Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2022 SAM #7439
SOLICITATION NOTICE

C -- AE, Renovate Ambulatory Care for Specialty Clinic

Notice Date
4/11/2022 4:54:57 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25022R0074
 
Response Due
4/15/2022 1:00:00 PM
 
Archive Date
05/15/2022
 
Point of Contact
Angie Carpenter, Contract Specialist, Phone: 937-268-6511 x4049
 
E-Mail Address
angie.carpenter@va.gov
(angie.carpenter@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
REQUESTS FOR INFORMATION (RFI) FOR AE DESIGN: RENOVATE 3RD FLOOR AMBULATORY CARE FOR SPECIALTY CLINIC The purpose of this amendment is to provide the following information to the pending questions of this Presolicitation Notice. Q.8. Could we be provided the list of Master System Integrators please? A.8. We do have a list of MSI Vendors that we have worked with. We will accept anyone that is qualified, see below. Enterprise Controls Group, LLC 2305 E. Aurora Rd. Suite A-6 Twinsburg, OH 44087 Attn: Jerry Gray PH: 216-533-8447 Email: jgray@entcontrols.com AGM Energy Services 2305 E. Aurora Rd. Suite A-7 Twinsburg, OH 44087 Attn: Andre Goosby PH: 330-998-6695 Email: agoosby@agmenergyservices.com HDC Automation 21500 Drake Rd. Strongsville, OH 44149 Attn: Sam Haddad PH: 216-387-0111 Email: shaddad@hdcautomation.com Company Qualifications: COMPANY REQUIREMENTS: 1. Shall have an in-place facility within 150 miles of the project site with technical staff, and necessary testing and diagnostic equipment to support the proposed project. 2. Experience in implementing Niagara N4 framework in similar size and scope as this project. 3. Must have a successful history in the design and installation of Niagara AX and N4 Framework. 4. Must have five (5) years consecutive licensing capabilities with the Niagara Framework. 5. Must have minimum of three (3) employed individuals who meet Specific Requirements: per individual . 6. Firms shall have specialized in and be experienced with the installation and integration of the Niagara Framework. Provide the following project examples. Provide at least five (5) projects that are in similar size and complexity as this proposed project in the submitted qualification package: a. List and describe a Niagara Enterprise (more than one building)integration project that your company installed and integrated in the last three (3) years. b. List and describe a Niagara integration project involving multiple communication protocols or databases that your company installed and integrated in the last three (3) years. c. List and describe a Niagara integration project involving multiple platforms such as HVAC, Lighting Control, Security, Life Safety, Utilities and other building control and or monitoring systems that your company installed and integrated in the last three (3) years. 7. Network shall be configured and tested by a network design professional with a Cisco Certified Design Professional (CCDP) certification or higher INDIVIDUAL PERSONNEL REQUIREMENTS: 1. Must have three (3) years experience with the Niagara N4 and AX framework. a. Proof of Niagara AX Certification. b. Proof of Niagara N4 Certification. c. Proof of Niagara 4, Level 2 Certification (Onsite Integration Lead). 2. Must have five (5) years or greater experience with Network Design and Installation. a. Proof of Cisco Certified Design Professional (CCDP)certification or higher. b. Resume showing required network design and installation experience with references and reference contact information. Q.9. As it relates to the 3rd Party MSI Firm, which is your preference: Include MSI Firm and Personnel information within the submittal (i.e., Section E and Part II) Brief mentioning in Section H Or not necessary to include at this time A.9. Option B, Brief Mentioning in Section H. This allows the A/E to indicate which MSI they are considering using, but the VA understands that may potentially change when contract discussions with the A/E and the MSI are started.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1ffec40f36149a2a1da47b97415f8e1/view)
 
Place of Performance
Address: Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Blvd, Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN06294437-F 20220413/220412211318 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.