Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2017 FBO #5563
DOCUMENT

N -- Services- Install Card Readers and a Gate at the Fisher House - Attachment

Notice Date
2/13/2017
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q0218
 
Archive Date
4/14/2017
 
Point of Contact
Shirley Courtney
 
E-Mail Address
shirley.courtney@va.gov
(shirley.courtney@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The North Florida South Georgia Veterans Health System (NF/SG VHS) is seeking responsible sources to Install Card Readers and a Gate at the Fisher House at Malcolm Randall VA Medical Center. The NAICS is 561621 and the small business size standard is $11.5 million. This procurement solicitation number will be VA248-17-Q-0218 which will be available on or about March 1, 2017. To be eligible for award, contractors must be registered in the System of Award Management at www.sam.gov. Potential offerors are encouraged to visit that SAM website and register as soon as possible to avoid delays should they be selected for a contract award. Questions concerning this announcement should be directed to the following email address shirley.courtney@va.gov, or mailed to address: Network Contracting Office 8, Commerce Bldg., 300 East University Ave. Ste. 180, Gainesville, FL 32601. PROJECT OVERVIEW: Install AD 401 to an existing Lenel OnGuard platform and Barrier Arm Gates. (See attached Statement of Work) SCOPE OF WORK INSTALL CARD READERS AND PARKING GATE AT THE FISHER HOUSE 1601 SW ARCHER RD GAINESVILLE, FLORIDA PART I - GENERAL 1.1 SCOPE Work covered under this contract consists of furnishing all labor, materials, tools, equipment, supervision, and necessary transportation to replace and/or install AD 401 to an existing Lenel OnGuard platform. Work to be done at the Fisher House 1601 SW Archer RD, Gainesville, Florida hereinafter specified in the attached Statement of Bid items listed below. COMPLETION TIME: 120 calendar days after receipt of notice to proceed letter. Installation of gate and associated systems will comply with the following: Install electrical service at least 1 foot below grade. All digging shall be done by hand. Install warning tape above conduit prior to backfilling. All work shall be in accordance with National Electric Code. Where electrical service crosses road, contractor has two options: Saw cut asphalt, hand dig, install conduit, backfill with compacted dirt, and lime rock which matches current thickness and compaction, installation and compaction of asphalt to match current thickness. Asphalt shall be at the same height as adjacent surfaces to prevent tripping hazards. Note: only one half of the road can be taken out of service at a time. Horizontal (directional) boring under the roadway, so traffic flow will not be impacted. Installation of traffic loops shall conform to Florida DOT standards CM-660-2.1.2.1-01 and CM-660-2.1.2.1.5-01. Parking gates will be installed on existing curbs or on 4 inch housekeeping pads. REQUIREMENTS: Install card readers: Install replace thirty (30) cylindrical AD401 wireless card readers. Install five (5) mortise AD401 wireless card readers. Lenel Licenses: Provide thirty-five (35) Lenel Partner Access Device License for electronic locks PURCHASED through Lenel and attached to an OnGuard system [REQUIRED license for all Third Party Locks] [one license licenses per lock]. Pro-64RUP sixty-four (64) Access Readers upgrade for all PRO systems; no maximum on number of readers. Lenel Control Boards: Provide and install two (2) LNL-3300 boards. Wireless Interface Module: Panel interface module, ad series R5-485 panel interface for AD400 wireless readers up to 16 doors. PIM400-485 Lenel Reseller: The vendor must be a Lenel Value Added Reseller and provide documented proof. Lock-set Requirement: Each lockset must be equipped with a Medeco prep. Medeco key-core to be provided with the card readers. Lock-set requirement: The vendor is responsible for providing the correct amount of right-hand levers and left-hand levers. Install parking gate: Two (2) Hysecurity Strongarm Park DC14 Barrier Arm Gate Operator Two Hysecurity Strongarm Park, two (2) Arm Assembly Four (4) Hysecurity HY5A Loop Detector One (1) Electrical Conduit and Installation Materials Four (4) Bollard, 4 Steel Schedule 40 pipe Four (4) Bollard Protective Sleeve, 4 x56 Safety Yellow Three (3) Safety Loop 12 x4 Sawn/Sealed in Asphalt Driveway One (1) Free Exit Loop 12 x4 Sawn/Sealed in Asphalt Driveway One (1) Concrete Gate Operator and Pedestal Mount All work to be scheduled with Dale Willett, and will be done during normal duty hours, 8:00 a.m. to 4:30 p.m., Monday through Friday, except U.S. Federal Holidays. 1.3 SPECIAL REQUIREMENTS VA Police will issue identification badges to contractors, employees and sub-contractors which must be worn at all times when on VA property. Contractor shall keep the area cleaned daily and haul away all construction debris. All materials and construction debris must be in a covered cart when entering and exiting the building. The vendor shall utilize conduit where wires would otherwise be visible. Once an equipment list is put forth by the vendor, the VA Lenel system administrator must review prior to installation to ensure everything is compatible with existing systems. 1.4 QUALIFICATIONS/CERTIFICATION A. The contractor must be a Lenel authorized dealer and installer and have the required levels of professional and technical experience to perform the work required by this statement of work. B. The contractor and all of the contractor s employees must have taken the OSHA Certified 10-hour construction safety course and show documented proof. The contractor shall designate a competent person in accordance with 29 CFR 1926.32(f) which states, One who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to employees and who has authorization to take prompt corrective measures to eliminate them. The contractor shall instruct each of his employees in the recognition and avoidance of unsafe conditions and the regulations applicable to his work environment to control or eliminate any hazards or other exposure to illness or injury. Additionally, the contractor shall comply with the following requirements: Develop a plan detailing project specific fire-safety measures. Maintain site and building access free and unobstructed to facility emergency services. Separate temporary facilities from existing buildings and new construction by appropriate distances. All temporary construction partitions must meet fire-safety requirements. Temporary heating and electrical installations must comply with OSHA 1926, NFPA 241 and NFPA 70. Means of egress shall not be blocked. Egress routes for construction workers must be maintained free and unobstructed. Contractor furnished fire extinguishers must be provided and maintained in construction areas and in temporary storage areas. Flammable and combustible liquids must be stored, disposed and used in accordance with OSHA 1926, NFPA 241 and NFPA 30. Existing fire protection must not be impaired. Provide fire watch for impairments more than 4 hours in a 24 hour period. Prevent accidental smoke detector operation. Perform Hot Work in accordance with NFPA 241 and NFPA 51B. Conduct weekly fire hazard prevention and safety inspections and report finding and corrective actions. Prohibit smoking in and adjacent to construction areas. Dispose of waste and debris from buildings DAILY. 1.5 EQUIPMENT All equipment, tools, etc., shall be properly maintained while on the project and shall be adequate, in quality and capacity for proper execution of the work. 1.6 SCHEDULING AND HOURS OF WORK A. All work in areas involved shall be scheduled with the VA representative. Work shall be scheduled for proper execution to completion of this contract. B. Hours of work. The contractor will perform work during normal duty hours unless specifically authorized by Dale Willett, or otherwise specified in the contract. Normal duty hours are 8:00 a.m. to 4:30 p.m., Monday through Friday, except U.S. Federal Holidays. The 10 holidays observed by the Federal Government, i.e., New Year s Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday. 1.7 INSPECTIONS All work shall be inspected during installation and at final completion by the VA technical representative. 1.8 SAFETY REGULATIONS A. All applicable safety regulations shall be observed during all work of this contract. The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. Provide the necessary barricades/signage where required. The VA Safety Officer/Fire Protection Engineer (FPE) is fully qualified to review the design documents (drawings, specifications, submittals, etc.) for compliance on the fire protection, life safety and JCAHO standards and requirements. Attending to any required site visit or meetings to address the impact the construction activities will have on emergency procedures. Perform field tests and participate on final acceptance tests for new equipment or systems installed. Provide a written certified statement indicating that the construction project meets the life safety code requirements. For those maintenance and repair projects where the life/safety code requirements is not applicable, a written statement shall also be provided accordingly. 1.9 SUBMITTALS: None required for this project. 1.10 APPLICABLE PUBLICATIONS: The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by designation only. National Fire Protection Association (NFPA): 30-03, 51B-03, 70-05, 101-06, 242-04 B. Underwriters Laboratories, Inc (UL): 844-95, 924-95, 935-01, 1029-94, 1598-00, 555-02 C. American National Standards Institute (ANSI): 156.19, C78.1-91, C78.2-91, C78.3-91, C78.376-91 D. American Society for Testing and Materials (ASTM) B209/B209M-07, B221/B221M-07, F593-02 (E2004) E. Occupational Safety and Health Administration (OSHA): 29 CFR 1926 PART II PRODUCTS MATERIALS (REFER TO SPECIFICATIONS): PART III - EXECUTION 3.1 GENERAL After scheduling work (including phasing) with the VA/COR and Tonya Fookes provide the required signage and barricades as required to maintain safety and protection of work and around construction site. 3.2 SITE PREP Prep areas of work. 3.3 DEMOLITION None. 3.4 FINAL COMPLETION AND CLEAN-UP Remove all rubbish and any excess material from the job site. 3.5 FINAL INSPECTION Request final inspection from the VA COR & Representatives. - - - E N D - - -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q0218/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0218 VA248-17-Q-0218_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3274229&FileName=VA248-17-Q-0218-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3274229&FileName=VA248-17-Q-0218-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04400390-W 20170215/170214100508-7819996dfd38f0e8ba8880cd003ed68b (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.