Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

59 -- Installation of Outdoor Warning System

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-05-T-0167
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Point of Contact
Keith Haskett, Contract Specialist, Phone 757-953-7571, Fax 757-953-5739,
 
E-Mail Address
khaskett@mar.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Fill in Blanks: TIN (tax ID): ________________ CAGE: ________________ DUNS: __________________ Vendor Point of Contact: ______________________Phone: ____________________ Vendor email: ______________________ Naval Medical Center POC: Emergency Planning Dept. Payment in Arrears (note vendor will be allowed 1 progress payment. Progress payment will be allowed for a maximum of 50% of order value, value of payments must not exceed level of effort. Government to determine level of effort. Final payment to be made after acceptance of all work). Note: vendor will be required to provide billing electronically via the WAWF Electronic Invoicing method. For additional information, a review of the following web sites may be required: https://wawf.eb.mil http://wawftraining (email) wawf@nmlc.med.navy.mil Vendor to reference N00183-05-T-0167on all inquires. Government reserves the right to award contract based on an "All or Nothing Evaluation". PROMPT PAYMENT For Prompt Payment Act Purposes, this contract is: Subject to the 7-calender day constructive acceptance period. Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lot Installation of Outdoor Warning SystemFFPSee Section C for requirement. Vendor quote to provide breakdown of all major cost elements.FOB: DestinationMILSTRIP: N0018305RQCY021PURCHASE REQUEST NUMBER: N0018305RQCY021 NET AMT Section C - Descriptions and Specifications CLAUSES INCORPORATED BY FULL TEXT STATEMENT OF WORK As a minimum the contractor shall provide an outdoor, weatherproof loudspeaker system. The area of coverage shall be the west side of the Naval Medical Center Portsmouth (NMCP) compound. The area of required coverage will be approximately 55 acres. NMCP will provide drawing to all interested contractors of the requested coverage area. Vendor will be required to determine location / placement of speakers. Vendor to note that there are several building in the requested area of coverage. All exterior areas will require coverage, no “dead spots” allowed. The Government reserves the right to accept / reject any proposal in part or whole. Vendor’s quote must be inclusive of all cost including, parts, labor & travel. General Description System shall consist of a warning system designed to alert and inform personal at the medical complex. Coverage will be for outside use only. The system shall be scalable, tone only at the time of installation but have the ability to incorporate voice in the future. The system shall have silent testing. System Features The warning system shall have at least six standards tones Wail, Alert, Hi/LO, Attack, Air Horn, and Whoop. In addition, the system will be scalable to allow for live public address and up 16 variable lengths prerecorded voice messages for future use. For redundancy and survivability the loss of single power amplifier will affect only one speaker driver. The system shall have a battery back-up system with a minimum of 30 minutes full operation at full power for both the controller /encoder and siren system. Central Control The encoder / controller shall be installed at the Security Office, building 2, 1st floor. This system shall be capable of controlling many sirens by narrow band VHF radio. The radio system shall be designed to cover the entire medical complex. The encoder will control all features of the siren including six standard tones, live voice, prerecorded voice, and silent testing. A print out or Windows based download of all events (time and date stamped) are required. Installation The contractor is responsible for all installation to the manufactures specifications. This includes but not limited to all electrical, trenching, and installation as required. The use of wooden telephone poles to support the sirens is not allowed. Concrete, steel, or other approved poles will be used. The siren system must be installed to withstand hurricane force winds. The placement of the siren system is to be determined by the contractor to insure maximum coverage for outside building coverage. Speakers will be allowed to be connected to buildings, selected vendor to design / install in a manner which limits damage to buildings and presents minimal discomfort to building occupants (Government has the right to approve installation location). The use of existing telephone poles will be allowed, the Government retains the right to approve / disapprove the use of any pole. The contractor will be required to verify the integrity of any poles used. The Government assumes no responsibility for the integrity of poles. The medical center has the right to approve or reject the chosen locations. Installation of sirens will comply with OSHA regulations for hearing protections to general public. Warranty and Service Contractor warrants that the system will be free from defects in material and workmanship for a period of two years from delivery. Warranty coverage shall mean the services relating to the system hereunder for twenty-four (24) hours a day, seven (7) days a week during the term of the warranty. This warranty covers all material and labor during the two-year warranty period. In addition to warranty the selected contractor will required to perform full maintenance and required testing of system for the entire 2 year warranty period. A silent test of the entire system will be required quarterly. A full system test will be required upon completion of installation and 12 months from date of installation. Full system testing must be coordinated with the end-user and the City of Portsmouth at least 2 weeks in advance of testing. This warranty does not include service or parts to repair damage caused by accident, misuse, abuse, negligence, or service, repair, or modification of the product, which has not been authorized. The service provider must be a factory authorized representative with a service facility located within 50 miles of the medical center. This is to insure local 24-7 support. Training Contractor to perform training of personal on the full use / operation, and maintenance of installed system. System training to be completed at the time of delivery. Telephone support will be required during normal business hours (8:00 am – 4:30 pm) telephone support to be available during 2-year warranty period. If required contractor to perform refresher training during quarterly testing. Additional Requirements All work to be scheduled with NMCP end user, at least 3 days prior to start of work. All work to be completed in a professional manner adhering to Original Equipment Manufactures guidelines, generally acceptable industry standards and the National Electrical Code (as applicable). Requested system shall be wireless in design where possible. Trenching and overhead wires are to be kept to a minimum. There are no available conduits for connection of speakers. Contractor will be required to maintain the integrity of NMCP grounds at all times (i.e. contractor required to restore grounds damaged by the installation of poles, trenching and driving on un paved areas). Wireless system must not interfere with NMCP Base Communications. System must be designed to minimize the impact to surrounding neighborhoods. All installed wiring in Build-2 must be completed in a professional manner utilizing cable trays and conduit where available. Currently there is available conduit between the roof and the point of termination (Security Office). Vendor will be required to seal any and all conduit. Sealing will be for the purpose of making conduit weatherproof and / or fire proof (seal with Fire Stop) as applicable. Wiring will not be allowed to be connected to plumbing or sprinkler pipes. Installed equipment in Build-2 Security Office must not interfereenter, contractor work will not be allowed to interfere with day to day operations of host facility. Contractor will be required to protect Government property to the maximum extent practical. All damaged property must be repaired / replaced at contractor expense. At the Governments option vendor will either be escorted or issued a temporary Command ID Badge. If ID Badges are chosen all contractor personnel will be required to pass a general criminal background check. “Hot work” is not encouraged. In the event that grinding, soldering or other “hot work” is required, vendor will be required to contact NMCP Fire Dept for permission to perform “hot work”. Contractor to provided minimum of 2 ea operation manuals of installed equipment. Due to the nature of work all interested vendors must attend a “walk through” to examine work conditions. Walk through to be conducted Tuesday 13 Sep 05 @ 1:00 pm. To obtain base access, all contractors requiring base access must contact Keith Haskett (757-953-7571) khaskett@mar.med.navy.mil no later than 3:00 pm 12 Sep 05. At this time no additional walk through is to be scheduled. STATEMENT OF WORK As a minimum the contractor shall provide an outdoor, weatherproof loudspeaker system. The area of coverage shall be the west side of the Naval Medical Center Portsmouth (NMCP) compound. The area of required coverage will be approximately 55 acres. NMCP will provide drawing to all interested contractors of the requested coverage area. Vendor will be required to determine location / placement of speakers. Vendor to note that there are several building in the requested area of coverage. All exterior areas will require coverage, no “dead spots” allowed. The Government reserves the right to accept / reject any proposal in part or whole. Vendor’s quote must be inclusive of all cost including, parts, labor & travel. General Description System shall consist of a warning system designed to alert and inform personal at the medical complex. Coverage will be for outside use only. The system shall be scalable, tone only at the time of installation but have the ability to incorporate voice in the future. The system shall have silent testing. System Features The warning system shall have at least six standards tones Wail, Alert, Hi/LO, Attack, Air Horn, and Whoop. In addition, the system will be scalable to allow for live public address and up 16 variable lengths prerecorded voice messages for future use. For redundancy and survivability the loss of single power amplifier will affect only one speaker driver. The system shall have a battery back-up system with a minimum of 30 minutes full operation at full power for both the controller /encoder and siren system (12 hours no load). Note that speakers with separate power source (from main controller) will require a battery back-up system as a minimum the battery back-up system must maintain speaker for 12 hours no load and 30 min with load. Range of tone (sound) will be as required by Industry Standards, FEMA, OSHA as applicable Central Control The encoder / controller shall be installed at the Security Office, building 2, 1st floor. This system shall be capable of controlling many sirens by narrow band VHF radio. The radio system shall be designed to cover the entire medical complex. The encoder will control all features of the siren including six standard tones, live voice, prerecorded voice, and silent testing. A print out or Windows based download of all events (time and date stamped) are required. Installation The contractor is responsible for all installation to the manufactures specifications. This includes but not limited to all electrical, trenching, and installation as required. The use of wooden telephone poles to support the sirens is not allowed. Concrete, steel, or other approved poles will be used. The siren system must be installed to withstand minimum 120 mph winds. The placement of the siren system is to be determined by the contractor to insure maximum coverage for outside building coverage. Speakers will be allowed to be connected to buildings, selected vendor to design / install in a manner which limits damage to buildings and presents minimal discomfort to building occupants (Government has the right to approve installation location). The use of existing telephone poles will be allowed, the Government retains the right to approve / disapprove the use of any pole. The contractor will be required to verify the integrity of any poles used. The Government assumes no responsibility for the integrity of poles. The medical center has the right to approve or reject the chosen locations. Installation of sirens will comply with OSHA regulations for hearing protections to general public. Warranty and Service Contractor warrants that the system will be free from defects in material and workmanship for a period of two years from delivery. Warranty coverage shall mean the services relating to the system hereunder for twenty-four (24) hours a day, seven (7) days a week during the term of the warranty. This warranty covers all material and labor during the two-year warranty period. Vendor will be required to respond via telephone call back within 2 hours of notification of troubles. On site response will be required with in 24 hours of reported problem. System will be required to be functional prior to departure of a responding technician. In addition to warranty the selected contractor will required to perform full maintenance and required testing of system for the entire 2 year warranty period. A silent test of the entire system will be required quarterly. A full system test will be required upon completion of installation and 12 months from date of installation. Full system testing must be coordinated with the end-user and the City of Portsmouth at least 2 weeks in advance of testing. This warranty does not include service or parts to repair damage caused by accident, misuse, abuse, negligence, or service, repair, or modification of the product, which has not been authorized. The service provider must be a factory authorized representative with a service facility located within 50 miles of the medical center. This is to insure local 24-7 support. Training Contractor to perform training of personal on the full use / operation, and maintenance of installed system. System training to be completed at the time of delivery. Telephone support will be required during normal business hours (8:00 am – 4:30 pm) telephone support to be available during 2-year warranty period. If required contractor to perform refresher training during quarterly testing. Additional Requirements All work to be scheduled with NMCP end user, at least 3 days prior to start of work. All work to be completed in a professional manner adhering to Original Equipment Manufactures guidelines, generally acceptable industry standards and the National Electrical Code (as applicable). Requested system shall be wireless in design where possible. Trenching and overhead wires are to be kept to a minimum. There are no available conduits for connection of speakers. Contractor will be required to maintain the integrity of NMCP grounds at all times (i.e. contractor required to restore grounds damaged by the installation of poles, trenching and driving on un paved areas). Wireless system must not interfere with NMCP Base Communications. System must be designed to minimize the impact to surrounding neighborhoods. All installed wiring in Build-2 must be completed in a professional manner utilizing cable trays and conduit where available. Currently there is available conduit between the roof and the point of termination (Security Office). Vendor will be required to seal any and all conduit. Sealing will be for the purpose of making conduit weatherproof and / or fire proof (seal with Fire Stop) as applicable. Wiring will not be allowed to be connected to plumbing or sprinkler pipes. Installed equipment in Build-2 Security Office must not interfere / “feed back” on currently installed equipment. Contractor will be required to provide daily clean-up of work area. Contractor is reminded that work area is a working Hospital Support Center, contractor work will not be allowed to interfere with day to day operations of host facility. Contractor will be required to protect Government property to the maximum extent practical. All damaged property must be repaired / replaced at contractor expense. At the Governments option vendor will either be escorted or issued a temporary Command ID Badge. If ID Badges are chosen all contractor personnel will be required to pass a general criminal background check. “Hot work” is not encouraged. In the event that grinding, soldering or other “hot work” is required, vendor will be required to contact NMCP Fire Dept for permission to perform “hot work”. Contractor to provided minimum of 2 ea operation manuals of installed equipment. Due to the nature of work all interested vendors must attend a “walk through” to examine work conditions. Walk through to be conducted Tuesday 13 Sep 05 @ 1:00 pm. To obtain base access, all contractors requiring base access must contact Keith Haskett (757-953-7571) khaskett@mar.med.navy.mil no later than 3:00 pm 12 Sep 05. At this time no additional walk through is to be scheduled. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/BUMED/N00183/N00183-05-T-0167/listing.html)
 
Place of Performance
Address: 54 Lewis Minors St Portsmouth, VA
Zip Code: 23708
Country: USA
 
Record
SN00894570-F 20050915/050913213757 (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.