Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2023 SAM #7824
SOURCES SOUGHT

D -- 36C26223Q0991 - Greater Los Angeles VA Healthcare System Downtown LA VA Medical Clinic/Dental Clinic

Notice Date
4/28/2023 1:30:31 PM
 
Notice Type
Sources Sought
 
NAICS
517810 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0991
 
Response Due
5/8/2023 3:00:00 PM
 
Archive Date
05/23/2023
 
Point of Contact
Edward Condreay, Contract Specialist, Phone: 858-642-6241
 
E-Mail Address
edward.condreay@va.gov
(edward.condreay@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Greater Los Angeles VA Healthcare System, Downtown LA VA Medical/Dental Clinic located at 351 E. Temple St., Los Angeles, CA 90012 is seeking a potential qualified contractor that can provide telecom services for the installation and removal of the existing intercom equipment as a service. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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 Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, 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 517810 ($35 Million Dollars). 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 Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to edward.condreay@va.gov. All information submissions to be marked Attn: Edward Condreay, Contract Specialist and should be received no later than 3:00 pm PST on May 8, 2023. SOW CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED NAME OF OFFEROR OR CONTRACTOR Annual Air Compressor & Vacuum Pump Maintenance ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 001 Material - Installation of a CareHawk Intercom System, Model CH1000LT or Equivalent to communicate between the Dental Clinic Front Desk and 27 Offices or Exam Rooms in Dental Clinic at the Los Angeles Outpatient Clinic (LAOPC) in Downtown Los Angeles, CA 90012 1 JOB 002 CAT Cabling 1 JOB 003 LABOR 1 JOB Total STATEMENT OF WORK (SOW) OBJECTIVE To Demo and Remove existing Zettler Stentofon Intercom System while installing a new CareHawk CH1000LT Intercom System or Equivalent in the Dental Clinic located at the Los Angeles Outpatient Clinic, 351 East Temple Street, Los Angeles, 90012, hereafter referred to as LAOPC 2. BACKGROUND The existing Intercom System is obsolete and nonrepairable. The front desk has been unable to communicate with the Dentist s and Exam Rooms which prevents effective Patient Care and delays. The C&A requirements do not apply, and that a Security Accreditation Package is not required. SCOPE The LAOPC normal Dental Clinic Schedule is Monday through Friday, 7:00am to 4:30pm. The Contractor s work shall be performed during the daytime between these hours. LAOPC Engineering Department and Dental Clinic will attempt to block out at least 5 rooms at a time to accommodate the contractors schedule. The rooms must be broom cleaned at the end of every shift and no debris or hazard shall be left over night. This will be discussed and coordinated at the time of award during the contract kickoff meeting. Hours of work cannot be changed except by expressed written permission given by the SACC Supervisor Edward Hunt or Donte Davis. This Requirement shall be completed in a Workmanship Type manner, standard for the Electrical Industry in accordance with the NFPA 2019 Edition. DESCRIPTION of Work to Performed One (1) CH1000LT Central Controller shall be installed in a location on the same floor in the Dental Clinic or adjacent Electrical Closet. Exact location to be determined with schematics provided. One (1) AP1 Administrative Phone shall be installed at the Front Desk. Location to be determined with schematics provided. Twenty Seven (27) CS35 Single Button Call Stations in the same locations (rooms) as the existing Intercom system to be removed. Twenty Seven Quam System Model 12/VC 24 X 24 ceiling speakers shall be installed; One (1) in every room where a Call Button is to be installed for 2-way communication between that room and the Front Desk. One Adapter or Subplate shall be installed behind the Single Button Call Station to cover the existing hole created by removal of existing Zettler Stentofon Call Station to eliminate drywall patching where possible. If not possible then the VA will patch and paint the existing hole. New CAT5 color coded cable will be installed with an Approved fastening method and not lying on ceiling. Additional REQUIREMENTS Any work that the Contractor needs to be performed outside of normal daytime business hours must be given in writing by the M&O Supervisor Edward Hunt and the Maintenance Mechanic Leader Victor Chevez as least 24 hours in advance. E-mails will be acceptable. No work will be performed on Federal Holidays. TESTING The Contractor shall test the system and train one (1) representative from Engineering and two (2) representatives from the Dental Clinic during normal daytime business hours. 6. PERFORMANCE MONITORING The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. COR/ Supervisor Contact Information: To be determined. 7. Security Requirements The C&A requirements do not apply, and that a Security Accreditation Package is not required. 8. Place Of Performance a. LAOPC, 351 East Temple St. Los Angeles, CA 90012 9. Other Pertinent Information or Special Considerations a. Vendor will provide the following in writing: (1) Identification of the installing personnel (2) Contractor shall not perform additional work until Approved by the Contracting Officer of record. b. Vendor shall be responsible for any hazardous waste removal from the site. 10. PERIOD OF PERFORMANCE The period of performance will be determined upon award date as follows: Two weeks after Notice to Proceed has been issued. hours of Work: All work shall be performed during normal daytime hours and coordinated to cause the minimum disruption of normal Clinical Function and schedules. LAOPC Engineering Dept Monday through Friday 7:00am to 4:30pm ** Excluding National holidays. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 8. Contractor Personnel Background Requirements N/A 9. Contractor Personnel The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager Company Name: Address: Office Phone: Contact Name: Cell: Email: B. Contractor Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge: Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. Parking: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking: Contractor personnel may smoke only in designated areas or off the grounds of the Sepulveda Facility. It is the responsibility of the VISN 22 Healthcare Facilities to provide a safe and healthful environment for employees and patients and to serve as a leader in community health awareness and education. It is in fulfillment of this obligation that the facilities are committed to the establishment of a smoke-free environment. This policy applies to every location in the Healthcare Facilities. There shall be no smoking within 25 feet of all entrances to buildings. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. ADP Security: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at all Healthcare Facilities are essential. Software installed on each PC is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the Healthcare Center s ADP Security Committee shall investigate and recommend corrective action to the appropriate agency. Insurance Coverage: The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. Invoicing & Payment Contractor shall list in the space below the name(s) and Address(es) of customer service department with whom the Government facilities shall place orders: Company Name: Address: Office Phone: Contact Name: Email: The Contractor shall submit in arrears a properly completed itemized invoice in accordance with FAR clauses 52.212-4(g) Contract Terms and Conditions Commercial Items via OB10 www.ob10.gov Invoices submitted for payment shall be reviewed for accuracy and shall be subject to approval by the Government prior to issuance of payment. The invoice MUST be itemized to include the following information. Facility name and address where service was provided Contract number Purchase order number Quantity Cost Date No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i) Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f247a7f88f62483a81099555352a0893/view)
 
Place of Performance
Address: Greater Los Angeles VA Healthcare System Downtown LA VA Outpatient Clinic/Dental Clinic 351 E. Temple St., Los Angeles 90012, USA
Zip Code: 90012
Country: USA
 
Record
SN06666469-F 20230430/230428230113 (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.