SOURCES SOUGHT
70 -- HTG Patient Video System RFI
- Notice Date
- 5/18/2022 11:52:59 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0594
- Response Due
- 5/24/2022 10:00:00 AM
- Archive Date
- 06/03/2022
- Point of Contact
- stephanie.henderson3@va.gov, stephanie.henderson3@va.gov, Phone: stephanie.henderson3@va.gov
- E-Mail Address
-
stephanie.henderson3@va.gov
(stephanie.henderson3@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice is for market research to gain knowledge of potential vendors qualified under NAICS code search for 541519 Computer Related Services includes PSC 7E20 hardware equipment a NAIC size standard of 150 employees the at Huntington VAMC. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA ebuy. REQUESTED INFORMATION If you are interested and capable, and can provide the required supplies/services, please provide the requested information as indicated below: Responses to this Sources Sought notice shall include: Provide company name, address, point of contact, SAM UEI number, and cage code. Is this item on contract with your GSA, SAC, NAC, SEWP, FSS, contractor other federal contract? Provide the contract types if more than one, contract number, category(s), sin, and source code. Please indicate which (identify brand or equal) line items are on contract include what contract or indicate item is open market. Provide business size status and representations NAIC and PSC code for the below requested line items. Provide a copy authorized distributor letter if you are not the manufacturer. If equal product is available, provide product literature, specification sheets, manufacturer part number, manufacturer name, Manufacturer location. Provide equal software specification sheet/part numbers. If Manufacturer, provide authorized distributor list. Is vendor registered in SAM (https://www.sam.gov/SAM/)? If applicable, is vendor registered in VIP (https://vip.vetbiz.va.gov/)? SOW: Statement of Work (SOW) for the Replacement of ICU Cameras 1.0 General 1.1 Background The mission of the Hershel Woody Williams VA Medical Center is to fulfill President Lincoln's promise To care for him who shall have borne the battle, and for his widow, and his orphan by serving and honoring the men and women who are America s Veterans. The mission of the Engineering Service is to replace the ICU cameras. This acquisition would replace the existing ICU cameras that have stopped working. This would install 10 new cameras from the previous 4. 1.2 Objective Replace the existing 4 camera system with a new 10 camera system. The new system is to be for viewing only. The system is to be in a OIT closet with a monitor and cameras located in the Nurses Station and ICU Rooms only. 1.3 Scope of Work Vendor shall provide all parts, labor, equipment, materials, and supervision to perform the work and provide a complete operational camera system. This is a monitoring system only and no recording will be required. 1.4 Period of Performance The period of performance of this contract is 120 days ARO. 1.5 Place of Performance Work to be performed at the Hershel Woody Williams VA Medical Center in Huntington WV. The job is located on the 4th floor of Building 1S in and around our patient floor and ICU. 1.6 Applicable Documents CCTV Controller shall be Avigilon RM6-WKS-2MN, Rack Mountable or equal Camera shall be Avigilon 3.0C-H4M-D1-IR, w/ H4M-MT-DCIL1 ceiling mounting hardware or equal 3 Mega Pixel Camera @ 20 Frames per Second or equal POE Switch shall be 10 Port Gigabit POE+ switch UPS backup power Tripp Lite Smart1500LCD 120V 2U Rack Tower or equal 60 Monitor and extension wall mount or equal CAT 6A Cable or equal Vendor to Software being used. (All software must be TRM approved by the Department of Veterans Affairs) Specific Requirements/Tasks Vendor will provide all labor, materials, equipment and supervision to complete project. Contractor shall provide all material, equipment, labor and technical supervision to perform specified work as required and as detailed per items listed below, includes but not limited to testing and certifying CAT6A cabling at VAMC Huntington WV. Remove existing equipment and turn over to COR. Provide and install CCTV Controller, POE Switch, and UPS Backup in OIT Closet with all associated cabling required. Location and setup shall be approved by the COR prior to final installation. Provide and Install cameras in ICU Rooms and associated cabling. Cable from POE switch to cameras is approximately 150 ft cable run for each camera. Cameras are to be mounted in the ceiling with associated mounting kit. CAT6A cables shall be installed and tested per applicable codes. A test report for each cable run shall be provided. Camera locations shall be approved by the COR prior to installation. Cameras and Controller must be one compatible system with the most up to date software. Provide and Install 60 Monitor and mount located at the nurses station. Monitor must be located high enough as to no obstruct views but still easily visible. Location and mount to be approved by the COR prior to installation. Contractor to install cable from closet to monitor location. Delivery or Deliverables Vendor and COR will complete punch list and close out project. (1) CCTV Controller shall be Avigilon RM6-WKS-2MN, Rack Mountable or equal (10) Camera shall be Avigilon 3.0C-H4M-D1-IR, w/ H4M-MT-DCIL1 ceiling mounting hardware 3 Mega Pixel Camera @ 20 Frames per Second or equal At least (1) POE Switch shall be 10 Port Gigabit POE+ switch or equal At least (1) UPS backup power Tripp Lite Smart1500LCD 120V 2U Rack Tower or equal A tleast (1) 60 Monitor and extension wall mount or equal CAT 6A Cable and testing/certifying report All required software to operate the system must be VA approved. Notice to contractors: All information and data related to this project that the contractor gathers or obtains shall be both protected from unauthorized release and considered the property of the government. The contracting officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. Press releases, marketing material, or any other printed or electronic documentation related to this project, must not be publicized without the written approval of the contracting officer. 4.0 Meetings Will be scheduled once a vendor has been selected. Weekly update meetings will be held with the COR and CO. Meeting minutes will be taken by the vendor and sent to the COR and CO to be approved and recorded. 5.0 Required Travel and Other Direct Costs (ODCs) NA 6.0 Government Furnished Property/Equipment/Information Vendor is to provide all equipment. Existing equipment is to be removed and turned over the to COR. 7.0 Special Instructions Coordinate all administrative and construction requirements exclusively with or through assigned COR of VAMC Facilities and Engineering Service; and. neither discuss contract work with, nor take any directives concerning contract work from any other person than COR unless specifically permitted and authorized to do so. Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government. Follow all Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. Temporary dust barriers may be installed based on this assessment. Bi-weekly inspections of barriers and work areas will be conducted by Infection Control Nurse, Safety Manager, and COR to enforce implementation of risk assessment. Follow Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. Provide interim life safety measures (ILSM) where fire protection, fire suppression or smoke/fire partitions will be shutdown or rendered ineffective during construction. Coordinate with VA safety office through VA COR. ILSM must be posted outside work area at all times. All equipment and materials shall be approved prior to being brought on job site. Vendor to follow onsite Security Requirements. Although normal work hours are Monday through Friday 8:00 a.m. to 4:30 p.m., for critical areas that will require shut-downs, work shall be completed on 2nd and 3rd shifts and weekends. Final schedule shall be determined after analysis of damaged drives. Contractor shall make prior arrangements with the COR to coordinate shut-down periods. Also, contractor shall make arrangements for sub-contractors to work in secured areas. VA will not grant access to subs, it is the responsibility of the contractor. Contractor must obtain a burn permit from VA Safety Office prior to any welding, soldering work and burning. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police. The work is in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn at all times. Contractor shall provide general clean up to construction area daily to the satisfaction of the VA Project Manager. Hospital smoking policy (NO SMOKING IN THE BUILDING), smoking must be done in approved smoke shelters or at least 35 feet from any building. OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. Contractor must have 30 hour OSHA Construction Safety course. Start up, test, check and adjust all new units in the presence of the VA COR. No Smoking is allowed on VA campus. Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. 8.0 Glossary of Abbreviations, Acronyms, Definitions VA: Veterans Affairs CO: V.A. employee of the VA Contracting Service officially assigned to act as Contract Officer in the behalf Veterans Health Administration. The services performed are that of general supervision, direction, control and approval of the contract. COR: Contracting Officers Representative. V.A. employee of VAMC Facilities and Engineering Service officially assigned to act as Project Manager and Inspector on behalf of VAMC and Contracting Officer. COR shall be First Point of Contact on all matters concerning contract work for subject Project. The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. Qualifications of Key Personnel: Contractor s employees should be knowledgeable of standards associated with this type work. Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. LINE ITEM: NVR4X-WKS-4TB B-NA 1 Avigilon Model #NVR4X-WKS-4TB-NA System Controller 1 EA TPE-TG160H 2 Trend Micro Model #TPE-TG160H 16 Port PoE+ Switch to support IP equipment 1 EA SMART1500LCD 3 Tripp Lite Model #SMART1500LCD UPS 1 EA QN60Q60AAFXZA A 4 Samsung Model # QN60Q60AAFXZA 60"" LCD Video Monitor TO INCLUDE Liberty Model # DL-HD70LSIR HDMI transmitter/receiver pair to extend TV HDMI display signal to; o 231' @ 1080P video resolution o 132' @ 4K (60Hz) video resolution 1 EA 3.0C-H4MD1-IR R 5 Ceiling mounted, POE micro-dome patient observation camera each with; IR illumination 3MP sensor 2.8MM lens Camera license and ceiling mount adapter. 10 EA NOTES All Capability Statements/Responses to this Sources Sought notice shall be submitted via email only to stephanie.henderson3@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted in response to this Sources Sought notice. Responses to this Sources Sought notice must be received no later than 5/24/22 at 1:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Please reference the following in your email subject line: 36C24522Q0595 Sources Sought Notice Response End of Notice
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/beef461ef1fb4e7188bc2d57b7ac00a9/view)
- Place of Performance
- Address: Department of Veterans Affairs Huntington VAMC Warehouse 1540 Spring Valley Dr, Huntington, WV 25704, USA
- Zip Code: 25704
- Country: USA
- Zip Code: 25704
- Record
- SN06331572-F 20220520/220518230102 (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 |