SOURCES SOUGHT
N -- INTENT TO SOLE SOURCE | ALERTUS Emergency Comm System BALTIMORE AREA VA MEDICAL CENTERS AND CBOCs
- Notice Date
- 7/5/2023 11:32:39 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24523Q0611
- Response Due
- 7/12/2023 10:00:00 AM
- Archive Date
- 09/10/2023
- Point of Contact
- AMY.WALTER1@VA.GOV, CONTRACTING OFFICER, Phone: 410-691-7312
- E-Mail Address
-
Amy.Walter1@va.gov
(Amy.Walter1@va.gov)
- Awardee
- null
- Description
- SOLICITATION NUMBER: 36C24523Q0611 INTENT TO SOLE SOURCE THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING THE WORK. IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. IF A VENDOR DOES RESPOND, THEN IT SHALL SUBMIT THE FOLLOWING: RESPONSES TO THIS NOTICE SHALL INCLUDE THE FOLLOWING: (A) COMPANY NAME (B) ADDRESS (C) POINT OF CONTACT (D) PHONE, FAX, AND EMAIL (E) DUNS NUMBER (F) CAGE CODE (G)TAX ID NUMBER (H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS, (I) WILL YOUR COMPANY BE PERFORMING THE WORK? OR DO YOU PLAN ON SUB-CONTRACTING OUT THE WORK? AND (J) MUST PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW. *****IF YOUR COMPANY HAS SOMETHING TO REPORT, YOU SHALL ANSWER THE FOLLOWING:***** **Required** ALL RESPONDENTS SHALL INCLUDE and SUBMIT THE FOLLOWING: Responses to this Request for Information (RFI) shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 561621, (size standard of $25M, per SBA Table of Small Business Size Standards JANUARY 1, 2022) AND whether your company is a special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.) Respondents shall answer the following questions: Size, status, and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019) Is your company a large business? Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Information provided by potential sources will be utilized by the Government to determine market availability and procurement strategy. **A contract award will not result from this RFI Notice. Vendors who can meet the requirements listed above shall provide the following information: Business Name Business Address Business Point of Contact, including phone number and email address Business size Business Socioeconomic Status Federal Supply Scheduling (FSS) number, if the items required by the Government are available for purchase on an FSS contract. Any other pertinent capability information that relates to the above stated requirement. ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** **THIS INTENT TO SOLE SOURCE NOTICE WILL EXIPRE ON JULY 12, 2023 @ 1:00 PM, EST.** ***IF THERE ARE ANY OBJECTIONS TO THIS SOLE SOURCE, CONTACT THE CONTRACTING OFFICER AT AMY.WALTER1@VA.GOV.*** B.3 STATEMENT OF WORK EXPANDING THE CURRENT SECURITY SYSTEM PROJECT Expand VAMHCS Alertus Coverage Baltimore, Loch Raven, Perry Point and CBOCS This project adds audio (speakers), visual (beacons), LED display signs, and panic buttons to the Alertus emergency notification system in additional areas and enhances coverage in some areas. This coverage is to enhance operational reliability and campus wide communication under COVID and other critical conditions for Loch Raven's campus and surrounding CBOCS. Contractor to provide all labor, material, equipment, and supervision necessary for a fully functional emergency alert system. All work will be done according to all local, federal, and Department of VA guidelines and specs. The Scope of Work includes but is not limited to: 1. Identify component locations for approval and network port availability determinations. 2. Install speakers, beacons, power supplies (POE injectors if needed), and wiring. 3. Component configuration, network configuration, system configuration, and testing. 4. Restore any penetrations through fire barrier walls with an appropriate UL firestop system. 5. Re-seal any penetrations through smoke barrier walls. 6. Installation that is to be performed in any patient care or patient support area may require the scheduling of after-hours work depending on the specific departments needs at that time. 7. Install additional beacons, speakers, and panic buttons at the Loch Raven campus as well as the surrounding Glen Burnie and Fort Meade CBOCs. Brief Description Project 512A5-21-202 Expand VAMHCS Alertus Coverage PP and CBOCS adds audio (speakers), and visual (beacons), to the emergency notification system in additional areas, and enhances coverage in some areas. This coverage is to enhance operational reliability and campus wide communication under COVID and other critical conditions for Perry Point's campus and surrounding CBOCS. Brief Description Project 512-21-115 Expand VAMHCS Alertus Coverage BA and CBOCS adds audio (speakers), visual (beacons), LED display signs, and panic buttons to the emergency notification system in additional areas and enhances coverage in some areas. This coverage is to enhance operational reliability and campus wide communication under COVID and other critical conditions for Baltimore's campus and surrounding CBOCS. Brief Description Project 512A5-21-203 PP Waterfront Horns Alertus adds audio (horns) to the emergency notification system along the waterfront portion of Perry Point's campus. This coverage is to enhance operational reliability and campus wide communication under COVID and other critical conditions for Perry Point's campus. Detailed Scope Description (For Contract) GENERAL REQUIREMENTS: 1. Project shall be quoted and submitted for a fixed-price, complete project in accordance with the requirements set forth in the RFQ documents. 2. All work shall be in compliance with local, state and federal rules and regulations, and VA technical standards. 3. The successful firm and all sub-contractors shall have the capacity to perform the install on time without delay. 4. Project duration for Perry Point and surrounding CBOCS shall not exceed 180 days. BRIEF DESCRIPTION This project adds audio (speakers), visual (beacons), LED display signs, and panic buttons to the Alertus emergency notification system in additional areas and enhances coverage in some areas. This coverage is to enhance operational reliability and campus wide communication under COVID and other critical conditions for Perry Point's campus and surrounding CBOCS. Contractor to provide all labor, material, equipment and supervision necessary for a fully functional emergency alert system. The Scope of Work includes but is not limited to: 8. Identify component locations for approval and network port availability determinations. 9. Install speakers, beacons, power supplies (poe injectors if needed), and wiring. 10. Component configuration, network configuration, system configuration, and testing. 11. Restore any penetrations through fire barrier walls with an appropriate UL firestop system. 12. Re-seal any penetrations through smoke barrier walls. 13. Installation that is to be performed in any patient care or patient support area may require the scheduling of after-hours work depending on the specific departments needs at that time. 14. Perry Point installation shall include addition of a minimum of: a. Forty-nine (49) alert beacons b. Forty-three (43) IP Text-to-Speech Speakers c. Four ( 4) LED marquees indoor displays d. Four (4) hardwired emergency panic buttons or hardwired active threat status buttons with pre-configured messages e. Eighteen (18) USS-connected panic buttons 15. Pocomoke CBOC installation shall include addition of a minimum of: a. Two (2) alert beacons b. Two (2) IP Text-to-Speech Speakers c. Four ( 4) hardwired emergency panic buttons or hardwired active threat status buttons with pre-configured messages. 16. Cambridge CBOC installation shall include addition of a minimum of: a. Two (2) alert beacons b. Two (2) IP Text-to-Speech Speakers c. Four (4) hardwired emergency panic buttons or hardwired active threat status buttons with pre-configured messages INSTALLATION SERVICES SOLE SOURCE LETTER FROM OEM
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ffd4a9a0b884a039a87b53c63b64f1e/view)
- Place of Performance
- Address: Department of Veterans Affairs BALTIMORE VAMC 10 N Greene St, Baltimore 21201
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN06737461-F 20230707/230705230047 (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 |