Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SPECIAL NOTICE

C -- Upgrade Nurse Call System to Responder 5 Columbia VA

Notice Date
5/25/2023 9:36:25 AM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24723Q0689
 
Response Due
5/31/2023 8:00:00 AM
 
Archive Date
06/10/2023
 
Point of Contact
Quincy L Alexander, Contracting Officer, Phone: 334-727-0550 x3519
 
E-Mail Address
Quincy.Alexander@va.gov
(Quincy.Alexander@va.gov)
 
Awardee
null
 
Description
***INTENT TO SOLE SOURCE NOTICE-*** Estimated Date of Award: July 1, 2023 or before Synopsis: The Department of Veterans Affairs, Columbia, AL located at 6439 Garners Ferry Rd, Columbia, SC 29209 intends to award a sole source procurement for the Nurse Call System Responder 5 to Ronco Specialized System Inc The contract will be for a one-year period. The manufacturer of the Responder 5 is Rauland and Ronco is the ONLY authorized distributor for this requirement in the Columbia SC area. The applicable NAICS code for this procurement is 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a business size standard of 1,250 Employees. Furthermore, the Contracting Officer has determined that no opportunities exist for competition for either Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB). The Contracting Officer has determined Ronco Specialized System Inc is the only authorized distributor in Columbia SC area for this procurement. Therefore, the Government intends to sole source this requirement under the Authority of FAR 13.501 (a) (2) (ii) which states Sole source (including brand name) acquisitions for a proposed contract exceeding $750,000 or the thresholds in paragraph (1) of the definition of simplified acquisition threshold in 2.101, but not exceeding $15 million, the advocate for competition for the procuring activity, designated pursuant to 6.501; or an official described in 6.304(a)(3) or (a)(4) must approve the justification and approval. This authority is not delegable. This is because market research efforts found that Ronco is the only vendor authorized to provide services for this requirement in this region. This notice of intent is not a request for competitive quotes. No solicitation is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government. The intent of this synopsis is for informational purposes only. A determination by the Government not to compete with the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. System for Award Management (SAM): Rule requires a firm to be registered in the SAM Registration Data Base (SAM), prior to award of any contract and agreements. Firms must register on an on-time basis, and annually confirm accuracy and completeness of registration information. To register in SAM, go to: https://www.sam.gov/portal/public/SAM/. If you have any Quincy Alexander, Contracting Officer, quincy.alexander@va.gov Statement of Work Replace/Upgrade Nurse Call System 1. REQUIREMENT: This requirement for a one-time service for the Installation and Upgrading of an existing Nurse Call System on behalf of the Columbia VA Health Care System, WJB Dorn VA Medical Center located in Columbia South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center (VAMC) is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: Period of performance is based upon award date and shall not exceed one (1) year. Work shall be performed during the hours of 2:30 p.m. through 11:00 p.m., Monday through Friday. Possible weekend/holiday work for live replacement of specialty departments as required approved through the COR, for scheduling purposes. At this time, no overtime is authorized. 4. PLACE OF PERFORMANCE: Columbia VA Health Care System WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. In order to provide an efficient installation for the facility, the facility shall provide a single Point of Contact responsible for the oversight of all aspects of the project which shall be the designated COR/ACOR. The Contractor shall furnish all labor, travel, equipment, supplies, and materials required to perform a one-time service for the installation and upgrade the facilities Nurse Call 4 System to a Nurse Call 5 System. The Contractor shall complete the replacement of the existing Nurse Call System in Building 100 of the Main Hospital in the following areas / departments, with the listed parts: 1st Floor ER, Triage & Radiology 2nd Floor East, West & OR South 3rd Floor East 4th Floor East & West 5th Floor Hematology CLC Areas 1, 2, and 3 Dorn VA 1st ER AREA ADD Budgetary Quote, R5 Provide and install all required room devices as well as necessary headend equipment and cabling for a complete Rauland Responder 5 Nurse Call System. Service shall be a one for one replacement of the existing Responder 4 Nurse Call System with a new Responder 5 Nurse Call System as specified above. All Systems shall include a full manufacturer warranty. Provide documentation that includes shop drawings, product data submittals, closeout documentation and training literature. Completion of this project shall produce a complete, tested, certified, operating and warranted Rauland Responder 5 Nurse Call System. System shall operate as a single unified networked System for the departments listed in the proposed scope of work. Contractor shall provide the labor, materials and miscellaneous installation hardware and materials associated with the installation of Nurse Call and Code Blue Systems. System installation tasks include but not limited to: Material Procurement, delivery, staging and installation Project Kickoff Meeting as detailed in proposal Provide needs assessment meetings with Nursing Administration Provide needs assessment report for Nursing Administration signatures Provide, Install, Dress & Terminate System Cabling Provide, Install, and Terminate Nurse Call Headend equipment. Provide, Install and Terminate Nurse Call Field Devices Certify the new System on a per department basis Onsite Training, Literature & Support for Go live Following subtasks shall be performed in accordance with general requirements described below: Clean up of work area shall be performed daily. Contractor is responsible for disposal of refuse generated in the performance of their duties. Contractor shall exercise reasonable effort to use equipment and practices that reduce impact upon the environment. Recyclable refuse (e.g., scrap wire, empty cans, plastic ware and shrink wrap, paper products, etc.) shall be collected by the Contractor for recycling. Contractor shall present and conduct themselves in a professional manner while onsite. Contractor shall adhere to Occupational Safety and Health Administration (OSHA) safety regulations and precautions, while working inside and/or outside of the facility, take standard precautions for electrical, trip and fall hazards. Contractor shall wear appropriate safety equipment as required. Seal all openings and penetrations created during the installation to meet or exceed applicable local fire code regulations. (Does not include pre existing conditions or penetrations made by Facility sponsored Electrical Work). Upon completion the VA Medical Center shall perform a post installation inspection and shall validate with a Weekly Task Completion Letter to all parties. These inspections shall be per department when turned over. Design, installation changes or installation methods that result in a deviation from the installation scope of work, must first be approved by the government and Contractor. Responsible for labor, materials and miscellaneous installation hardware and materials associated with the installation of System Cabling in support of Nurse Call and Code Blue Systems. System Cable installation subtasks shall be performed by Contractor in accordance with the general requirements described below. 1) Material Procurement, staging and installation as specified. 2) Provide and install all Nurse Call System Cable, including: a) Responder 5 Data Cable b) Responder 5 Power Cable c) Responder 5 Fiber Optic Cable (as applicable) 3) All cable shall be installed utilizing existing and new Nurse Call conduit Systems provided by others. 4) Contractor shall abate and dispose of all existing Nurse Call System Cable. 5) Contractor shall provide the type of cable which is appropriate for the area in which the cable is to be installed utilizing manufacturer recommendations. (i.e., CMP, CMR, etc.) Nurse Call Equipment Installation Contractor shall be responsible for labor, materials, and miscellaneous installation hardware and material associated with the installation of equipment listed in the Nurse Call quotation for Nurse Call and Code Blue Systems. System installation tasks include: 1) Material Procurement, staging and installation as specified 2) Provide, Install, and Terminate Nurse Call Headend equipment including: a) Wall Mount Enclosures (install and power by others) b) Branch Regional Controllers c) Power Supplies d) Power over Ethernet UL1069 Network Switches e) Optical Fiber Converters (as applicable) 3) Provide, Install and Terminate Nurse Call Field Devices as necessary including: a) System Wiring b) Nurse Master Consoles c) Enhanced Patient Stations d) Staff & Duty Stations e) Corridor/Zone (Dome) Lights f) Pillow Speakers or Call Cords (depending on Department) g) Pull Cord Bathroom Stations h) Emergency Push Button Stations i) Feature Bed Interfaces, TV Set Control Interface, Overhead Lighting Control Interface options Nurse Call System Testing Requirements All work shall be tested before acceptance of the product by ensuring all System Calls respond to the correct consoles and duty stations. Contractor shall provide all required System Certification Letters for each area/department as each area is completed. The Contractor shall ensure all Systems are in fully operational status. Needs Assessment Planning and Documentation The Contractor Design and Implementation Team shall facilitate Needs Assessment with key facility staff to orient and overview the new Nurse Call devices and determine the workflow needs by unit on an as needed basis, unless a global workflow has been established across the footprint, in which case, an overview shall still be required for the new area to educate the System users. Collection of this fundamental data is essential for initial System set up and configuration and must be completed prior to System Programming. After the Needs Assessment is completed, Contractor shall generate a Monthly Project Assessment Report. The Project Assessment Report shall detail the device set up and workflow decisions made during the assessment meetings. The Project Assessment Report shall then be submitted for final approval and signature by the facilities Management Team. Upon final approval Contractor shall program the Responder 5 System per the Project Assessment Report. The Contractor Needs Assessment process is mandatory. Clinical In Service onsite Implementation Training for end users shall be performed onsite by the Contractor Design and Implementation Team. A Contractor Design and Implementation Specialist shall coordinate and plan the training program with Nursing Administration for each department. An overview of the training sessions shall be provided for customer approval following the approved Project Assessment Report. Warranty Shall include a five (5) year Manufacturer s Warranty on hardware. Shall include a two (2) year Manufacturer s Warranty on Rauland Nurse Call consumable items: Pillow Speakers Call Cords Bed Cables TV Set Jumpers Light Relays Shall include a one (1) year project warranty. EMERGENCY CALL IN REQUIREMENT: The Contractor shall provide 24-hour, 7 day a week service. All Calls for service are through Contractor manned 24-hour service center hotline. After the acceptance of the new System in each department, the Contractor warranty service shall be provided on the following basis for one (1) full year, per each department. Non emergency ( routine ) Calls shall be responded to within twenty-four (24) hours of notification during normal business hours, Monday through Friday (8:00 a.m. to 5:00 p.m.,) excluding holidays. A routine Call is defined as a problem which affects a minor part of the System such as a single patient station or patient room. Routine Calls include peripheral equipment such as control stations, entertainment speakers, corridor lights, pull cord stations, and such items. All routine warranty work is provided during normal business hours only. Emergency Calls shall be responded to within four (4) hours of notification, twenty-four (24) hours a day/seven (7) day a week. An emergency Call is defined as a problem with a major part of the signaling System, multiple patient rooms with communication issues, and/or total System failure. CHECK-IN REQUIREMENTS: Contractor and all Contractor s Service Personnel shall check in and out with Engineering in Building 20 prior to performing and upon completion of all required service. This information is required to contact mechanics in case of an emergency during regular hours. The contractor shall adhere to all Coronavirus (COVID-19) precautions put in place by the facility. (IF APPLICABLE) SAFETY REQUIREMENTS: Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each workday. All debris must be removed from the facility upon completion of service each day. All personnel are required to wear approved masks (IF HIGH RISK at that time) when entering or working in any of the facilities buildings. They are to be non-surgical type masks, not homemade masks (this is for staff and Contractors). This mask is to be worn where/when indicated. Any personnel caught without wearing an approved mask will be asked to wear one and if non-compliance will be escorted out of the facility. Masks need to be worn whenever you are within six (6) feet of another person, whether you are outside or inside. This includes riding in carts. Contractor shall ensure proper signage, barriers, and/or blockage of service area is provided where applicable, especially at hoist way doors and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted in the WJB Dorn VA Medical Center at any time. All smoking shall be conducted at designated areas on the facility grounds only. TRAINING REQUIREMENTS: Certification of Training to work on the Nurse Call Responder 5 System
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b07afbf5d7e14d439b578be007d04001/view)
 
Record
SN06694112-F 20230527/230525230109 (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  © 1994-2020, Loren Data Corp.