Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
DOCUMENT

65 -- 544-17-2-5089-0044 Building 5 Area of Refuge - Attachment

Notice Date
1/23/2017
 
Notice Type
Attachment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24717R0155
 
Response Due
1/26/2017
 
Archive Date
1/27/2017
 
Point of Contact
JOSEPH LOCKE
 
E-Mail Address
6-4000,
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veteran Affairs, Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 has a requirement to provide a new area of refuge call system in Building 5 at the Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209. The Government expects to award to a single contractor a contract which shall be Firm Fixed Price with a firm quantity and no option years. This requirement is being set-aside for Small Business participation only. NAICS code for this requirement is 334210 with a small business size of 1,250 employees. All responsible sources may submit a proposal, which shall be considered. Any and all questions regarding this solicitation must be in writing and must include telephone number, fax number and point of contact to Attn: Joseph Locke, Contract Specialist, joseph.locke@va.gov. Please see solicitation for additional information regarding this requirement. Please note the issue date of the solicitation is January 23, 2017 and the closing date and time for this solicitation is January 26, 2017 at 1pm EST. Statement of Work Building 5 Area of Refuge 1. REQUIREMENT: The requirement is to provide a new area of rescue call system in Building 5 at Dorn VA Medical Center. 2. BACKGROUND: The "Areas of Refuge" or "Areas of Rescue Assistance" concept was established to provide a location for building occupants, who cannot traverse the stairs without assistance, to be able to assemble by an exit and await assistance or instructions by the first responders. These areas are required on each floor above and below the "ground" floor and must be clearly marked and provide a two way communication system to a central control point within the building. If the central control point is not staffed 24 hours a day, the communication from each Area of Refuge must be on a timed redirection to a location that is staffed 24 hours a day. The Area of Refuge communication system shall provide two-way communication, provide an audible and visible signal to indicate communication has occurred and indicate to the receiver the location sending the signal. The system that is currently installed is called Tek-SAFE ® Area of Rescue Assistance System (Area of Refuge) made by Tektone which doesn t have two way communication with dispatch. 3. PERIOD OF PERFORMANCE: The period of performance for the installation of the new area of rescue call system in building 5 is 45 days after the Notice to Proceed. 4. PLACE OF PERFORMANCE: Work will be performed at WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 in building 5. Work shall be performed during the hours of 0700-1700 Monday-Friday, excluding weekends and federal holidays. 5. PERFORMANCE REQUIREMENTS: The requirement includes the installation of one (1) master station and three (3) rescue stations. A blue strobe light shall be installed at each station. Area of refuge signs and instructions shall be installed above the rescue stations. Provide new wiring between the rescue stations and the master station. The contractor shall use existing power, phone line and existing conduit if it meets VA specifications and code requirements. The contractor shall replace conduit and wiremold to meet these requirements. Contractor shall provide power to the system if necessary. The phone line will be provided by the VA if there isn t one terminated to the existing system. All electrical products, conduit and systems shall be installed according to the VA specifications, NFPA 70 and/or state and local codes as applicable to the jurisdiction, and the manufacturers instructions. Installations shall be performed in a neat and workmanlike manner. Penetration of fire-resistance-rated assemblies shall be fire stopped with the proper approved material. The system shall be tested in the presence of the COR to show that the system is operational. The new system shall have the following features: Fully compliant with the IBC §1007, ADAG §7, ICC A117.1, and NFPA 72 §24.5.3 Accommodates up to 8 ADA compliant Area of Rescue Stations Stations are powered by Command Unit LEDs on Command Unit indicate calling Station and line status On-site calling requires no outside phone lines Off-site calling requires only one phone line for up to 8 Stations: line seizure eliminates need for dedicated phone line Blinking LEDs indicate Stations that are waiting to be answered. When first call is completed, 2nd call is automatically placed, phone rings and strobe/siren is activated Siren is activated when Emergency call is first detected, shuts off when call has been answered Strobe is activated when Emergency call is first detected and remains active for duration of call Built-in UPS provides 4 hour power back-up in case of power failure Includes built-in phone Assume all painted surfaces contain lead based paint. Wall attachments or any penetrations will require lead abatement. This work shall be performed in accordance with the attached specification for lead abatement. Repaint all areas disturbed by lead abatement and match the existing color. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: ΓΌ Invoice Number and Date ΓΌ Contractor s Name and Address ΓΌ Accurate Purchase Order Number ΓΌ Supply or Service provided ΓΌ Period Supply or Service Provided ΓΌ Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov d. Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. 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. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f. The Government Agency owns the rights to all data/records produced as part of this contract. g. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 9. Quality Assurance Surveillance Plan (QASP): PERFORMANCE BASED TASK INDICATOR STANDARD QUALITY ASSURANCE INCENTIVES Contractor to install a new area of rescue call system in Building 5 at the Dorn VA in compliance with the Statement of Work Competency Timeliness Qualifications Performs 100% of required tasks competently 90% of the time. All inspections and tests shall be thorough Frequency of service is adhered to 100% of time and periodic work performed as scheduled. License requirements For all standards: Surveillance and performance will include periodic inspection and customer observation and input to include valid complaints received from medical and maintenance staff Contractor performance will be evaluated based on work performed. Deduction of 10% of total invoice per untimeliness recorded when not ahrering to deadlines established. SPECIFICATIONS GENERAL DESCRIPTION "Areas of Rescue Assistance" are mandated by the Americans With Disabilities Act (ADA) as a means of providing greater safety to people with disabilities in case of an emergency. An Area of Rescue Assistance system enables two-way communication between a rescue site, such as a stairwell or foyer, and a central command station, such as a main lobby, fire command station, or security office. The Area of Rescue Assistance (ARA) system shall consist of a microprocessor-based Command Unit, model CU-8, and up to 8 ARA Stations, models ETP-100MB and ETP-100EB, manufactured by Talk-A-Phone Co., no substitutions. This system shall meet the Federal Government's guidelines as an Areas of Rescue Assistance system under the ADA. CONSTRUCTION Command Unit Unit shall be protected in a 16-gauge #4 brushed stainless steel cabinet including all necessary components except Strobe/Siren and mounting hardware. Unit shall be contained within an enclosure approximately 24.38" W x 18.38" H x 4.25" D. Enclosure shall include two Lexan windows: one revealing handset and operating instructions, the other enabling emergency personnel to monitor the ARA Station LEDs. Unit shall have 11 RJ11 modular phone ports for connecting 8 ARA stations, a local phone, a telco line in and a telco line out. Conduit hole knockouts shall be provided on both top and bottom of enclosure. ARA Stations ARA Stations shall be highly vandal-resistant and fully ADA compliant. Face plates shall be 12 gauge #4 brushed stainless steel. Speaker and microphone shall be protected by a metal screen. Units shall incorporate all-metal raised letter and Braille plate which reads "EMERGENCY" in both standard English and Braille. Call button shall be incorporated into the plate for easy identification and use by the visually impaired. All letters shall be raised by 3/32" and comply fully with all requirements of the ADA. FEATURES Vandal resistant ARA Stations shall be hands-free at all times and comply fully with the Americans With Disabilities Act (ADA). System shall provide for dedicated communications lines from ARA Stations to Command Unit. During an Emergency Call, system shall provide two way visual and audible communication between Command Unit and ARA Stations. When a call is placed from an ARA Station, a strobe/siren shall be activated at the Command Unit. Siren shall offer eight sound options and two volume levels, selected via dipswitches. Sound output shall range from 90dBA to 100dBA. Strobe/Siren assembly shall mount into a standard 4 inch square box. System shall require no phone lines for on-site calling. Only one CO line or PBX extension shall be required for off-site calling. This line may be shared with another device. If the Command Unit requires the line it shall have line seizure capability. Unit shall be programmable where if the local phone is busy or not answered, an ARA Station's call will be automatically routed to a Telco line and a pre-programmed number dialed. If the call is not answered at this number, a secondary number shall be automatically dialed. The process shall continue until someone answers the call or the ARA Station times out. Command Unit shall include an Uninterruptible Power Supply (UPS) so that system shall function for at least 4 hours of active use during a power outage. Command Unit shall have the ability to originate a call to each ARA Station. When an ARA Station is activated, a phone shall ring at the Command Unit. ARA system shall be able to function if multiple rescue calls come in simultaneously. When operator is in conversation with one ARA Station, secondary calls shall be placed in queue and automatically put through when the first call is completed. LIGHTING LEDs Unit shall have one LED for each of 8 ARA Stations. When the Station is ringing the Command Unit, the LED shall blink. When the Station is in communication with the Command Unit, the LED shall light solidly. When the Command Unit is in communication with one Station and secondary Stations are activated, the LEDs for those secondary Stations shall blink. Unit shall have four separate LEDs to indicate: system power, telco line in use, telco line ringing, and local phone off-hook. Strobe When an ARA station is activated, a strobe shall begin flashing at the Command Unit location. Strobe shall continue to flash as long as any Stations are active. Strobe shall be rated at 15 candela and flash 60 times per minute. ELECTRICAL Command Unit Command Unit shall include a UPS to enable operation of system for at least 4 hours in a power failure. UPS shall operate on 120VAC power. ARA Stations, Telco line in and Telco line out shall plug into RJ11 receptacles on Command Unit. All other components shall be plugged into included Power Strip, which in turn is plugged into UPS. Strobe/Siren assembly and its power supply, all relays and power strip shall be UL listed. ARA Stations All ARA Stations shall receive power from Command Unit and require no other source. ARA Stations shall require only one twisted, shielded pair home-run to Command Unit and terminating in RJ11 plugs. Wiring between ARA Stations and Command Unit shall not exceed resistance of 25 Ohms. ARA Stations shall be varistor lightening suppressed and full wave polarity guarded. MOUNTING Command Unit Conduit hole knock-outs shall be provided in top and bottom of enclosure to allow easy connection between Master Station and ARA Stations, Strobe/Siren and 120VAC power source. Unit shall be surface mountable. Unit shall be available in a recess mounting alternate version, model CU-8R. ARA Stations ARA Stations shall be surface mounted, model ETP-100MB, or flush mounted, models ETP-100EB and MS-400. For ADA compliance, top of ARA Station shall be at most 51" above finished floor. ARA Stations shall be affixed to surface using Tamper-proof screws. OPTIONS ARA Stations shall include a recorded message location identifier. Surface mounted stations shall be model ETP-100MBV. Flush mounted stations shall be models ETP-100EBV and MS-400. Message shall transmit as soon as emergency call is answered. Message shall be repeatable upon request of operator. Message duration shall be programmable as 5, 10 or 16 seconds. Location identifier message and duration shall be programmable from local phone handset or remote location using Telco line in. ARA Stations shall include an ARA sign designating the area as an Area of Rescue. Sign shall be self-adhesive, model ETP-SIGN, made of UV light resistant polycarbonate. Sign shall read "AREA OF RESCUE" in both standard English and Braille for ADA compliance. Sign shall be self-adhesive, model ETP-SIGN-R, made of UV light resistant polycarbonate. Sign shall read "AREA OF REFUGE" in both standard English and Braille for ADA compliance. Sign shall be wall or ceiling mounted, model ETP-SIGN/L, made of white steel with red lettering. Sign shall be backlit and read "AREA OF RESCUE". Sign shall be wall or ceiling mounted, model ETP-SIGN/LR, made of white steel with red lettering. Sign shall be backlit and read "AREA OF REFUGE". Sign shall be wall or ceiling mounted, model ETP-SIGN/LD, with a metal frame and lighted Lexan plate. Lexan plate shall read "AREA OF RESCUE". Sign shall include built-in battery back-up in case of power failure. Sign shall be wall or ceiling mounted, model ETP-SIGN/LDR, with a metal frame and lighted Lexan plate. Lexan plate shall read "AREA OF REFUGE". Sign shall include built-in battery back-up in case of power failure. Sign shall be self-adhesive, model ETP-SIGN-PFH, made of ultra-violet light resistant polycarbonate. Sign shall read "PUSH FOR HELP " in both standard English and Braille for ADA compliance. Sign shall also give instructions according to the ADA Guidelines. WARRANTY Equipment shall be warrantied against any defects in material and workmanship, under normal use, for a period of twenty-four months from date of installation. In the event system is found by manufacturer to be defective within the warranty period, manufacturer shall repair and/or replace any defective parts, provided the equipment is returned to manufacturer. MANUFACTURER The Manufacturer shall be Talk-A-Phone Co. (773) 539-1100, 7530 N. Natchez Ave, Niles, Illinois 60714-3804, www.talkaphone.com. THERE ARE NO EQUIVALENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24717R0155/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-17-R-0155 VA247-17-R-0155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3225130&FileName=VA247-17-R-0155-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3225130&FileName=VA247-17-R-0155-000.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: DORN VA MEDICAL CENTER;6439 GARNERS FERRY ROAD;COLUMBIA, SC 29209
Zip Code: 29209
 
Record
SN04378213-W 20170125/170123234549-ea30da3e6709a3809747cfa58a296805 (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.