Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2013 FBO #4283
DOCUMENT

Y -- PROJ.596A4-13-102 Upgrade and Replace Pnuematic Tube System - Attachment

Notice Date
8/14/2013
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24913R0613
 
Response Due
8/19/2013
 
Archive Date
8/24/2013
 
Point of Contact
Debra Walker-Sykes
 
E-Mail Address
5-6460<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
596A4-13-102 STATEMENT OF WORK PART A - GENERAL INFORMATION A.1 INTRODUCTION - This requirement is for the upgrade and controls conversion of the existing Quantum pneumatic tube system to a Translogic TL2013 pneumatic tube system or equal. A.2 BACKGROUND - The existing Quantum system has hardware and software that is either already obsolete or may soon be obsolete. A.3 SCOPE OF WORK - The Contractor shall furnish all labor, supervision, and material to upgrade the pneumatic tube system with the replacement of the system control center and software, all of the station control panels; the PC boards in the Diverters and the existing TransLogic Blower. STATEMENT OF WORK PART B - WORK REQUIREMENTS B.1 Tasks to be accomplished: Contractor to furnish all necessary labor, equipment and material to install: System Controls Conversion "TL2013 upgrade "hardware package" - Pentium 3.0 GHz based dual core-microprocessor,, 4GB RAM, 22" flat panel color monitor, ink-jet printer, etc., "software package" - latest versions of Microsoft Windows 7, TL2009 and TL DataPak "10) IQ Station Panels "1) New Blower "10) PC boards: blower #2 and Diverters101, 102, 103, 201, 204, 203, 901 and 902 "1) Vacuum bypass valve between diverters 901 and 902 Add 1 station "Install one (1) new station on the 3rd floor; at 3 North. The stations will be tied into the balance of the system by installing a new diverter cut into the line that currently services diverter 204. The station would be placed in the void of the abandoned lockers on either side of the hallway directly across from the nursing unit. * see attached drawing for assumed station and diverter location. These stations will include Security Access doors because they will face into a publicly access corridor. Replace the existing Laboratory Station "Replace the station in the Laboratory with a new TransLogic style station or equal. This station will be located in the same location as the existing station. Add 1 Security Door "Install a Security Access Door on station #18 Surgery Replace Diverter 101 "Replace existing diverter 101 with a new Translogic 1x4 transfer unit or equal. Additional tasks: "TL2013 system control center with Pentium Hardware -COMPUTER ONLY - the VA has a new CIA, Rocketport and monitor "Communication cable to be tie wrapped to the tube "On site user/maintenance training with "train the expert" user training development assistance and protocol development assistance. 16 hours "Offsite Project Management and design engineering. "Design Installation drawings in 3D (Alternate A1 only). "As-built drawings on AUTOCAD. "All work to be performed during normal working hours (Monday thru Thursday 8:00AM to 4:00PM) assumes 20% of the work to be done at night or on the weekend. "Composite clean up participation. "Receiving and unloading of material - to owner/contractor provided area. Space for a 10x20 storage pod required (storage pod provided by Swisslog). "Phasing. "24 hour PHONE technical support. "Freight FOB to jobsite. "Clean-up of debris to a VA provided dumpster. "Fire Stopping - 3M with wall labels. "Demolition of existing areas to accommodate installation of equipment and tubing. "Equipment removal and disposal. "Enclosures around new stations. "Modifications to case work. "Opening of shafts to accommodate tube risers and refinishing of the walls. "Removal of ceiling tiles and or grid. "Infection control /dust containment per the facilities requirements. "Outline dust control requirements. "Include a 2 year warranty. "Build specified finished, dry walled enclosures for Swisslog's Translogic recessed 6" Stations. "Supply 20 gauge metal studs, 5/8" fire board and all material to enclose the stations to VA standards. "Use Infection Control procedures and equipment, such as, Air Filtration in enclosed temporary work areas to eliminate dust and debris. "Paint and clean all associated work areas. "All work must be completed in accordance with local, State and Federal regulations. "Contractor shall provide daily cleanup of work area and trash removal from site. Work done by VA employees: "Coring, cutting. "Any modifications to existing mechanical, plumbing or electrical. "Removal of any existing tubing or equipment (as required by the facility or to accommodate the installation of new tube and equipment. "Install 110volt power to equipment. "Provide Analog Modem and data line connections if needed. "Replacement of ceiling tiles and or grid. "3D coordinated drawing process (can be included if desired). STATEMENT OF WORK PART C - SUPPORTING INFORMATION C.1 Place of Performance - VA Medical Center, Lexington KY C.2 Period of Performance - The Contractor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer's Representative (COR)). C.3 Special Considerations - C.3.1 Contractor Furnished Materials - All labor, materials, equipment to perform the job. When "furnish", "provide", "install", or similar term is used it shall mean a complete installation, ready for use. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel - Contractor's employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications - At all times during the performance, the Contractor's Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor's "Competent Person" that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor's Competent Person is absent from the job site for an extended period of time, the COTR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor's employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer's Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer's Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings - General - Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions - The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy - The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11Parking/Traffic Regulations - The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913R0613/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-R-0613 VA249-13-R-0613_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=948318&FileName=VA249-13-R-0613-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=948318&FileName=VA249-13-R-0613-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Veterans Affairs Medical Center;1105 Veterans Drive;Lexington, KY
Zip Code: 40502-2293
 
Record
SN03148171-W 20130816/130814234847-74c546bbcd2368b0b825976452a280be (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.