DOCUMENT
59 -- Bi-Directional Radio Amplifier System - Attachment
- Notice Date
- 5/19/2015
- Notice Type
- Attachment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24615N0780
- Response Due
- 5/21/2015
- Archive Date
- 7/20/2015
- Point of Contact
- Jerry Clark
- E-Mail Address
-
Clark2@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Hampton, Virginia has a need for Bi-Directional Amplifier System in the areas of Hampton, Virginia. The NAICS code for this requirement is 334220; size standard is 500 This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified small businesses in the State of Virginia geographical region. The responses to this announcement will assist in determining the socio-economic set aside if feasible. ***Please see all detail listed on page 2-4**** This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com ), list of available compatible products, the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation). (1) Business size (small or large business concern), and number of employees; (2) Type of small business a. Service Disabled Veteran Owned Small Business b. Veteran Owned Small Business c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business (3) When submitting your information please provide the solicitation number and description Responses to this notice should be emailed to Jerry W. Clark Jr, Contracting Specialist at e-mail address: jerry.clark2@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 4:00PM EDT, May 21, 2015. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov STATEMENT OF WORK Provide and Install Bi-Directional Amplifier system in the areas indicated on the map of the VA Hospital to improve the 800 MHz. communications in those areas. Various Locations Department of Veteran Affairs Police Service Hampton VA Medical Center 1. General. Special Requirement--The Contractor will provide all transportation, materials, hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to provide and install a bi-directional amplifier system at designated locations at the Hampton VA Medical Center (VAMC). This is a turn-key request with the Contractor providing all materials and performing all the work. 2. Coordination. The Police Service's Deputy Chief will serve as the focal point and Contracting Officer Representative (COR) for this contract. 2.1. Site Visits. Contractors must accomplish a site visit prior to submitting their proposal. Site visits must be pre-coordinated and prescheduled with the COR. Unannounced site visits will not be honored. The Federal Government will not incur any costs associated with site visits. 2.2. The Contractor must pre-coordinate work and if needed, associated outages with the COR. This work will be accomplished during normal duty hours, Monday-Friday 07:30AM-4:00PM. The Contractor will respond to Building 36 on the prescheduled date/time, and make contact with the COR. Contact must be made with the COR prior to accomplishing and starting any work. 3. Specific Requirements. Contractor will provide, install and connect bi-directional amplifiers to the Police exiting radio system at the following locations: Buildings 110B, 138,137 all install while be the hallways of the above buildings. See attached map. Equipment Includes a BDA, a UPS, up to 1200' of 1/2" cable, indoor antennas, 1 outdoor donor antenna, all connectors, grounding, line surge protection. Labor as per quote each Run all lines in areas indicated on our drawing, install all material above. NOTE: These components and hardware are being installed in a hospital environment. The Contractor must take all precautions to ensure all tools and materials are under continuous observation and accountability. At no time will tools and materials be left unattended or unsecured. 4. Other Station Rules and Guidelines. The Contractor will adhere to the following station rules. 4.1. All work will be accomplished to industry standards and compliant with all current CODE requirements (Life Safety, NFPA, Electrical and Building). All Dept. of Veteran Affairs, Federal, Commonwealth of Virginia laws, regulations and codes will be complied with. 4.2. This is a hospital environment. The Contractor and his personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally. 4.3. This is a federal facility as well as a medical center. As such, there is NO tobacco usage allowed inside any federal building or on the grounds except in designated areas. The COR will brief the Contractor as to designated smoking areas prior to commencement of the contract. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate's ticket and fine. 4.4. Parking will be in designated lots. Consult with the COR as to allowable parking and material drop-off. 4.5. Any work requiring a shutdown or utility outage will be requested in advance and scheduled by the COR prior to the work being accomplished. 4.6. The Contractor will coordinate his activities with the COR to identify any smoke or fire barriers that must be penetrated or disrupted as a result of this contract and will restore the fire barrier to its rating through the use of firestopping. The Contractor and his personnel will be trained and certified to use and apply fire stopping prior to its application and at the Contractor's expense. 4.7. The Contractor will responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site. The Contractor will be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation 4.8. Since the incidents of September 11, 2001, the Federal Government has begun to implement new security measures to help protect federal facilities. The Contractor will provide to the COR a list of employees expected to work on this contract. This list will be on company letterhead and contain the employees' name, driver's license number, address and nationality. This list will be verified and signed by a corporate officer. These personnel are subject to a background check and fingerprinting to be eligible to receive a security badge. 4.9. Security badges will be picked up from the Police Office in Building 36 and will be returned daily by 3:30PM unless other arrangements are made with the COR and the Police Office. Loss Badges can result in administrative fees and fines not to exceed $50.00 USD to replace the loss badge. DISCLAIMER This Sources Sought issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this Source Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24615N0780/listing.html)
- Document(s)
- Attachment
- File Name: VA246-15-N-0780 VA246-15-N-0780_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2056491&FileName=VA246-15-N-0780-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2056491&FileName=VA246-15-N-0780-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-15-N-0780 VA246-15-N-0780_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2056491&FileName=VA246-15-N-0780-000.docx)
- Record
- SN03735903-W 20150521/150519235225-dde0833b35cbd5612c6eaffb729bd46a (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 |