SPECIAL NOTICE
65 -- NOTICE OF INTENT TO SOLE SOURCE TO Standard Communications, Service Contract Standard Communications
- Notice Date
- 1/2/2025 9:07:24 AM
- Notice Type
- Special Notice
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0172
- Response Due
- 1/7/2025 7:00:00 AM
- Archive Date
- 02/06/2025
- Point of Contact
- Phillip Crockett, Contract Officer, Phone: 802-295-9363 x5199
- E-Mail Address
-
Phillip.crockett@va.gov
(Phillip.crockett@va.gov)
- Awardee
- null
- Description
- White River Junction VA Healthcare System Nurse Call Closet Relocation from 31-117 to 31-158 Statement of Work 2024 Objective The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded Contractor in relation to the relocation of the nurse call closet. This document highlights the technical specifications and services being requested by the White River Junction VAMC for consideration towards the purchase for nurse call materials, network hardware, and installation services for a newly renovated space. Vendors under this proposal shall provide all equipment, accessories, applicable training, and manuals. Project Management / Equipment Implementation Product delivery will be the responsibility of the Vendors working with the White River Junction VAMC project management POC, the Vendor will be responsible for coordinating and performing the delivery, implementation, and training for the devices. Background/Justification/ The White River Junction VA Medical Center intends to relocate the Jeron nurse call closet from 31-117 to 31-158 This will allow for the existing closet to be renovated into a larger space for greater efficiency and expandable allowance for future equipment. White River Junction VA Medical Center currently has Jeron installed on 100% of the operational units of the hospital. Without nurse call, staff would not have the ability to place a Code Blue Call or for Veterans to initiate calls for help adding additional strain on care teams and support teams. The goal is to relocate our nurse call closet quickly and safely to bring functionality for our patients and front-line staff. The facility s primary goals are to maintain high quality care, standardize and improve safety, more effective and efficient use of staff and overall improvement in patient care. By procuring the standardized materials for relocating, a new and larger renovated room can be constructed allowing clinical care to be safer and more efficient patient care with increased functionality and clinical system integrations. To accomplish this, the proposed move involves procuring the same Jeron materials and hardware to relocate the existing closet to the newly renovated space. The estimated cost to relocate the nurse call closet with SCI is $24,514.86 Equipment Specifications Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements including vendor supported operating systems. Work to include but not limited to providing all equipment, equipment installation, cable, cable installation, project management, programming, certification, as-build drawings, and end-user training. Contractor will provide all necessary hardware, software, equipment, and material. All labor (installation, integration, and project management) also provided per proposed quote. Scope of Work Team SCI will change the nurse call closet from 31-117 to 31-158. Pull a new 12-strand MM OM3 armored fiber from 3-336I to 31-158. Pull a new Cat 6 from 31-225 to 31-158. Pull a new Cat 6 from 31-G20 to 31-158. d. Move existing ICU NC equipment from 31-117 to 31-158. This would require a cutover with down downtime and would need to be done after hours. e. All penetrations of walls and floors along pathways will be sleeved and fire stopped when required. f. Cable will be neatly dressed along pathway after installation. g. Provide and install a Corning 19 1U fiber tray in each rack with Corning 12 strand LC style panels h. Terminate each end of cable using Corning unicams LC style connectors. i. Fiber trays labeled; fiber strands tested 100 % with test results provided. Installation SCI s Responsibilities: Based on approved deployment work schedule, the contractor shall provide all labor necessary to install, deploy and configure the requirements of WRJ VAMC Contractor shall receive and place equipment in the pre-arranged designated areas at the WRJ VAMC The Contractor shall unpack and install all equipment in the designated area and dispose of all trash. Disposing of the trash is the responsibility of the Contractor. Contractor shall perform all installation and configuration necessary to complete the work, plus perform technical service checks to ensure product is fully operational in accordance with manufacture operating standards. Vendor will coordinate all site visits with the Biomed staff at least 24 hours in advance. The vendor will provide at-least a 5-year manufacturer warranty on the device from the date of installation. The SCI contractor will ensure installation of the system is timed with general contractor schedule for the WRJ Ward Renovation schedule. The SCI Contractor will provide placement documentation to include gang box sizes, placement, and conduit needs to the facility general contractor. Medical Center s Responsibilities: Providing access to patient care spaces, hallways, and equipment rooms during normal business hours for implementation of the general system installation requirements. Providing a single point of contact to work with in planning and implementing the services described. Assign additional clinical staff during the transitions if required. Responsible for any structural changes (cabinets, desks, etc.). On-site assembly and installation of items and performance of services identified in this document will take place during hours defined as: 0730 to 1500 (i.e.: 7:30 am to 3:00 pm ET), Saturday or Sunday, excluding Federal Holidays High risk clinical areas shall require after hours install. The Contractor is required to provide all tools, labor, and materials to complete assembly and installation of the items detailed in this document. The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary interface with the WRJ VAMC staff. The WRJ VA will provide a staging area for the equipment to be staged before deployed Delivery Location Contractor shall deliver all equipment to the: White River Junction VA Medical Center 163 Veterans Dr. White River Junction, VT 05009 ATTN: Rebecca Hevey Records Management The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. ""The A&A requirements do not apply, and that a Security Accreditation Package is not required:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f4c626879981418bbbffa8521286c178/view)
- Record
- SN07303858-F 20250104/250102230052 (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 |