Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2022 SAM #7569
SOURCES SOUGHT

70 -- PRO L1300UNL LASSER WUXGA 3LCD PROJECTOR

Notice Date
8/19/2022 2:50:56 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1591
 
Response Due
8/26/2022 11:00:00 AM
 
Archive Date
09/10/2022
 
Point of Contact
Peter Burke, Contract Specialist
 
E-Mail Address
peter.burke@va.gov
(peter.burke@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this notice must be in writing. This announcement is for market research purposes, to make appropriate acquisition decisions, and to gain knowledge of potential businesses interested and capable of providing the supplies/services described below. VA Hospital located at 5901 E 7th Street, Long Beach, CA 90822 is seeking a contractor to fulfill a project that entails the purchasing and installation of equipment included in the Appendix A - Salient Characteristics. Appendix B Statement of Work is also provided with this sources sought announcement. If your company is interested and can provide the required supplies/service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 541519? (4) Please provide the contract type and number for the NASA SEWP V contract holder. (5) Are the referenced items/solutions available on your NASA SEWP V schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541519 (150 employees). Responses to this notice shall be submitted via email to peter.burke@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/26/2022 11:00 AM PST. After review of the responses to this announcement, a solicitation may be published on the FedBizOpps or NASA SEWP websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov. Appendix A Salient Characteristics LASER PROJECTOR Must be a WUXGA laser projector with 4K enhancement to use with the wide large screen. Projection Method must have Front, ceiling mount application Native Resolution with a 1920 x 1200 (WUXGA) Resolution resize of a 640 x 480, 800 x 600, 1280 x 1024, 1400 x 1050 Aspect Ratio must be able to support 4:3, 16:9, 16:10 Interfaces able to have DVI-D x 1 HDMI x 1 HDBaseT x 1 5-BNC, VGA x 1 Audio in: Mini Stereo x 3 Variable audio out: Mini Stereo x 1 USB connector Type B x 1: For service only USB connector Type A x 1: For wireless only Monitor out: Mini D-sub 15 pin x 1 Serial: RS-232c x 1 Appendix B Statement of Work PROJECTOR INSTALLATION PANTAGES THEATER UPGRADE Introduction & Background: Tibor Veterans Affairs Healthcare System located in Long Beach; California requires installation for the Pantages Theater Projector Upgrade. Will require to provide comprehensive audiovisual communications, presentation and multimedia system maintenance, installation, and integration services. General Requirements: All work shall be completed at and provided throughout the VHA Long Beach Healthcare System located at 5901 East 7th Street, Long Beach, CA, 90822. Contractor shall provide all Labor, Parts, Materials, Equipment, and Supervision required to perform all work. The range of core services include: AV/VTC design, installation, maintenance, and equipment warranty CCTV design, installation, and maintenance Cabling and network installation, design, and maintenance Annual preventive maintenance Inspections (PMI) /O&M warranties. Information and Cyber Security IT Program, Helpdesk and Project Management Manage and track service process through completion (Helpdesk diagnoses inquiry, coordinates service resolutions, tracks completion, and updates client.) Contractor (general or sub-contractor) is required to have completed and provide current safety training certifications: Superintendent: 30-hours Construction Safety course. Tradesmen: Occupational Safety and Health Administration (OSHA) 10-hour Construction Safety training Contractor shall check-in with the Contracting Officer s Representative (COR) upon arrival at the VHA Long Beach Healthcare System. Contractor shall wear all OSHA regulated and VHA Personal Protective Equipment (PPE). During the construction process the contractor must ensure safety and exclude the possibility of injury to patient, staff and visitors. Contractor will abide by all hospital policies for Infection Control Risk Assessment (ICRA) and Interim Life Safety Measures (ILSM) policies. Contractor will set up work area providing all barriers and protection needed to ensure safe removal and replacement of equipment and/or materials. Healthcare System Policy: Infection Prevention & Control Guidelines, Section One-22, Issue Date January 31, 2019, Construction, Renovation, Repair and Demolition Healthcare System Policy: Interim Life Safety Measure, Issue Date January 2020. Depending on the scope of work, to be defined in the Task Order, the Contract Officer s Representative and Contractor must attain and provide the correct type of permit required by VHA Safety Office. Work cannot commence until the appropriate work permit has been signed off by all parties. The following permits will apply depending on the scope of work: Hot Work Permit Above the Ceiling and Penetration Permit Energized Electrical Permit Collect, contain, and dispose of all debris daily and upon completion of work resulting from the overall scope of the project according to VHA Regulations. Contractor is responsible for repairing damages incurred during performance of this scope of work to include removal/installation or moving materials and tools in and out of the work area. The contractor will provide specification and Warranty documentation related to all equipment installed and placed at the VHA Long Beach Healthcare System, prior to Final Close Out. The Contractor shall not void any manufacturer or installer warranty during installation or service without prior written approval from the COR. If warranty is voided Contractor will be solely responsible for replacement at no cost to the VA. All defects in materials or workmanship found shall be reported to the COR. All work will be done in accordance with: VA Offices of Construction & Facilities Management https://www.cfm.va.gov/til/spec.asp#01 Occupational Safety & Health regulations Scope of Work The Contractor shall provide the furnishing of all misc. materials, labor, transportation, tools, permits, fees, utilities, and incidentals necessary for the complete installation of all work specified within this scope of work. Contractor MUST notify the affected area before doing the scheduled PM. PROJECTOR The System will be designed with a 10,000 Lumens Professional Laser Video Projector with capability to handle high resolution and high performance. The Projector will be installed with ceiling mounts just below the Proscenium at the proper distance to fill the existing Projection Screen. A Digital HDMI Receiver wall plate will be installed at the Projector location for Video Projector Connectivity. System Elements One (1) Professional Video Projector One (1) Professional video Projector lens One (1) HDMI Receiver Decora-Style (GFE) FIXED SWITCHING/SOURCES: An All-in-one Switcher/with processor (GFE) will be installed. The Switcher will consist of a variety of digital and analog inputs which will be able to select the noted media below to the connected projector. The proper extended receiver boxes (GFE) will be provided by the client for the design and system functionality to extend the video signals to the ceiling mounted projector. System Elements One (1) All-in-one Switcher/with processor/Amplifier (GFE) One (1) VGA and HDMI Transmitter (GFE) One (1) HDMI Receiver Decora-Style (GF ELECTRICAL Contractor will provide the necessary 110/120v electrical outlets for the new ceiling mounted Projection system only, all electrical power will be taken from an existing convenience outlet within the room. No new circuits will be provided. Electrical materials to be supplied: MC Flex, Adaptors, and Single Gang Electrical box (where required). TRAINING Audio-Visual training will be held after the complete installation of equipment and programming. The training will cover any areas of concern, system functionality and standard use. WORKDAYS Standard business hours of 7am - 5pm, Monday Friday The VA project manager will coordinate with the client/contractor prior to installation with the electrical positioning, location, and requirements for all AV needs. Responsible for all audio/visual (A/V) Electrical requirements other than extending power for the projector. Will assure that the existing conduit/pathway is free and clear from defects. If the conduit/pathway is not free and clear from defects, the client will be responsible for making it free and clear. The current Structure can support the weight of any of the new devices that will be mounted to the wall or ceiling. If not structurally sound, the client will be responsible for any additional support necessary. This proposal does not include any Structural Engineering Support for the new AV equipment to be installed. Engineering will assess before installation. Shall provide a secured storage are onsite for materials and tools. Project manager will request design team to for disassembling or moving desks or other office furniture to gain proper access to perform work.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0854f32d076a4c72b75367dd56e810e0/view)
 
Place of Performance
Address: VHA Long Beach Healthcare System 5901 E 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06434890-F 20220821/220819230117 (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.