shall provide System Operation Training to the Police and Engineering Service on the utilization of the ONYX DVC after installation has been completed The C&A requirements do not apply and a Security Accreditation Package is not required. HAZARDOUS MATERIALS: Hazardous Materials Survey: Contractor shall be required to perform a Hazardous Material Survey in accordance with the requirements of South Carolina Department of Health and Environmental Control (SCDHEC) to document all surfaces to be disturbed for the potential of lead or asbestos containing material. Asbestos Abatement: Asbestos Abatement shall be conducted in accordance with the South Carolina Department of Health and Environmental Control, EPA, OSHA/VA Regulations and Infection Control procedures. To include but not limited to the following: DHEC Asbestos Abatement Notification & Permit Removal and disposal of countertops, desk and vinyl floor mastic in a non-friable manner. Construction of full containments around the work areas. Asbestos approved storage container and disposal of asbestos debris. Compilation of an Abatement Summary Report to include waste disposal records. Lead Abatement: Lead Abatement services shall be conducted in accordance with all Federal and State requirements to include but not limited to requirements of SCDHEC, EPA, and OSHA. The Contractor shall follow all requirements as outlined within the contract documents and specifications. 6. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. Basis of Award Project: REPLACE PUBLIC ADDRESS SYSTEM BUILDING 22 A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptability. If, the low-priced offer is found to be technically acceptable the evaluation process stops no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB). Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Cost analysis may be performed by the Contracting Officer. Technical / Past Performance. Contractor shall have all necessary and required licenses and or certifications required to successfully complete the services required. Contractor shall provide technical capabilities statement related to the completion of similar type services being requested in this solicitation. All offerors must provide a minimum of one (1) year warranty against all defects, workmanship, parts, and service. Must provide a minimum of two (2) past performance experience related to the needs of this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Acceptable ALL of the minimum acceptable criteria are clearly met by the offer. The offer meets the minimum performance and technical capability requirements defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offer. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. OFFEROR: Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN SAM REGISTERED IN VIP AS SDVOSB TECHNICAL / PAST PERFORMANCE PRICE (Not Rated) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219-28, Post Award Small Business Program Representation [JUL 2013] 52.222-3, Convict Labor [JUN 2003] 52.222-19, Child Labor [OCT 2016] 52.222-21, Prohibition of Segregated Facilities [APR 2015] 52.222-26, Equal Opportunity [SEP 2016] 52.222-35, Equal Opportunity for Veterans [OCT 2015] 52.222-36, Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222.37, Employment Reports on Veterans [FEB 2016] 52.222-5, Combating Trafficking in Persons [MAR 2015] 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13, Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33, Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22, Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23, Limitations on Pass-Through Charges [OCT 2009] 52.237-1, Site Visit [APR 1984] 52.237-2, Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.246-20, Warranty of Services [MAY 2001] 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-aside [JUL 2016] 852-237-70, Contractor Responsibilities [APR 1984] 852.270-1, Representative of Contracting Officers [JAN 2008] 852.273-74, Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed, Technical Capabilities Statement in Reference to the Requirement, Past Performance, and Statement below. All bid offers shall be sent to the: Mark West @ JEFFREY.WEST3@VA.GOV This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 10:00 AM EST August 24, 2018. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, jeffrey.west3@va.gov. No phone call shall be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24718Q9470/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9470 36C24718Q9470.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541262&FileName=36C24718Q9470-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541262&FileName=36C24718Q9470-000.docx
- File Name: 36C24718Q9470 Binder1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541263&FileName=36C24718Q9470-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541263&FileName=36C24718Q9470-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9470 36C24718Q9470.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541262&FileName=36C24718Q9470-000.docx)
- Record
- SN05036424-W 20180816/180814231400-cb73df698efd1183a29b1a1963704da4 (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 |