Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2005 FBO #1181
SOURCES SOUGHT

63 -- SOURCES SOUGHT

Notice Date
2/17/2005
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs New Mexico Health Care System, (501/90C), 1501 San Pedro Drive SE, Albuquerque, New Mexico 87108
 
ZIP Code
87108
 
Solicitation Number
501-0017-05
 
Response Due
3/1/2005
 
Small Business Set-Aside
N/A
 
Description
Concerns having the ability to provide an Alarm Monitoring System to include Intruder Alarm, Duress Alarm, Telecommunications Systems and Equipment. The Intruder Alarm System /DAS system shall include, but not be limited to alarms connected at all entries to the Community Based Outpatient Clinics (CBOC?s), ( see locations of Community Based Outpatient clinics listed below)strategically placed motion detectors, control panel, duress call emergency station (strobe light mounted over exam/treatment rooms and connected to a central location in the CBOC?s), transformers, pushbuttons, power supplies, electrical supervision circuits, and wiring. CBOC LOCATIONS -ARTESIA VA CBOC, 1700 West Main, Artesia, NM 88210-3712 7. FARMINGTON VA CBOC, 1001 West Broadway, Ste C, Farmington, NM 87401-5638. GALLUP VA CBOC, 320 State Hwy 564, Gallup, NM 87301 7 RATON VA CBOC, 1275 South 2nd Street, ,Raton, NM 87740-2234 7, SANTA FE VA CBOC, 2213 Brothers Road, Ste 600,Santa Fe, NM 87505-6913 7, SILVER CITY VA CBOC, 1302 32nd Street, Silver City, NM 88601-7252 GENERAL REQUIREMENTS ?(1). The DRS (hereinafter referred to as "the system") shall be designed, engineered, furnished, delivered, installed and tested to ensure it is fully operating and free of engineering, installation, system operation and Original Equipment Manufacturer (OEM) defects that provide a "turnkey" installation. (2). the system shall provide emergency assistance and control functions from the locations in CBOC?s to a central monitoring system. Additionally, the system shall allow for the addition of future Intruder Alarm System / DAS / controls and activation units by adding appropriate transmission lines and equipment at each location. (3) The Intruder Alarm System / DAS / control panel(s) located at the CBOC SITES shall be completely hidden from public access to ensure security. This requirement must be met and will not be allowed to be compromised in any way. The system shall provide ease of operation, servicing, maintenance, testing and expansion of additional services. Any equipment required making a complete working system, though not specified, shall be furnished and installed by the Contractor. The Contractor shall ensure that all installation personnel understand and comply with the OEM's requirements. Each Intruder Alarm System shall be designed to provide continuous electrical supervision of the complete and entire system (i.e. door activation units, light bulbs [each light will be considered supervised if they use any one or a combination of Underwriters Laboratory, Inc. (UL) approved electrical supervision alternates, as identified in UL-1069, 1992 revision], panels, wires, contact switch connections, circuit boards, data, audio, and communication busses, main and UPS power, etc.). All alarm initiating and signaling circuits shall be supervised for open circuits, short circuits, and system grounds. Main and UPS power circuits shall be supervised for a change in state (i.e. primary to back up, low battery, UPS on line, etc.). When an open, short or ground occurs in any system alarm signal shall be initiated at the master control station and all remote locations. <strong>This notice of intent is not a request for quote.</strong> Any firm that believes it can meet the requirements may give written notification to the Contracting Officer within ten (10) calendar days from the date of publications of this notice. <strong>Concerns are requested to give written notification (including telephone numbers) for a point of contact to Kathryn Ogilvie at the procuring office listed in this notice.</strong> The NAICS code is: 56121 The standard size is $10,500,000
 
Web Link
RFP 501-0017-05
(http://www.bos.oamm.va.gov/solicitation?number=501-0017-05)
 
Place of Performance
Address: ALBUQUERQUE, NEW MEXICO
Zip Code: 87108
Country: United States
 
Record
SN00753547-W 20050219/050217211806 (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.