Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2014 FBO #4659
DOCUMENT

N -- SERVICES: Relocation of the Radio Equipment in Police Dispatch and reinstallati all equipment in the 7th floor of Building One "Penthouse Electronics Suite". - Attachment

Notice Date
8/25/2014
 
Notice Type
Attachment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24814I1817
 
Response Due
9/2/2014
 
Archive Date
10/2/2014
 
Point of Contact
Michael Pierson
 
E-Mail Address
Michael.Pierson@va.gov
(michael.pierson@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Sources Sought Notice - This is NOT a solicitation announcement. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley VA Medical Center, Tampa, FL, is currently seeking information from any company that can provide relocation services of the VA Police Radio Rack. The VA is seeking responses to this Request for Information (RFI) from interested capable firms that can meet all of the requirements set forth below. Statement of Work (SOW) Relocation of VA Police Radio System Background: The VA Police requires the radio rack currently installed in Police Dispatch in Building One to be relocated the Seventh Floor Penthouse Electronics Suite of Building One. Relocation is required in order to make room for the new operator console that will render dispatch ADA compliant. This will serve to accommodate disabled veterans that have been or will be hired to conduct dispatch operations for the VA Police. Scope: Contractors are responsible for relocating the existing MCC5500 rack from the dispatch office to the new penthouse location. Work will include converting the local operator position to a remote operator position. "Relocate the dispatch to new location. "Reprogram and verify all new configurations. "Extend customer's TELCO circuits from repeater room to adjacent radio room. "Re-route existing remote Op circuits to penthouse. "Remove all non-radio equipment from existing rack including fiber break-out box, Comnet media converter, Alarm light, miscellaneous cables and connectors, etc. "Relocate CES rack from dispatch to the penthouse location. Contractor will provide the following hardware: "One (1) Remote Operator kit. "Required Buss bars, Beam Clamps, Ground cables and lugs. The VA Hospital is responsible for preparing new location in the penthouse to include: "Remove all dead and unused AC equipment and conduits. "Remove all old Telco cables and blocks from wooden wall board. "Clean Walls and floor. "Installing two (2) new twenty amp quad circuit outlets "Remove all old stations and cabinets "Provide new ether net circuit in 7th floor penthouse to support equipment rack relocation. "Remove all non-radio equipment from rack (Fiber breakout box, Comnet Media Converter, Alarm Light, cables, etc) Objectives: Ensure that dispatch is clear and able to receive new operator console as part of the dispatch upgrade program that will then be ADA compliant to support the hospital's mission to hire returning Veterans disabled or otherwise. At the conclusion of the installation, the Contractor will present the installation to hospital electronic technician(s) for inspection and approval of workmanship, functionality, and conformance to manufacturer's installation standards as well as all applicable local, State and Federal standards and codes. The VA shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its FSE(s), all operational and technical documentation (e.g., operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. Any charges for parts, manuals, tools, or software required to successfully complete any installation or service required are included within this contract and it's agreed upon price unless specifically stated in writing otherwise. Performance Period: Work at the Government site shall not take place on Federal holidays unless directed by the CO. All work shall be performed during normal business hours between Monday through Friday 8:00 AM to 5:00 PM. Changes to Statement of Work: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. Contractor Experience Requirements: Each respondent must have an established business, with an office and full time staff to include a "fully qualified" field service engineer (FSE). "Fully qualified" is based upon training and on experience in the field. The FSE shall be authorized by the Contractor to perform the installation services. All work shall be supervised by a "fully qualified" competent FSE. The Contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved FSE for each make and model the Contractor services at the VA. The Contracting Officer (CO) may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or Contracting Officer's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VA equipment. If subcontractors are used, the CO must approve them in advance. The Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. Delivery: 45 days from contract approval. Place of Performance: Installations to be conducted at: James A. Haley VA Hospital 13000 Bruce B. Downs Blvd Tampa, FL 33612 How to Respond: The applicable NACIS code for this service is 541519. The Government is interested in Small Businesses, preferably Service Disabled Veteran Owned Small Businesses (SDVOSB), to provide Relocation Services for the Police Radio Rack. Interested and capable firms are requested to provide the following: "A Brief Capability Statement (Company's Format) "Company Name "Point of Contact "Phone Number "Email Address "DUNs Number (www.dnb.com) "Business Size (Lg. or Sm.) "Socioeconomic Business Classification (if applicable) "GSA/FSS Schedule (if applicable) The respondent able to meet all the requirements of this notice should email the information directly above to Michael Pierson, Contract Specialist at michael.pierson@va.gov no later than September 4, 2014 @ 2:00 PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814I1817/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-I-1817 VA248-14-I-1817_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1593561&FileName=VA248-14-I-1817-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1593561&FileName=VA248-14-I-1817-000.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: James A. Haley VA Medical Center;13000 Bruce B. Downs Blvd;Tampa, Florida
Zip Code: 33612
 
Record
SN03479695-W 20140827/140826000959-290e48b2967c3addf2648a05b077132d (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.