SOURCES SOUGHT
J -- Frequency Change Over-676
- Notice Date
- 11/26/2018
- Notice Type
- Synopsis
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0082
- Response Due
- 11/30/2018
- Archive Date
- 12/30/2018
- Point of Contact
- Lori Eastmead
- Small Business Set-Aside
- N/A
- Description
- The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide a fire alarm frequency changeover. Service location is the Tomah VA Medical Center, Tomah Wisconsin. The vendor must be able to meet all the minimum requirements stated in the statement of work (listed below). Interested responsible sources must submit a summary of their capabilities to this office by 0900 CT on Friday, November 30, 2018, to include detailed description of the firm s experience in providing the services as detailed below, DUNS number, name and phone number of a point of contact in case further information is needed. Vendors that are Service Disabled Veteran Owned Small Businesses must provide proof of status. Summaries must be submitted via email to Lori.Eastmead@va.gov. This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be completed under NACIS 561621. Please note that this is not a request for quote and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. Look for any further information in FedBizOpps. Telephone inquiries will not be returned. Contract Title. Fire Alarm Frequency Changeover. Background. The current fire alarm system at the Tomah VA Medical currently has two (2) IP link receivers and 24 remote fire alarm panel locations. Each fire alarm panel has a subscriber unit with a transceiver and an antenna. The Tomah VA Medical Center recently acquired a new frequency from NTIA (National Telecommunications Information Administration), and all 24 Subscriber's transceivers and antennae need to be replaced in accordance with the new frequency and the two (2) IP link transceivers and antennae changed out in accordance with the newly acquired frequency in order for the Tomah VA Medical Center to be in compliance with all required governing regulations and laws. Refer to Table 2, Receiver-Transceiver-Antenna Location Schedule, for remote fire alarm panel locations by building at the Tomah VA facility. Scheduling of work shall be arranged with at least one, or all the Point of Contacts below and in the following order; contract COR (Contracting Officers Representative), contract ACOR (Alternate Contracting Officers Representative) or Tomah VAMC Electronics Technicians. General Requirements. The contractor s FST (Field Service Technician) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence on the Tomah VA Medical Center campus. The contractor shall obtain all other necessary licenses and/or permits required to perform all work under this contract. Common parts should be available to allow contractor personnel to complete most required work without delays associated with waiting for parts or leaving campus to acquire any necessary or additional parts. Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government. Contractor is responsible to clean up areas after each maintenance inspection/corrective action is complete and keep work areas clean always. Contractor shall not interrupt any utility service while performing under this contract. Before any work is performed under this contract, the Contractor shall coordinate a kick-off meeting with CO (Contracting Officer), COR and shall continually coordinate daily with COR of all work progress during contract performance. Contractor must notify COR in advance of any operation that requires cutting of or opening of ceiling assemblies or any work that creates excessive debris, dirt and dust. Any operation of this type will be subject to Infection Control Risk Assessment requirements, which shall be established at the kick-off meeting and clarified as necessary along the way. Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract. No hot electrical work shall be performed. Any electrical work that requires any interruption in electricity must be coordinated with the COR and the facility electricians. All OSHA and Facility lockout/tagout procedures shall be followed. Contractor shall not interrupt any utility service or fire alarm service while performing under this contract. Scope. The Contractor shall provide all parts, equipment, material, labor and supervision, including travel costs, necessary to perform equipment modifications to all fire alarm panels and associated IP link receivers, radio transceivers and external antennas, listed by location in Table 2, Receiver-Transceiver-Antenna Location Schedule below, to update said equipment to receive the newly acquired frequency of 413.4125 Mhz., or except as may otherwise be specified in this statement of work. During change over process, the Contractor shall maintain a minimum communication level of NetCon 6 with one pathway on existing Tomah VAMC fire alarm system. Existing IP links and Multi-net receivers shall remain in their current location in B36. No building that is part of this SOW shall be left unprotected during execution of any contract work. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer in coordination with the Contracting Officers Representative. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. Not Included in Contract. Fire alarm system automation software or applicable server upgrades. Relocation of existing fire alarm system server Providing or installing new fire alarm system server with automation software or upgrades. Contract Deliverables. Contractor shall provide, to the COR after completion of work, at the minimum, the following tasks/deliverables; Completion report that illustrates and certifies a communication level of NetCon 5 with two (2) pathways of communication with adequate strength. Warranty for workmanship and certification of system for 12 months following the completion of installation, testing and certification. Warranty of 1 year for all installed AES fire alarm equipment. Security Requirements. All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all Service technicians while on premises. Contractor shall coordinate with COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall sign in with the work order Clerk located in B40 when arriving on campus to perform work and sign out with the work order Clerk when work is complete. During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36. Hours of Coverage. Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee. All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Risk Control The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients. Place of Performance. Tomah VA Medical Center, 500 E. Veterans St., Tomah, WI. 54660. Period of Performance. Within thirty (30) days of the award of this contract, the Contractor and the Government shall agree upon a date for work to take place. All work is to take place during the normal hours of operation defined herein, unless agreed upon by the COR in advance, and at no additional cost to the Government. Support is to occur as scheduled and at the request of the government and as required during the period of performance. Work shall be completed in a timely manner and a performance schedule shall be coordinated with the Government upon contract award. Receiver-Transceiver-Antenna Location Schedule See Table 2 below for Receiver-Transceiver-Antenna Locations. Table 2: LOCATION DESCRIPTION Bldg. 36 IP Link Receiver/Radio Transceiver/5 dB Omni Directional Antenna Bldg. 36 IP Link Receiver/Radio Transceiver/5 dB Omni Directional Antenna Bldg. 10 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 15 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 23 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 25 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 32 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 36 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 40 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 400 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 401 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 402 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 403 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 404 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 405 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 406 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 407 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 408 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 409 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 410 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 415 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 416 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 424 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 425 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 452 Subscriber's Transceiver /3 dB Rubber Duck Antenna Bldg. 455 Subscriber's Transceiver /3 dB Rubber Duck Antenna NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0082/listing.html)
- Place of Performance
- Address: Tomah VA Medical Center;500 E. Veterans Street;Tomah, WI
- Zip Code: 54660-3105
- Country: USA
- Zip Code: 54660-3105
- Record
- SN05158915-F 20181128/181126230014 (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 |