DOCUMENT
D -- Target Vision 534-15-2-2715-0211 - Attachment
- Notice Date
- 2/10/2015
- Notice Type
- Attachment
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- 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
- VA24715N0322
- Response Due
- 2/17/2015
- Archive Date
- 4/3/2015
- Point of Contact
- Michael Giffon
- E-Mail Address
-
9-6682<br
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought to determine the availability of potential sources having the capabilities to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to michael.giffon@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 517919, All Other Telecommunications. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to supply the following item: ITEM NO. DESCRIPTION QUANTITY UNIT 1. Target Vision Infrastructure Installation 1 JB STATEMENT OF WORK A. GENERAL GUIDANCE 1. Title of Project: Hospital Way Finding 2. Purpose: Replace aging infrastructure of existing way finding system to bring back to full functionality 3. Scope of Work: Contractor shall provide data and power needed to install RMG display boards throughout VAMC. Contractor shall refer to attached spreadsheet of locations. a. Contractor shall provide cat6 from each location identified on spreadsheet to nearest signal closet (43 pulls). i. Contractor shall use plenum rated cable ii. Contractor shall punch down into patch panel in signal closet and label their termination appropriately iii. Contractor shall provide patch cable for each termination (43) iv. Contractor shall provide duplex data outlet at each location 1. Refer to COR for specific location on wall. b. Contractor shall provide 110v duplex outlets to locations identified on spreadsheet (12) i. Contractor shall use plenum rated cable ii. Refer to COR for specific location on wall. c. All cabling will be tested and certified to meet industry codes and standards. d. Government shall furnish display boards and mounts. For unavailable pathways, installation of dedicated support wires (J hooks) will be installed to support the cables. All parts shall be supplied by the vendor at their own expense otherwise deemed necessary by the vendor and VA. All parts will be new or certified. 4. Work Hours: The contractor shall be available during normal business hours of 7:00am - 4:00pm Monday - Friday excluding Federal Holidays and weekends. If needed, contractor shall perform work after clinic hours to not interfere with patient experience within the hospital. Clinics usually wrap up around 3pm Monday-Friday. 5. Federal Holidays: New Year's Day, Martin Luther King's Birthday, President's Day, Independence Day, labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 6. Type of Contract: This shall be a base plus no option year price contract. B. GENERAL REQUIREMENTS: 1. The contractor shall provide the COR with a list of contractor employees expected to enter building. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. An access badge will be given to the contractor's employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.)at all times in the facility. The contractor's employees must return the access badge(s) to the COR or designee when the work is complete. 3. It is the responsibility of the contractor's personnel to park in the appropriate designated parking areas. The facility does not reserve parking for contractors. 4. RAJVAMC does not validate or make reimbursement for parking violations of the contractor's personnel under any circumstance. C. GOVERNMENT RESPONSIBILITIES: If there is a need for work to be done after hours, the Government will make arrangements for the Contractor to have access to the equipment. 1. Government will provide escort when contractor is working in Telecommunication closets D. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. E. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at anytime so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. 1. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 2. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. Delivery will be to: 109 Bee Street Charleston, SC, 29401 Attn: Lucas Marsh, 843-789-7712 Lucas.marsh@va.gov Contracting Office Address: Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799 Point of Contact(s): Michael Giffon michael.giffon@va.gov 843-789-6682 Michael.Giffon@va.gov REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description that demonstrates how your company has the ability to provide the afore mentioned item. Include past experience in providing this items to the VA, other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to michael.giffon@va.gov no later than 3:00pm EST, Tuesday, Feb 17, 2015. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Target Vision Infrastructure" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715N0322/listing.html)
- Document(s)
- Attachment
- File Name: VA247-15-N-0322 VA247-15-N-0322.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1858978&FileName=VA247-15-N-0322-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1858978&FileName=VA247-15-N-0322-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-15-N-0322 VA247-15-N-0322.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1858978&FileName=VA247-15-N-0322-000.docx)
- Record
- SN03638440-W 20150212/150210234918-f0a8c71de7f9ec3a1f1aef2ca5ac44c6 (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 |