SOLICITATION NOTICE
63 -- Digit Pole - Speed Signals
- Notice Date
- 4/23/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0637
- Response Due
- 5/3/2019
- Archive Date
- 7/2/2019
- Point of Contact
- RYAN.SINGLETARY@VA.GOV
- Small Business Set-Aside
- N/A
- Description
- Page 4 of 4 This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice as a set aside for service disabled veteran owned small businesses (SDVOSBs) and veteran owned small businesses (VOSBs). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26219Q0637 The Department of Veterans Affairs Greater Los Angeles Healthcare System, Los Angeles, CA 90073 has a requirement for Pole Mounted Speed Awareness Displays (PMD s) Solar Powered with Traffic Statistics capability and shall include installation, optimization and customer training for the VA Medical Center. The Contractor shall furnish all materials/service at the Veterans Affairs, 11301 Wilshire Blvd. Los Angeles, CA 90073. LINE ITEM DESCRIPTION QUANTITY ITEM NUMBERS 1 2 Digital Pole Mount, Disp. 100w Solar 10 829-0016-00 COM 2 Traffic Statistic software Package 10 3 Metal Tamper-Proof Battery Box 10 200-1046 4 PMD Battery Cable 10 10 155-2406-00 5 Your Speed Sign Front 10 200-0969-00 6 Installation Scope The scope of this work is for the purchase and installation for Solar Powered speed signs to be installed on the West Los Angeles VA Medical Center. The work would include the installation of the solar powered panels, the poles that are used to hold up the controlled traffic signs, the installations of the solar batteries, and the installation of the software. Purpose To provide and install speed awareness displays to enhance pedestrian and driver safety throughout the various campuses in the Los Angeles regional service area. Specific Tasks The Vendor that is be awarded the contract will purchase and provide the installations of all the solar panels, controlled traffic speed signs, the batteries that operates the controlled speed signs and to include wiring, installation of the poles which are used to hold up the controlled traffic speed signs, the installations of the software used to operate the systems, etc. The system shall be 18 inch high LED display with fixed speed signage, incorporate ambient light sensing to adjust LED output for night and daytime operation, battery and 100 watt solar powered operation. Programming shall be via Bluetooth using either tablets or PC s, a handheld infrared programming remote control shall be incorporated into the PMD housing. Installed poles must be able to withstand increment weather, i.e. high winds. Standard Height recommended by Cal Trans Standards. Installed poles must be cemented in ground. Installation Location: All installation work is to take place on Veteran Affairs/Federal Government property and may include utilizing existing GFE traffic sign, street lighting or similarly available tubing, wooden, concrete, steel or aluminum poles. Systems are 12 volt and will not be connected to 120VAC systems. All equipment will be mounted, locked and secured in such a manner as to minimize casual vandalism. All materials necessary to provide a functioning and operation system designed to meet the intended application shall be included in quotation. If installation is purchased then the required battery shall be supplied as part of the installation quotation. PMD, solar panel and hardware shall have a one (1) year factory warranty, installation labor shall be warranted for 90 days after completion of complete system installation and customer acceptance. If there is any change in the pricing, the contracting Office (VISN) and the VA Police Service, MUST be contacted at once. Police Service will not sign off on the project unless everything within the contract is completed by the vendor who is awarded the contract. No exception. Place of Performance Greater Los Angeles Healthcare System, VA Medical Center Campus 11301 Wilshire Blvd, West Los Angeles, CA 90073 Period of Performance 60 days from the date of award. Software Salient Characteristics Software must collect valuable data which will be used later to show maximum speeds with dates and times. Must be capable of running with the sign off. Internal timers must allow for targeting of critical timeframes for more exact data and results. Almost unlimited data can be collected. The data should be stored in a removable USB thumb drive hidden inside the locked access door. Should the unit fail to connect, the data is still preserved. The Pole Mounted Speed Awareness Display ( PMD ) needs to be capable of pairing with a tablet or computer for easy programming. In the software, the VA need to be able to setup all timers, alerts, speeds, messages, and optional statistics from within an intuitive, user-friendly interface. There should be some type of Setup Wizard which can be used by even inexperienced users. Wireless function ability is needed and would only require that the tablet or computer be paired with the sign and be using the Wizard interface. The system to have an included infrared remote control which can also configure the PMD. The remote should be conveniently stowed in the sign in a locked access compartment so the unit can be configured by multiple users. Either the wireless device or remote control can fully configure and control the PMD. Additional Parameters to be included should be: internal clock time and date, speed limits for speed alert display, various type of alert display, internal timers, when to show speeds, when to use speed limit to use for speed alert, when to collect statistics, maximum and minimum speeds to display on board. The device should have a Locking Access Door which contains the speed display s remote control and removable flash drive which can store additional data. This is to avoid remotes which can get lost if not stored with the unit. Each PMD Remote will stay with the PMD. Rugged brackets for installations of PMD to promote equipment retention. Minimum of 5 independent timers. The PMD needs a minimum of five independent timers which configure the sign to perform particular functions only during times selected. The timers are controlled by an internal real time clock that allows each timer s start and stop time to be set on any date and at any time. Minimum of 4 different flash alerts. Example of the timed functions are: Show vehicle speeds, Show over-speed alerts, Collect traffic statistics, and the ability to add any other information requested. The VA requires the software generates the following reports: Speed Compliance Report, Speed Enforcement Report, Speed Profile Report, Traffic Density Report, Traffic Matrix Report, Speed Profile Bubble, and Traffic Volume Report. Software must allow the VA to enter Department and or VA logos, and repaginate the report to the VA s preference. In surveys the ability to add maps such as Google Map/satellite views, descriptions, and notes needs to be installed. Some type of analysis control to do the following: Count vs Time Weekly Count vs Time Count vs Speed Percentile Chart Average Speed vs Time Speed vs Time Bubble Chart Enforcement - Pie chart - A tool for Law Enforcement, VA Safety, Executive Leadership, and VA Police Supervisors which will quickly display vehicle speeds below, moderately above, and excessively above speed limit threshold. Data Filtering- Fine tune the data by more selective parameters such speed, dates, times, classification, and traffic direction. Easy Report Generation- Simple setup allows for custom design of your reports with Agency information, branding, photos, and other supporting details for printing and distribution. Survey Setup- Needs to show Location details, Survey configuration, Speed/time resolutions, vehicle classifications, speeds, distances, Calendar setup, Modes, days of the week, start/stop times Street radar must meet NHTSA standard. (IACP Conforming product list) List is attached. ANY antenna from the models listed is appropriate. Must also have a Standard size SPEED LIMIT 20 MPH signs attached to each pole. Each PMD must show the violator their top speed and have some type of red/blue strobe, or the LED indicating the speed must change to an alternate color. Displays which stated SLOW DOWN are appropriate so long as the speed displayed is constant. Each unit must have a chargeable battery for when solar energy is not available. Unit must be 100% off grid and be able to operate on its own. Must be capable of Messaging and graphics. Specific Software needed which acts as a tool for analyzing traffic data gathered. With it, raw data from embedded sensors is formatted into impactful reports and presentations to support grant applications, inform governmental leaders, or address citizen/management/VACO concerns. Need to be able to quickly turn raw traffic data into meaningful reports easily. Software should allow with a few clicks, a user goes from raw data to a fully formatted, graphics-rich presentation. Software creates mandatory types of reports that law enforcement and traffic engineers regularly use to study traffic count, volume, and speeds. The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 334290 size standard 750 employees. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Friday, May 3, 2019 at 2 PM. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. The quote should be on company letterhead and provide enough information for the government to determine what the vendor is providing in material, the contractor s ability to fulfil the requirement and a cost breakdown. Correspondence or questions may be directed to Ryan Singletary, Contracting Officer at ryan.singletary@va.gov with "36C26219Q0637" in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0637/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA GREATER LOS ANGELES HEALTHCARE SYSTEM;ATTN: WAREHOUSE;11301 WILSHIRE BLVD.;LOS ANGELES CA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05290354-F 20190425/190423230037 (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 |