Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2004 FBO #0993
SOLICITATION NOTICE

N -- Install Motorola Narrow Band Radio Equipment

Notice Date
8/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, VISN 7 Network Logistics Office, 1 Freedom Way, Augusta, Georgia 30904-6285
 
ZIP Code
30904-6285
 
Solicitation Number
247-0448-04
 
Response Due
9/1/2004
 
Archive Date
10/1/2004
 
Point of Contact
Point of Contact - Michael Fisher, Contract Specialist, Ph: (706) 733-0188 ext. 7073, Fx:null, Contracting Officer - Michael Fisher, Contract Specialist, Ph:(706) 733-0188 ext. 7073, Fx:null
 
E-Mail Address
Email your questions to Michael Fisher
(VHAAUGFisheM@med.va.gov)
 
Small Business Set-Aside
N/A
 
Description
A Sole Source Commercial contract is anticipated by the Augusta VA Medical Center, Network Logistics Office (509/10N7/NLO), 1 Freedom Way, Augusta, GA 30904-6285, to Motorola USFGMD located at 7230 Parkway Dr, Hanover, MD 21076 for the following VA facilities; 508 - VA Medical Center, Atlanta, 1670 Clairmont Road, Decatur, GA 30033, 509 - VA Medical Center, 1 Freedom Way, Augusta, Georgia 30904-6285, 521 - VA Medical Center, 700 South 19th Street, Birmingham, AL 35233, 619 - Montgomery, AL Central Alabama Health Care System West Campus, 215 Perry Hill Road, Montgomery, AL 36109-3798, 619A4 - East Campus: 2400 Hospital Road, Tuskegee, AL 36083, 534 - Ralph H. Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401-5799, 544 - W.J.B. Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209-1639, 557 - Carl Vinson VA Medical Center, 1826 Veterans Blvd., Dublin, GA 31021, 679 - VA Medical Center, 3701 Loop Road East, Tuscaloosa, AL 35404-5088. This work includes the removal, replacement and integration of old and new proprietary equipment, testing and certification with the FCC and registration with FAA. It has been determined to be in the best interst of the VA to award the installation to the provider of the new equipment currently on order through a GSA purchase agreement. This SOW specifies the installing, testing and certification of a complete and operating fixed Two Way Radio System (here-in-after referred to as ?the systems?), and associated equipment to be installed at the VA Medical Ceneters listed above, here-in-after referred to as ?the Facilities.? The system(s) shall include, but not be limited to, antennas, head end and interface cabinets, radio frequency (RF) terminals, un-interruptible power supplies (UPS), telephone system paging adapter, control consoles, necessary combiners, traps and filters, cable, wire, and connectors, conduit, cable duct, and/or cable tray, and necessary passive devices such as splitters, microphones, headphones, or speakers. The SOW items referring to paging are not applicable to this contract. Uninterrupted Power Supplies will be furnished by the facility in accordance with the radio equipment purchased. B. The system shall be delivered free of engineering, manufacturing, installation, and operating defects. It shall be engineered and installed for ease of operation, maintenance, and testing. C. VA expects the system(s) to be installed in a manner that at a MINIMUM duplicates the pictorials listed in SOW Attachment F. D. The term ?provide?, as used herein, shall be defined as: designed, engineered, furnished, installed, certified and tested by the Vendor/Contractor. E. The system is defined as an Emergency Communication System by the National Fire Protection Association (NFPA). However, if the Facility?s CODE ONE (BLUE) Life Support function is added to the Radio Paging sub-system and is interconnected to the Facility?s NFPA Identified EMERGENCY CRITICAL CARE TELEPHONE COMMUNICATION SYSTEM elevates VA?s classification of the Radio Paging sub-system?s EMERGENCY COMUNICATION RATING TO EMERGENCY CRITICAL CARE and LIFE SAFETY COMMUNICATION RATING. Therefore, its installation and operation shall additionally adhere to all appropriate National, Government, and/or Local Life Safety and/or Support Codes, which ever are the more stringent for ea Facility. At a minimum (MINIMUM), the systems shall be installed according to NFPA, Section 70 National Electrical Code (NEC) Article 517 and Chapter 7; NFPA, Section 99, Health Care Facilities, Chapter 3-4; NFPA, Section 101, Life Safety Code, Chapters, 7, 12, and/or 13; JCAHO Manual for Health Care Facilities, all necessary Life Safety and/or Support guidelines; this specification; and the original equipment manufacturer?s (OEM) suggested installation design, recommendations, and instructions. The OEM shall ensure that all management, sales, engineering, and installation personnel have read and understand the requirements of this specification before the system is designed, engineered, delivered, and provided. NAICS Code 237130 Size Standard 28.5 Million Dollars with the estimated project value being $1,000,000 to $1,500,000. A Firm Fixed Price contract is anticipated.
 
Web Link
RFP 247-0448-04
(http://www.bos.oamm.va.gov/solicitation?number=247-0448-04)
 
Place of Performance
Address: VISN 7 Facilities
Zip Code: 30904
Country: United States
 
Record
SN00643440-W 20040815/040813212009 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.