Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
MODIFICATION

65 -- Infant Security System Complete Install for NMCSD

Notice Date
6/22/2006
 
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-2009
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
Amendment 01 to N62645-06-R-2009 (Frequently Asked Questions) Closing date remains unchanged. 1. 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 vendor secure the elevator doors with their installed system? ANS: (see answer as part of question 2) 2. In the same service elevator area, is an alarm sensor be added to cover the access to the elevators? If vendors secure the elevator doors, would the Automatic robot cleaning device that uses those elevators interact/override the door locks? ANS: NMCSD does not require locking the doors on the service elevators. Therefore, an alarm sensor, that shall alarm if a protected infant enters the lobby area of the service elevators, is required. Additionally, a camera is required in the area. 3. Vendors wish to know if the distance for alarm sensors to engage door locks should be 10 feet from the doors on the inside of the wings. Is this acceptable? (If Nuisance alarms are anticipated, a Do-not-pass line could be applied to the floor at the 10-foot boundary.) ANS: The offeror shall determine the best means and distance 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. 4. Installers Wages: is this a Prevailing Wage Project? And if so, please send us the rates to be used. 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. 5. Please send Full Size Copy of Floor Plans for 3rd Floor Infant Area for both bidding & asbuilts. ANS: 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. 6. 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. 7. Existing Security System: Provide the company names who installed the existing system & if there are items to be reused such as door holders, cameras, sensors, keypads etc. I wish to have model numbers / cut sheets. I wish to have Equipment Submittals, & existing asbuilts, this may help to save money on the installation for the Owner. ANS: CEI (Construction Electronics, Inc.) and RFT (RF Technologies, Inc.) are incumbent contractors for the existing system. See answer 36 for details. Model numbers/ cut sheets are not available. All existing equipment (cameras, doors, etc.) is the property of the government and can be reused if it is in accordance with FAR 52.211-5 (e), with government approval. Materials/equipment must be of New, Reconditioned, or Remanufactured condition. 52.211-5 -- Material Requirements. http://www.arnet.gov/far/ 8. Confirm that where existing CPU Server on 3rd Floor, Janitors Closet, that this room can be used to mount New Security Equipment. From there vendor can use the existing LAN for communications from our new panels to New Monitor Station / Server at the 1st Floor Security Room. ANS: Janitor closet mentioned is a wet area, it is strongly suggested that another location would be more appropriate to locate electronic components. It is recommended that the utility closet on 3 East, room number 3R-R3.2 be used. The ward clerk has direct line of sight on this room and it is located right next to the unit LPO's office. 9. Are there going to be Security Cameras in the elevators? ANS: Not as part of the Infant Security System install. 10. Need sequence of operation of security door locks at new door locations (double doors) how do you want them to interface with existing fire alarm MAG door holders? ANS: ISS installation must interface with the fire protection system and comply with the NFPA Codes. All interfaces with the Fire Protection System would be designed by the ISS contractor, approved by NMCSD Facilities Management and NAVFAC Fire Protection Engineers, installed and tested by the ISS Vendor. The offeror shall propose a solution that meets both sets of requirements. 11. Confirm the quantities of work stations, door locks, cameras, alarm sensors & exciters shown on the map (available as noted in Question #5). ANS: NMCSD requires work stations in the following areas: NICU 1 - 1; NICU 2 - 1; L&D (3 West) - 1; 3North - 1; 3East - 1; and Security office - 1 Total of 6 security stations in total. Door locks - There shall be sufficient door securing devices to cover all the egress points of the secure area. The information is the responsibility of the offeror to determine based upon the drawings available/provided of the area. Number of cameras and camera placement - There shall be sufficient cameras to cover all the egress points of the secure area. The information is the responsibility of the offeror to determine based upon drawings available/provided of the area. The camera placement shall comply with the Essential Characteristics as posted in N62645-R-06-2009. Alarm sensors - There shall be sufficient alarm sensors to cover all the egress points of the secure area. The information is the responsibility of the offeror to determine based upon the drawings available/provided of the area. Alarm sensors shall be placed in designated third floor elevator lobbies. Exciters - There shall be sufficient exciters to cover the entire square footage of the secure area without any dead zones. The information is the responsibility of the offeror to determine based upon the drawings available/provided of the area. 12. Is the sophisticated Automated Guided Vehicle (AGV) system integrated closely with the operational control of the service elevators, including elevator door operation. a. Is it your intent to integrate the Infant Security System with this sophisticated AGV/service elevator control system? b. If so, will preventing the protected elevator door from opening adversely affect AGV system operation? ANS: In response to (a and b), in the central area of 3rd floor, do not interface the ISS with the AGV. These are service elevators and do NOT require securing devices. 13. Clarify how you would like vendors to handle security protection for the service elevator bay. ANS: Protect the perimeter with an alarm sensor that would detect if a sensor entered the lobby area. 14. Who is the elevator maintenance company and what is their contact information? ANS: Current elevator service company - Chugach McKinley is the current Prime Contractor for elevator maintenance. The contact number is (619) 234-0552. 15. Where do you want the monitor for elevators, elevator lobby area or within the elevator? ANS: Vendor shall place the exciters in the hallway/lobby before the elevators. 16. Is the winning bidder required to remove the existing infant security system as part of there bid and if so to what extent do you want the system removed (all wiring in the ceiling, all controllers, receivers, keypads on walls and existing computers if applicable), also any holes or damage to walls that is necessary when the removal occurs, is that to be patched and fixed by the facility itself or is Vendor required to do this. ANS: Yes, the winning vendor shall ensure that existing system components are removed and that any new fire or smoke barrier penetrations are sealed as specified in the solicitation. All fire or smoke barrier penetrations created or caused by removal of the old system cables, conduit, or components shall be sealed by the winning vendor. No wiring shall be abandoned in place. Vendor shall follow Workmanship characteristics for post-installation condition and appearance. 17. Please define the birth census at the facility? It was noted that is was between 250 & 300 births per month and that you would require 90 tags, please confirm. ANS: 300 per month 18. How many tags, and of what type (i.e. infant, mother, pediatric, etc.), are required? ANS: only infant - a minimum of 120 19. As dust containment is a requirement for this installation please forward the NMCSD Infection Control Policy regarding dust containment. As discussed, it may only be needed in the patient wards. Define your requirements per wards and hallways. ANS: See posted Infection control documents in FBO (as amendment) and use with PDF files. 20. Are there any areas with asbestos to be concerned about and if so who will be doing the abatement? Will the facility have this done or will you require vendor to issue a quotation for it? ANS: The only known asbestos is in the mastics used for flooring and coving. 21. You have stated that we are required to complete and submit a copy of forms: Provision FAR 52.213-3 and DFARS 252.212-7000 and others, where do we get these forms? Is there a web site that we can go to, to obtain them? ANS: http://www.arnet.gov/far/ 22. Question for staff training, how many personnel will be requiring training for the healthcare staff, security staff, maintenance, facilities, housekeeping and any other staff you may require? We need this to determine days of training required. ANS: NURSING: There are two 12 hr shifts (days and nights)? vendor can catch majority of staff if training days are held on Tues and Thurs. NMCSD has 4 different units to train? NICU (60 staff), L&D (60 staff), 3E (30 staff), 3N (40 staff) 23. How many doors need to be protected in the OB Surgery area? There was a question as to whether or not there was a door that leads out of the locker room. ANS: That door is covered by the FACU staff. It leads directly to the nursing station, which is continuously manned. OB has one back south exit, one exit/entrance to FAU, one exit/entrance to PACU, and the main double door entrance/exit (a total of 4 doors in all). 24. Please supply floor plans and current specs for cameras. Can camera system for the third floor be independent of the other hospital cameras, or do they need to integrate? ANS: There are no specifications in addition to those provided by the solicitation. This is a performance specification, and the offeror is expected to propose a solution based upon available technology. ISS cameras are independent from other hospital cameras. 25. Can you please give me the minimum requirements of the DVR and Cameras? a. For instance: How many days of recording, frames per second. Lux on the camera, TV Lines etc. ANS: This is a performance specification, and the offeror is expected to propose a solution based upon available technology. 26. Where do you want cameras located? How many? ANS: Cameras are to be placed at all entrances/exits of units. Placement shall be in accordance with the Essential Characteristics. 27 What are the recording device requirements? (i.e. frames per second, total recording time etc.) ANS: This is a performance specification, and the offeror is expected to propose a solution based upon available technology. 28. What brand of camera and recording device is required? ANS: No brand specified. 29. Will the hospital still supply the 110 VAC at each exit point to power the controllers or will we be utilizing the existing closets the current system are residing in? ANS: The successful vendor shall install all electrical conduit/wiring. Facilities will work with the contractor to identify the electrical panels to which they can connect for electrical power. 30. Where can we obtain information regarding local permit fees? ANS: The NMCSD is not subject to local or state permit requirements. However, this does not exempt an employer from complying with applicable state and local laws (taxes, occupational health and safety, etc.). 31. How we are to become CCR registered? ANS: You may become CCR registered by visiting www.ccr.gov and following the instructions online. You shall need a DUNS number to get started, that information is also available on CCR. It is recommended registering online, rather than by phone. You must be CCR registered before a government contract can be awarded and in order to get paid. 32. Is this going to be awarded to one prime vendor, or several vendors to perform each piece? If one prime vendor, then can we utilize sub contractors? ANS: Award will be to one Prime Vendor. Subcontracting is allowed. 33. GSA only award or can some of the offering be open market? ANS: The government will consider all offers from responsible vendors. 34. Are items 1, 2, and 7 in the Central Alarm System section required, or just suggested? ANS: Items 1, 2, and 7 are minimum requirements of the government. Non-compliant products will not be considered. 35. Is a waterproof Band a requirement? ANS: Yes, infants receive baths and the tag components are required to be waterproof. 36. Is the procurement for full and open competition? Is this a new requirement or is there an incumbent contract in place? If there is an incumbent, could you provide me the following information or direct me to where I could obtain it: Awardee, Award Date, Contract, Contract Value, and Contract Duration. Also, is there a Program Manager point of contact? ANS: Yes, Full and Open Competition. Incumbent CEI & RFT CEI Contract Number: N00259-03-M-7600 Contractor: Construction Electronics, Inc. Address: 13715 Stowe Dr., Poway, CA 92064-6836 Duration: Not Available RFT Contract Number: N00259-00-F-6906 Contractor: RF Technologies, Inc. Address: 3125 North 126th St., Brookfield, WI 53005-3115 Duration: Not Available 37. What constitutes an alarm, baby detected near monitored door or baby detected near monitored door with door open? ANS: Alarm activates when tag approaches a portal whether the door is open or closed. 38. Referencing the essential characteristics in the Access Control section states that you now require Biometric readers - Questions: a. Are you looking for these to replace the keypads or card swipes that were currently being interfaced to? ANS: Vendor shall install Biometric readers without regard for existing keypads/ cardswipes. Existing keypads/cardswipes shall be removed in accordance with the specifications. b. What is the name, make and model of the biometric system that you are either installing or looking for us to install? ANS: The government is not specifying any name, make, or model that Vendor shall install. c. What type of biometrics are we talking about, finger, retinal, palm, voice, please clarify? ANS: Vendor shall propose any Biometric reader that meets the requirements of this performance specification, and propose a solution based upon available technology. 39. Reviewing the conduit guide lines, are we to mount conduit everywhere the low voltage cat 5 is to go or can we utilize cable trays and J hooks where possible to cut down on the labor and expense of the system - or is the conduit required only for 110 volt electrical. ANS: Wires that run down must be encased in conduit. 40. Is there a specific electrical company that has to be utilized for installing the 110 volt power? ANS: NMCSD does not have a specified electrical company. Subcontractors are contractor responsibility.
 
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
SN01075848-W 20060624/060622221559 (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.