Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOURCES SOUGHT

C -- UPDATE THE DATA CENTER Project 558-18-273

Notice Date
6/11/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24619Q0678
 
Response Due
6/17/2019
 
Archive Date
7/17/2019
 
Point of Contact
vangie.miller@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 4 of 4 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24619Q0678 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, the Government reserves the right to revise specifications, and refine contract requirements, before the release of any associated solicitation. This is not a Request for Proposals (RFP). OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Architect-Engineer services to complete the below scope of work. The place of performance will be the hospital campus of the Durham VA Medical Center in Durham, North Carolina, located at 508 Fulton Street Durham NC 27705. Forward all questions to the point of contact identified below. The magnitude of construction for this project is currently between $250,000 to $500,000 but is subject to revision prior to release of a solicitation. SCOPE OF WORK Architect/Engineer (A-E): Provide a design to upgrade the data center to meet the VA requirements for new Cerner equipment for the Durham VA Health Care System. The AE s project design objectives are not limited to the following: Provide a data and power cabling trays with two separate entry or exit points that have a minimum distance of 12 inches between each other. Relocate power and data cabling into the new tray systems. Provide a diverse path distribution of a redundant structured cabling system for power cables. Provide correct labeling for all power, data and fiber cables on both end points in and out of the data center per the infrastructure standards for telecommunications spaces. Provide monitoring of the environmental conditions within the spaces. Provide maintenance activities and schedules for power distribution and mechanical systems that support the telecommunications spaces and increase service levels to reduce energy inefficiencies and risks to system availability. Replace the entire passive telecommunications plant with OM4 Fiber and Cat6a cables for all existing copper and fiber cables. Correct functional issues with the emergency push buttons to work properly. Reorganize and consolidate the equipment in the racks. Provide physical layout design for the deployment and implement the standard based main distribution area, horizontal distribution area and redundant structured cabling system necessary to ensure maximal system availability over the next life-cycle horizon. Provide a new main distribution that are suitable for the next generation core switches and horizontal distribution area to support access switches and patch panels for a redundant structured cabling system to supply IT equipment enclosures. Provide 14.1 KW of power to four (4) standard 45RU cabinets. Provide power to in-row air conditioning units in the MCR from non-UPS sources and provide emergency power for redundancy. Relocate in-row air conditioning units to eliminate contiguity. Modify cooling systems setpoints to increase supply temperatures from the current 65 °F and achieve a higher T (20 °F desired). Install meat locker curtains at the ends of hot aisles to increase separation of supply and exhaust airstreams and prevent around-end-of-row recirculation. Provide a physical map and path of the interconnections for troubleshooting and repair. Provide a redundant structured cabling system utilizing pre-terminated OM4 MPO cabling in the MCR. Provide proper grounding and bonding to each enclosure and cable tray to the grounding system. Terminate the structured cabling system at the new MDA and HDA locations. Replace existing OM1 through OM3 backbone fiber cabling from the Ers to the MCR and the MCR to the TRs with OM4 MPO cabling. Decommission the existing fiber in the distribution rack area and terminate in the MCR at the new MDA locations. Replace the legacy patch cabling in the MCR (at the MDA, HDA, and at each cabinet) with OM4 patch cabling. Provide OM4 compliant fiber cassettes with cable management. Provide a redundant structured cabling system utilizing the pre-terminated Cat6a cabling in the MCR. Replace existing (Cat5 and Cat5e) horizontal copper cabling from the TRs to work area outlets. Replace the legacy (Cat5 and Cat5e) work area outlets with Cat6a cabling and ports. Replace existing (Cat5 and Cat5e) patch cabling in the MCR at each cabinet s location with Cat6a patch cabling. Provide Cat6a compliant patch panels with cable management. Provide the same performance category for all patch panel connectors, media, and patch cords. Provide 9 5RU Ortronics pathway racks, copper UTP patch panels, and fiber cassettes, installed over the CVI, Cerner, and new transfer equipment cabinets. Provide 7 Ortronics Mighty Mo network racks with cable managers and full airflow blanking for the MDA. Provide 2 Ortronics Mighty Mo network racks with cable managers and full airflow blanking for middle row (F-G) HDAs. Provide 2 Ortronics Mighty Mo network racks with cable managers and full airflow blanking for a non-standard HDA/TR functions. Abate all cables that are not in use. Provide 5 Zone PDUs and 26 vertical Rack PDUs to distribute power to new layout. Replace core switches from the LAN Service Line. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the VIP database, in accordance with priorities set by regulation. NAICS CODE: 541330, Engineering Services (SBA Size Standard: $15 million annual revenue) PRODUCT OR SERVICE CODE (PSC): C1DA, Architect & Engineering - Construction: Hospitals and Infirmaries INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to vangie.miller@va.gov, with the following information: (1.) Firm Point of Contact, including name, title, phone number and email address. (2.) Firm name, DUNS number and address of the applicable office. (3.) Relevant Prime Contractor license number(s) for the applicable State. (4.) Summary of architect-engineer contracts previously performed. Additional information may be requested by the Contracting Officer at a later time. POINT OF CONTACT: Vangie Miller Contracting Officer Construction Team 2 Network Contracting Office 6 (NCO 6) 100 Emancipation Dr. Hampton, Virginia 23667 Vangie.miller@va.gov DUE DATE FOR RESPONSES: This notice will close on Monday, 17 June 2019, at 05:00PM EST. CONTRACTOR RESPONSIBILITY A potential source, for the purposes of this notice, is considered to be any firm meeting the following requirements, with experience in managing architect-engineer contracts. Based on responses to this notice, some of the below requirements may be modified, where necessary, prior to release of any solicitation. 1. Anticipated prime contractor is a licensed General Contractor, and holds other required licenses, according to State regulation where the potential source is headquartered and performs work under the applicable NAICS code. 2. The prime source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 3. The prime source is registered in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) 4. The prime source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for federal contracts in the amount of $150,000.00 or more, performed during the current cycle). 5. The prime source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. Where performance ratings less than satisfactory have been identified, the circumstances of those ratings may be requested during discussions, or the offeror may be eliminated from the competition. 6. The prime source has no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or Environmental Protection Agency (EPA) violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-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/HaVAMC/VAMCCO80220/36C24619Q0678/listing.html)
 
Place of Performance
Zip Code: 27705
 
Record
SN05337269-F 20190613/190611230016 (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  © 1994-2020, Loren Data Corp.