Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
MODIFICATION

63 -- INFANT SECURITY SYSTEM PURCHASE ICLUDING REQUIRING COMPLETE INSTALL TO MEDICAL TREATMENT FACILITY

Notice Date
2/3/2006
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-06-R-0009
 
Response Due
2/3/2006
 
Archive Date
2/25/2006
 
Point of Contact
Richard Taylor, Contract Specialist, Phone 301-619-3015, Fax 301-619-1132, - Gary Topper, Contracting Officer, Phone 3016192073, Fax 3016196793,
 
E-Mail Address
rtaylor@nmlc.med.navy.mil, gptopper@nmlc.med.navy.mil
 
Description
This is Amendment 02 for N62645-06-R-0009, Infant Security System and Installation for Naval Medical Center San Diego. Any and all changes made in this amendment supersedes previously posted material. Only questions and responses have been included for convenience of reading. Post site-visit for NMCSD ISS questions and answers are as follows: SITE VISIT IMMEDIATE ISSUES 1. On the color map, there is still confusion as to the locker room area in the OB Surgery and Laboratories section. Is it NMCSD's intent to secure the doors with available resources and allow access only to personnel with need to access? This is the access path to the South passage (Catwalk to Bldg 3). This could be included in the area of coverage by installing an alarm sensor at the intersection of the catwalk and the back of the Lab area. Please clarify. ANS: The locker rooms are already secured by NMCSD. Only NICU & FAU personnel have access to the locker room area. Sensors shall cover the main hallway with the windows, before and after the automated doors. 2. In the service elevator room/hallway (central triangle area), there are 2 elevators and 6 entrance ways into that area. Does NMCSD wish to secure the six normal doors with lock and key method? Or does NMCSD intend that the Vendor secure the elevator doors with their installed system? ANS: (see answer as part of question three) 3. In the same service elevator area, is it intended that an alarm sensor be added to cover the access to the elevators? This includes a sub-question regarding the Automatic robot cleaning device that uses those elevators. If the vendors secure the elevator doors, would the robot cleaner interact/override the door locks? ANS: NMCSD does not require locking the doors on the service elevators. Therefore, only an alarm sensor that shall alarm if an infant enters the lobby area of the service elevators is required. 4. During the site visit, it was discussed that the distance for the alarm sensors to engage the door locks and determined on 10 feet from the doors on the inside of the wings. Is this acceptable? (If "Nuisance" alarms are anticipated as a problem, a Do-not-pass line could be applied to the floor at the 10-foot boundary.) ANS: The offeror shall determine the best means of providing the desired result based upon the design of their system. Nuisance alarms are a concern, therefore a means to minimize them are the responsibility of the offeror. VENDORS QUESTIONS 1. Installers Wages – is this a Prevailing Wage Project? & if so please send us the rates to be used on the project. ANS: Wage parameters are not set by this solicitation, or by the resultant contract. This is for the purchase of the ISS Equipment, the installation is incidental. Winning bidder must comply with local, state, and Federal regulations regarding wages. 2. Please send Bidders List. Question 3 repeats 2. ANS: A list of vendors attending the site visit was provided by email to those in attendance. A copy may be requested by emailing rtaylor@nmlc.med.navy.mil. 4. Please send Full Size Copy of Floor Plans – 3rd Floor Infant Area for both bidding & asbuilts ANS: While floor plans are available as PDF files, these drawings are only floor plans, and do not contain any of the information normally found in architectural drawings. The PDF files are available upon request by emailing rtaylor@nmlc.med.navy.mil. Only CCR registered companies will be granted access to these files. 5. Confirm installation – Cabling above ceilings & floors can be Plenum rated, exposed areas to either be EMT Conduit or Wire Mold ANS: The walls of the third floor are plasterboard and metal studs. Installation of wiring/conduit on the exterior of the walls is not acceptable. PLENUM rated cables are acceptable where regulations and codes permit. Wires that run down must be encased in conduit. 6. Existing Security System – I would like the company name of who installed the Change tack mats at least daily (or according to manufacture’s recommendations). Level 3 – Rigid Barrier Precautions To Level 1 and Level 2 controls add: A. Erect rigid walls at entrances and exits, or create an airtight plastic barrier prior to the beginning of the construction and demolition. Each entrance and exit must be constructed so that it has a door or double flap of plastic to prevent the escape of dust and other airborne contaminants B. Isolate HVAC system in area where work is being done. Seal all vent openings before work begins to prevent contamination of the duct system. C. Maintain negative pressure within work site using HEPA-equipped air filtration units. D. Upon completion of work, vacuum work area with HEPA filtered vacuums. Wet mop area with hospital-grade disinfectant. Infection Control Precautions Needed Construction Activities Type A Type B Type C Type D Low Risk Area Level 1 Level 1 Level 2 Level 3 High Risk Area Level 1 Level 2 Level 3 Level 3 "#26 & #42 - All of the wards are considered "high risk" areas and will require higher levels of dust containment. The hallways are considered "low risk" and a lower levels of containment can be used. The level of containment used depends upon the work activities that may generate dust. The Infection Control Policy for Construction is attached." Sources: Bartley, J. (ed), APIC Construction and Renovation Toolkit, 2002 CDC’s Guidelines for Environmental Infection Control in Health-Care Facilities, 2003 52.211-5 -- Material Requirements. Material Requirements (Aug 2000) (a) Definitions. As used in this clause -- “New” means composed of previously unused components, whether manufactured from virgin material, recovered material in the form of raw material, or materials and by-products generated from, and reused within, an original manufacturing process; provided that the supplies meet contract requirements, including but not limited to, performance, reliability, and life expectancy. “Reconditioned” means restored to the original normal operating condition by readjustments and material replacement. “Recovered material” means waste materials and by-products recovered or diverted from solid waste, but the term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process. “Remanufactured” means factory rebuilt to original specifications. “Virgin material” means-- Previously unused raw material, including previously unused copper, aluminum, lead, zinc, iron, other metal or metal ore; or Any undeveloped resource that is, or with new technology will become, a source of raw materials. (b) Unless this contract otherwise requires virgin material or supplies composed of or manufactured from virgin material, the Contractor shall provide supplies that are new, reconditioned, or remanufactured, as defined in this clause. (c) A proposal to provide unused former Government surplus property shall include a complete description of the material, the quantity, the name of the Government agency from which acquired, and the date of acquisition. (d) A proposal to provide used, reconditioned, or remanufactured supplies shall include a detailed description of such supplies and shall be submitted to the Contracting Officer for approval. (e) Used, reconditioned, or remanufactured supplies, or unused former Government surplus property, may be used in contract performance if the Contractor has proposed the use of such supplies, and the Contracting Officer has authorized their use. (End of Clause) Proposals are due to Richard Taylor by email at rtaylor@nmlc.med.navy.mil by 1500, 3:00 PM (EST), on 10 FEB 2006. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-FEB-2006); 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.fbo.gov/spg/DON/BUMED/N62645/N62645-06-R-0009/listing.html)
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO 34800 BOB WILSON DRIVE SUITE 8 SAN DIEGO CA
Zip Code: 92134-1008
Country: USA
 
Record
SN00980344-F 20060205/060203214811 (fbodaily.com)
 
Source
FedBizOpps 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.