Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOLICITATION NOTICE

N -- Fiber Optic Cabling and MDF Build Out

Notice Date
5/27/2021 10:48:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0815
 
Response Due
6/16/2021 10:00:00 AM
 
Archive Date
07/01/2021
 
Point of Contact
Peter Kim, Contracting Officer, Phone: (562) 766-2203
 
E-Mail Address
Peter.kim33@va.gov
(Peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: VA Loma Linda Fiber Optic Cable Installation 1.B. Description: VA Loma Linda Healthcare System has a requirement to install Fiber Optic Cabling for their outlying buildings (Cancer Center, Behavioral Health, Audiology, and Eye Clinic). 1.C. Project Location: VA Loma Linda Healthcare Systems, 11201 Benton Street. Loma Linda, CA 92357 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26210Q0815. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238210, Electrical Contractors and Other Wiring Installation Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: 60 days from notice to proceed 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5629, rev 14 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 1030 Thursday, June 3, 2021. Participants will meet at the eye clinic waiting area. All participants must have face covering and practice social distancing. Please email peter.kim33@va.gov to indicate that you are participating in the site survey 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 1000 am Wednesday, June 9, 2021. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 1000 am Wednesday June 16, 2021 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. Documentation to demonstrate that the offeror is an approved Schneider Electric contractor 2. Statement of Work. 2.A. Objectives. The purpose of this contract is to have a Contractor furnish all labor, materials, supplies, tools, equipment and qualified personnel to install new fiber optic cabling (Single Mode 12 Strand) and build out for Main Distribution Frame room. The project shall include relay racks for networking equipment. The install shall provide correct communication from outlying buildings to the main hospital. Correct communications to these buildings will allow the HVAC shop to adjust, troubleshoot and maintain all environmental controls attached to the BAS (Building Automated System). Once fiber is installed, the buildings included can be set up with alarms to alert personnel of high temps, low temps, high/ low humidity, and if an isolation room is out of guidelines. 2.B. Single Mode Fiber Optic Cabling for BACnet IP Mechanical System specific tasks 2.B.1. Provide and install (3500 ) of 12 Strand Corning Single Mode Indoor/Outdoor Fiber Optic Cable from the Emergency Management Room/MDF to 4 outlying buildings, Behavioral Health, Cancer Center, Audiology and the Eye Center. 2.B.2. Provide and install (4) 1U Fiber Optic Panels in the outlying buildings, Behavioral Health, Cancer Center, Audiology, and the Eye Center in support of the new Fiber Optic Network. 2.B.3. Terminate all the fiber in the Emergency Management Room on the existing 4U Fiber Panel. 2.B.4. Provide and install (8) Pre-Loaded 12 Strand LC Single Mode Couplers in the new Fiber Panels one at each end. 2.B.5. Provide and install (4) 24X36X9 Inch Wall Mount Enclosed Cabinets in the 4 outlying buildings, Behavioral Health, Cancer Center, Audiology, and the Eye Center. 2.B.6. Provide and install (2) Seven-foot Floor Mounted Relay Racks for Networking Equipment in the Emergency Management Room/MDF. 2.B.7. Provide and install (48) Corning Mechanical Connectors 12 at each end in support of the new Fiber Optic Network. 2.B.8. Provide and install (1) Signamax 8 Port Fiber Optic Switch in the EMR for fiber connectivity and support. 2.B.9. Provide and install (4) 24 Port SIGNAMAX Hardened POE+ Switches In the 4 outlying buildings, Behavioral Health, Cancer Center, Audiology, and the Eye Center. 2.B.10. Provide and install (4) CYBERPOWER UPS s in the 4 outlying buildings, Behavioral Health, Cancer Center, Audiology, and the Eye Center. 2.B.11. Provide and install, any misc. support hardware as required to complete the project. 2.B.12. Contractor qualifications. 2.B.12.a. Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. 2.B.12.b. Installer must be an approved Schneider Electric contractor to ensure switches, racks, and fiber optic cabling installed correlate with new BAS for Main Hospital. 2.B.12.c. Contractor personnel must be trained to understand the specific hazards associated with hazards according to NFPA 101. They are trained in safety related work practices and procedural requirements as necessary to provide protection from the hazards associated with their respective job or task. 2.C. General Requirements 2.C.1. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the COR upon arrival at the facility. 2.C.2. Smoking Policy. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.C.3. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 2.C.4. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 2.D. Performance Monitoring. The Contracting Office Representative (COR) will monitor contractor performance. The COR will certify the work was done in accordance with the SOW. COR will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 2.E. Work Hours: Working hours shall be between 7A and 3P Monday to Friday. 2.E.1 The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 2.F. Changes to contract: Only those services specified herein are authorized. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 2.G. Safety 2.G.1. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.G.2. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.G.3. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.G.4. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.G.5. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.H. Insurance Coverage. 2.H.1. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.H.2. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 Effective March 10, 2021. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6fa9973223bd484fbf13994cd8dbda0c/view)
 
Place of Performance
Address: VA Loma Linda Healthcare System 11201 Benton Street, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN06014961-F 20210529/210527230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.