DOCUMENT
Y -- 539-328 Inpatient Bed Tower Addition (4th & 5th Floors) Request for Information only - Attachment
- Notice Date
- 11/5/2014
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
- ZIP Code
- 45219
- Solicitation Number
- VA25015N0037
- Response Due
- 11/10/2014
- Archive Date
- 12/10/2014
- Point of Contact
- Ronald Heidemann
- E-Mail Address
-
Contract Specialist
(ronald.heidemann@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not an Invitation for Bid (IFB); it is a market research tool being utilized to determine the availability of sources prior to issuing an IFB. The information requested is for brand name items only listed below which are contained within the specifications and drawings. These items will be provided by the prime contractor after award. The Cincinnati Veterans Affairs Medical Center is planning a project to construct a two (2) story building addition atop of the Imaging Center, located off the West Elevation of Building #1 on the Cincinnati VA Campus. The first story of this addition will enclose the roof space of the Imaging Center Addition to create a mechanical space for the roof top mechanical equipment currently located there. The second story of this addition will create an expansion of the 5th Floor Level, adjacent to the existing Fifth Floor Inpatient Bed Unit. This new space, combined with a renovation of the existing Bed Unit will create a new, expanded Fifth Floor Inpatient Bed Unit. The intent of this notice is to notify interested parties of the "brand name items only" listed below that will be acquired by the prime contractor after award from the manufacturers or any other company who would provide the brand name items only from the manufacturer: 1. Manufacture: ArjoHuntleigh Inc. (Getinge Group), 2349 West Lake Street, Addison, IL 60101 Model No:Description: Model LF21019- Maxi Sky 1000 Model MS000-01-01- MS2 2F ECS Standard hand control Model 700-05401-Box- Maxi sky 1000 lbs 2 point hanger bar Model 700-19415 Spreader bar 2PT loop medium Model 200.12810- 3 Meter Kwiktrak Model 200.12815- 4 Meter Kwiktrak Model 200.12870- 4.5 Meter Kwiktrak Model 200.12880- 6 Meter Kwiktrak 2. Manufacture: Honeywell International 1280 Kemper Road, Cincinnati, Ohio 45240 Model No:Description: XLS-BPS10 10 Amp Booster Power Supply HWBATT12V7AH12v sealed battery - interstate or adi HW14501600-027Resistor Assy - DNFS - Resistor Assy - DNFS HWST-10 Metal sample tub - 10 FT Sampling TUBE HWRTS451KEYRemote test station; with switch, alarm and power LED's, key reset. - Remote test station; with switch, alarm and power LED's, key reset. HWTC806B1076Intelligent Photoelectric Smoke Detector - Intelligent Photoelectric Smoke Detector HWTC808B1058Intelligent 135 Degree Fixed/ ROR Heat - Intelligent 135 Degree Fixed/ ROR Heat HWTC809A1059Intelligent Monitor Module, CLIP and FlashScan Protocol HWTC809B1008Intelligent Mini-Monitor Module, CLIP and Flash Scan Protocol HWTC809D1004Dual Input Monitor Module, Clip Only - Dual Input Monitor Module, Clip Only HWTC810N1013Control Module, CLIP and FlashScan Protocol HWTC810R1024Relay Module, CLIP and FlashScan Protocol HWFM900Door holder extension kit. - Door holder extension kit. HWFM900-100Door holder spacer, 1 inch. - Door holder spacer, 1 inch. HWFM900-ZDoor holder spacer kit, 90 degree. - Door holder spacer kit, 90 degree. HWSIGA-CC1Single Input (Riser) Module - Single Input (Riser) Module HW1508-AQN5Door Holder, Surface, Wall Mount - 24Vac/24Vdc/120Vac - Door Holder, Surface, Wall Mount - 24Vac/24Vdc/120Vac HW278B-1120Fire Alarm Manual Station - Single Pole, Key Reset - Fire Alarm Manual Station - Single Pole, Key Reset HW278B-1420Fire Alarm Manual Station - DP, NO & NC, Key Reset - HW960A-8RF"8"" Backbox - Round, Flush - 8"" Backbox - Round, Flush" HW965-1A-8RW"""8"""" Cone Speaker (70VRMS), Round - WHITE - 8"""" Cone Speaker (70VRMS), Round - WHITE""" HWXLS202-7A-T15/75cd Synchronized Strobe, Red - 15/75cd Synchronized Strobe, Red HWXLS964-8A-8SW "110cd Speaker-strobe, 25V - 8"" Cone, Square - White - 110cd Speaker-strobe, 25V - 8"" Cone, Square HWXLS757-8A-SS70 110 cd Speaker/Strobe - 70V, red HWB210LP Flanged Base 6.1IN DIA ULC **Extension of the existing system. Must tie into the current system 3. Manufacture: Cisco Systems, Inc. 170 West Tasman Dr. San Jose, CA 95134 Model No:Description: WS-C3750V2-48PSSeries Switches (tie into the existing system) 1131 AGWireless Access Point (tie into the existing system) 4. Manufacture: Ingenia Technologies 18101 J.A. Bombar, Mirabel, P.Q. Canada J7J 2H8 Inc. Model No:Description: CAH-2.5-TB-PU-C-AHU Access Door (Existing AHU) 162.0x 167.0-O 5. Manufacture: Pevco, 1401 Tangier Drive Baltimore, Maryland 21220 Description: Addition or relocation of the existing pneumatic tube delivery system with a Smart System control system for Microsoft Windows 6. Manufacture: Ernie's Quench Vent Fabricator, 8080 Ulmerton Road, Largo, FL 33771 Description: Extension of a an existing quench vent system (Siemens MRI Equipment) 7. Manufacture: Spirax Sarco, 1150 Northpoint Blvd, Blythewood, SC 29016 Description: Tie into the existing hot water heating system which will need additional plates to fill existing frame 8. Manufacture: Taco Inc., 1160 Cranston St., Cranston RI 02920 Model No:Description: FI2511Impeller and balance pump to 305 gpm/110 ft hd (tie into the existing system) 9. Manufacture: Ascom Patient Systems, 9024 Town Center Parkway #100, Lakewood Ranch, Florida 34202 Description: An expansion of the existing Tellegence Nurse Call System 10. Manufacture: Johnson Controls, 507 E. Michigan Street M-93, Milwaukee, WI 53202 JCI P2000 PACS: Physical Access Control System; A system comprised of cards, readers, door controllers, servers and software to control the physical ingress and egress within a given space. Model No:Description: PK-SW-X P2000 Server Software Upgrade CK-720-SW Access Control Panel Software CK-721-A CK-720 Controller 11. Manufacture: Johnson Controls, 507 E. Michigan Street M-93, Milwaukee, WI 53202 Description: Direct Digital Control System - The system is a BACNet capable Direct Digital Control System utilizing electric actuation, and shall be tied into the existing Hospital Automated Logic Controls Building Automation System or Johnson Controls Metasys Building Automation System, including all graphics, trends, alarms, etc. 12. Manufacture: Automated Logic Corporation, 1150 Roberts Blvd., Kennesaw, GA 30144 Description: Direct Digital Control System - The system is a BACNet capable Direct Digital Control System utilizing electric actuation, and shall be tied into the existing Hospital Automated Logic Controls Building Automation System or Johnson Controls Metasys Building Automation System, including all graphics, trends, alarms, etc. 13. Manufacture: Valcom Inc., 5614 Hollins Road, Roanoke, VA 24019 Model No:Description: V-9022A-2Speakers VP-1124D Amplifier/Power Supply Extension of the existing system. Other misc. items may be needed as required The Government will use the information obtained from this sources sought announcement to make a determination to brand name these items. The appropriate North American Industry Classification System (NAICS) code for this acquisition is 236220 with the applicable business size of $33.5 million. If interested parties can provide the brand name items only listed above, please provide via email, a one-page synopsis of qualifications to include full name, address and the GSA contract if applicable. The Response Due Date for this Sources Sought Notice is November 10, 2014 @ 7:00 PM EST. The point of contact for to send the information to and/or questions is: Ronald T. Heidemann, Contract Specialist (Email: ronald.heidemann@va.gov)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25015N0037/listing.html)
- Document(s)
- Attachment
- File Name: VA250-15-N-0037 VA250-15-N-0037.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1715037&FileName=VA250-15-N-0037-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1715037&FileName=VA250-15-N-0037-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-15-N-0037 VA250-15-N-0037.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1715037&FileName=VA250-15-N-0037-000.docx)
- Place of Performance
- Address: 3200 Vine Street;Cincinnati, Ohio
- Zip Code: 45220
- Zip Code: 45220
- Record
- SN03566934-W 20141107/141105234441-a7a69d508e963418ce6748613f85ec75 (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 |