Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOLICITATION NOTICE

Z -- Update Patient Wi-Fi - Project #610A4-25-226

Notice Date
1/9/2024 1:24:25 PM
 
Notice Type
Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0158
 
Response Due
3/18/2024 11:00:00 AM
 
Archive Date
04/17/2024
 
Point of Contact
Tiffany A Rausch, Contract Specialist
 
E-Mail Address
Tiffany.Rausch@va.gov
(Tiffany.Rausch@va.gov)
 
Awardee
null
 
Description
Page | 1 of 1 STATEMENT OF WORK Update Patient Wi-Fi Project Number: 610A4-25-226 I. DESCRIPTION OF SERVICES: GENERAL: Contractor shall provide all needed labor, materials, parts(to Include system components), Supervision, Project Management, Equipment, Quality and Safety Assurance, and all other necessary resources required to update the patient Wi-Fi system at the Fort Wayne VA at VA Northern Indiana Health Care System Fort Wayne Campus located at 2121 Lake Avenue, Fort Wayne, IN 46805. SCOPE: To include: Contractors work and responsibility shall include all contractor planning, programming, administration, and management necessary to provide all construction and related services as specified. Contractor Shall provide all related contractor administration services to perform the work such as quality control, contractor financial control, preparing and submitting required reports, and submitting necessary information as specified under this contract and within the individual Task Orders. The work shall be conducted by the contractor in strict accordance with the contract, to include all applicable federal, state and municipal laws, codes, regulations, and directives and specifications. Design shall comply with applicable sections of the Technical Information Library on the Office of Construction and Facilities Management (CFM) website www.cfm.va.gov. Project is to be designed to comply with the latest codes as outlined in the VHA Program Guide PG-18-3, Topic 1 Codes, Standards, and Executive Orders on the TIL. Contractor shall be responsible for complete bidding documents meeting those requirements. The contractor shall coordinate all shutdowns with the COR at least 3 weeks in advance of the shutdown. This shall include interior and exterior such as work involving cranes, taking parking spaces, utilities, and public spaces. Representatives of the Contractor shall be required to attend a Pre-Construction Conference prior to scheduling work, mobilizing or performing any work for any issued task order. The Pre-Construction Conference shall be conducted by the CO or the designated COR and will consist of a formal review of project requirements and establish the Notice to Proceed (NTP). The contractor shall replace all Patient Wi-Fi access points and patient Wi-Fi switches. There are 8 access points, 2 consoles, 2 switches, and one firewall that need replaced on the 1st floor. There are 4 access points and one switch that shall be replaced on the 2nd floor. One of the access points shall be replaced with a one directional antenna. There are 11 access points and one switch that shall be replaced on the 4th floor. The contractor shall add two wireless access points in the new Patient Aligned Care Team addition. This will include all wiring and equipment necessary to make the access points operational. The contractor shall install two new access points in Building 8. This will include all wiring and equipment necessary to make the access points operational. The Contractor shall install one switch for the Wireless access points in Building 8. The Contractor shall install one omnidirectional antenna on Building 8. This antenna shall be placed on the exterior north facing wall of Building 8. The Contractor shall install one Wi-Fi router in Building 8 for the omnidirectional antenna. The Contractor shall install racking in Building 8 for the switch. The Contractor shall install one Wi-Fi repeater on Building 2. The Contractor shall install one Wi-Fi router in Building 2 for the Wi-Fi repeater. The contractor shall install all wiring necessary and one directional Wi-Fi antenna on Building 1 outside room 399. This is the antenna mentioned in 1.b. Contractor shall install all equipment necessary to install a Wi-Fi router for the antenna outside room 399. This is the antenna mentioned in 1.b. Prior to final payment, the contractor shall supply the VA with a list of all usernames and passwords created during the installation and setup of the Wi-Fi system. The period of performance for this project is 90 calendar days from the Notice to Proceed. The Contractor shall dispose of all waste created during this project. All switches, access points, and consoles that were replaced shall be returned to VANIHCS Engineering. The Contractor is responsible for cleaning up their work area after every shift. Access points will be Ruckus R650 dual-band 802.11abgn/ac/ax  Wireless Access Point with Multi-Gigabit Ethernet backhaul, 4x4:4  + 2x2:2 streams, OFDMA, MU-MIMO, BeamFlex+, dual ports, PoH/uPoE/802.3at PoE support or equivalent. Switches will be ICX 7150 Switch, 24x 10/100/1000 PoE+ ports, 2x 1G RJ45 uplink-ports, 2x 1G SFP and 2x 10G SFP+ uplink-ports upgradable to 4x 10G SFP+ with license 370W PoE budget, basic L3 (static routing and RIP) or equivalent. Transceivers will be 1000BASE-SX SFP optic, MMF, LC connector, Optical Monitoring Capable or equivalent. All materials sourced and installed shall be compatible with each other. Regulations and requirements. Work Shall be performed on off hours, 5:00 P.M. 2:00 A.M. Monday - Friday. The Contractor shall coordinate project expectations with the subcontractors to ensure everything in the SOW and on the specifications is included in subcontractor bids and work is properly completed prior to the final inspection. Contractor shall provide a site-specific safety plan before the start of work. Contractor shall provide a construction schedule before the start of work. Contractor shall provide Submittals to COR prior to install. (a) Retainage. (1) The Contracting Officer may retain funds (i) Where performance under the contract has been determined to be deficient or the Contractor has performed in an unsatisfactory manner in the past; or (ii) As the contract nears completion, to ensure that deficiencies will be corrected and that completion is timely. (2) Examples of deficient performance justifying a retention of funds include, but are not restricted to, the following (i) Unsatisfactory progress as determined by the Contracting Officer; (ii) Failure to meet schedule in Schedule of Work Progress; (iii) Failure to present submittals in a timely manner; or (iv) Failure to comply in good faith with approved subcontracting plans, certifications, or contract requirements. (3) Any level of retention shall not exceed 10 percent either where there is determined to be unsatisfactory performance, or when the retainage is to ensure satisfactory completion. Retained amounts shall be paid promptly upon completion of all contract requirements, but nothing contained in this paragraph (a)(3) shall be construed as limiting the Contracting Officer s right to withhold funds under other provisions of the contract or in accordance with the general law and regulations regarding the administration of Government contracts. Formal review of project requirements shall include but is not limited to: Designation of COR, Task Order and Site-Specific Information, Infection Control, Interim Life Safety Measures, Safety, Badging and Identification requirements, parking access to premises and building; space for material and equipment storage; delivery of materials and use of approaches; and use of corridors, stairways, elevators, eating spaces, and restrooms for Contractor personnel. The CO will issue the Notice to Proceed before any work or mobilization is authorized to begin. Contractors shall clearly include the solicitation number (prior to award) or the contract number (as appropriate) on all documents submitted to the VA. TO Identification: After successful award of each task order the contractor shall clearly include the contract number, task order number, obligation number and project number on all correspondence submitted to the VA. The solicitation number, contract number, task order number, obligation and project numbers are displayed and be easily found on all official government documents issued by the VA. ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" Record Retention & Storage (1) Federal Records related to this contract, regardless of medium, shall be created, maintained, and dispositioned in accordance with the VHA Records Control Schedule (RCS) 10-1, General Records Schedule (GRS) or another NARA-approved records schedule, if applicable. (2) Federal Records shall be stored per the National Archives & Records Administration (NARA) Facility Standards for Records Storage, as described in 36 Code of Federal Regulations (CFR) 1234. References: VHA Directive 1605.03(2), Privacy Compliance and Accountability Program, Records Management Compliance Monitoring Sept 19, 2019, amended Nov 16, 2022 VHA Records Control Schedule (RCS) 10-1 General Records Schedule (GRS) NARA Facility Standards for Records Storage, 36 CFR 1234 II. PAYMENT FOR SERVICES: Payment is to be made in arrears by certified invoice. Failure to provide purchase order number on the invoice may result in the return of the invoice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27b6a083ebaf402e93d04de3d224d7a8/view)
 
Record
SN06930765-F 20240111/240109230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.