Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2014 FBO #4577
DOCUMENT

Z -- Project 676-14-117: Upgrade Nurse Call In Buildings 406, 403, and 400 at the Tomah VAMC in Tomah, WI - Attachment

Notice Date
6/4/2014
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D14B1076
 
Response Due
7/21/2014
 
Archive Date
10/19/2014
 
Point of Contact
Kristi Kluck
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE Solicitation VA69D-14-B-1076 Project 676-14-117 Upgrade Nurse Call in B406, B403 & B400 Tomah VAMC in Tomah, WI Provide for and furnish all labor, superintendence, materials, tools, equipment, software, transportation, licenses, certificates, insurance, temporary protection, training, as-builts, O&M manuals and other items designated under the provisions of a contract for Project 676-14-117 Upgrade Nurse Call in B406, B403 & B400 at the Tomah VAMC in Tomah, WI in accordance with project drawings and specifications. Overall work shall include, but not be limited to the following items: A.Description of Work 1.Contractor shall verify all existing conditions, dimensions, and provide IFB bid based off site visit inspection and specifications and drawings included in solicitation package. 2.Contractor shall perform work so as to minimize necessary system downtime and disruption to clinical staff and residents. 2nd and/or 3rd shift work shifts and weekend hours may be required in order to maintain contract schedule requirements and to minimize interruption with hospital functionality. 3.Contractor shall provide 1 year minimum warranty on all work, parts, and equipment. 4.All legacy hardware components removed shall be retained and delivered to Electronics shop, Tomah VA. 5.Contractor shall upgrade the Building 406 nurse call system to provide for the latest version NNC (includes, but is not limited to all applicable hardware such as stars, nurse-station, any needed wiring, & in-patient room stations, etc.) 6.Contractor shall install a back-up NNC server system, set-up in Building 32 server area. This includes all software, licenses, configuring, hardware, racking, cabling etc. with manual switches that can be utilized in the event of any primary server failure. 7.Contractor shall upgrade Buildings 403 and 400 nurse call systems to NCM 5.0 as per their standard upgrade offering. 8.Contractor shall work closely with the Station Building Point of Contacts and Contracting Officer Representative (COR) to assist in the ultimate goal. Light construction is included in the overall package. Contractor shall be responsible for any and all construction in order to perform these upgrades (work includes, but is not limited to demolition, removal of old materials, nurse call system installation and programming, minor construction touch-ups/repairs of drywall, ceiling, painting, etc.). 9.Contractor will perform all work in accordance with VA, state, local, and kiosk guide rules/regulations. B.Construction Notes: 1.Any system outages shall be coordinated through COR, nurse managers and other applicable staff at least 48 hours in advance of the date the necessary outage is proposed to occur. 2.Site Visit: It is strongly suggested and expected that interested vendors attend the solicitation site visit to inspect the areas where services will be performed to fully understand the conditions under which the work is to be performed. a.The contractor should conduct a site visit to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. b.Contractor failure to pre-inspect shall not constitute grounds for a claim after contract award. c.The site visit will be held at a date and time as listed in the solicitation. 3.Signing In to the Campus/Signing Out of the Campus during contract performance: a.Tomah Campus: During normal hours of operation, Monday through Friday, the contractor shall sign in with the Work Order Clerk located in Bldg 40 when arriving on campus to perform work and sign out with the work order clerk when the job is complete; during other than normal hours of operation the contractor shall sign in with the Fire Department located in Building 36. b.Community Based Outreach Clinic's (CBOC): At each respective CBOC, during normal hours of operation, Monday through Friday, the contractor shall present their credentials to the Admissions Desk Clerk, informing the on-duty clerk of who they are and what their purpose is when arriving on site to perform work and sign out with the same when the job is complete. c.When checking in, the contractor shall obtain contractor badge unless the contractor has completed their back ground investigation and obtained a VA issued PIV card. The contractor shall arrive to all CBOC's with either the government issued PIV card, or the temporary badge which needs to be obtained from Law Enforcement or the Work Order Clerk at the Tomah VAMC Campus. 4. Quality Assurance: a.Work shall be done in accordance with VA Construction Specifications for Division 1 for General Requirements, Division 2 for Demolition, Division 3 for Concrete, Division 7 - for fire-stopping penetrations, Division 9 for finishes, and carpentry, Division 26 for Electric, Division 27 for Communications, and NFPA 101, Life-Safety Code for Fire Safety and Egress requirements. b.The contractor shall take all necessary precautions to protect government property, repairing any damage caused by their efforts Inspection/Acceptance; the Government reserves right to inspect or test any supplies or services that have been tendered for acceptance. 5. This project shall be completed within 150 calendar days of NTP. The solicitation, specifications and drawings will be posted on FedBizOpps - https://www.fbo.gov/. There will be a pre-bid conference/site walk-through held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business firms. The solicitation will be issued on or about June 20, 2014 whereby the bid opening will be scheduled to be held APPROXIMATELY thirty (30) calendar days AFTER the FULL SOLICITATION package is posted to https://www.fbo.gov/. The bidder shall be responsible to monitor and download any amendments from FedBizOpps which may be issued to this solicitation. Pursuant to 38 USC 8127(d), competition is restricted to Service-Disabled Veteran-Owned Small Business construction firms. The North American Industry Classification Code (NAICS) for this procurement is 238210 Electrical Contractor and Other Wiring Installation; size standard $14.0 million applies. **************************************************************************************THIS NOTIFICATION IS JUST A PRESOLICIATION ANNOUNCENT MADE IN ACCORDANCE WITH FAR CLAUSE 14.205; NO PLANS OR SPECIFICATIONS ARE AVAILALBE AT THIS TIME. A FULL PACKAGE SHALL BE AVAILABLE ON https://www.fbo.gov/ ON, OR ABOUT, June 20, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14B1076/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-14-B-1076 VA69D-14-B-1076_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1404585&FileName=VA69D-14-B-1076-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1404585&FileName=VA69D-14-B-1076-000.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: Tomah VA Medical Center;500 E. Veteran Street;Tomah, WI 54660
Zip Code: 54660
 
Record
SN03385424-W 20140606/140604235202-ecc9f484df9842e4ce915f14039f1794 (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.