Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

63 -- Panic Call Systems

Notice Date
7/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs, VA Bay Pines Health Care System, Department of Veterans Affairs Bay Pines Health Care System, Department of Veterans Affairs;Contracting Officer (248);Bay Pines VA Healthcare System (516);PO Box 457 Bldg 22, Room 411;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA-248-08-RQ-0416
 
Response Due
8/15/2008
 
Archive Date
9/29/2008
 
Point of Contact
William Pike, Contract SpecialistBay Pines VA Health Care System
 
Small Business Set-Aside
Total Small Business
 
Description
Project 516-08-609Upgrade Panic Alarm System(s) Building 1 Critical Note: This work is being performed in an active acute psychiatric environment; the contractor will be required to take this into consideration at all times. Any work being performed must be monitored by additional contractor staff to ensure safety of patients, contract workers, and staff. All work sites will be secured at the end of each work cycle, whether break, lunch, or end of shift. This can be accomplished by cleaning and securing a site or leaving an employee to guard the site. If multiple sites are being worked, multiple employees will be needed. Contractor will be required to inventory tools, equipment, materials, and parts prior to entering or exiting areas and certifying the inventories on the daily logs. In the event tools, equipment, materials, or parts are found to be missing, the contractor is to immediately inform, in this order, the following VA personnel, the Nurse Manager or Charge Nurse in the area, the VA Police at extension 4111, Contracting Officer, and the COTR. Description of Work: This project contains two types of duress systems as indicated below: Contractor shall supply and install a: 1.Turn key replacement of existing SIMPLEX Duress system in building 1 second floor Mental Health Clinic (MH) and MH administrative areas. Replacement will consist of a system comparable in function to the old system, but of a newer, more reliable solid state technology. New system can be hardwired or Radio Frequency (RF) in design and is a replacement consisting of approximately 30 emergency duress stations (number to be field verified by the contractor), 2 control stations located in room A224 and B208 (alarms are to annunciate in both control station locations). All associated peripheral devices, cabling, and any other components necessary. All duress buttons are to be wired as three state devices. The contractor may reuse existing duress buttons and individual or zone strobes if they are compatible with the new system. If items are reused, the contractor will not be required to warranty reused items. 2.Turn key replacement of existing SIMPLEX Duress system in building 1, floors 3, 4, and 5. This system is currently a hardwired SIMPLEX system, as on second floor, however the replacement system is to be Radio Frequency (RF), MAN-DOWN type system with alarms annunciating on a graphic panel showing the location of the duress. The COTR will provide the contractor an AutoCAD Architecture drawing, in version 2008, of the floor plans to incorporate in the graphic display for reference. Upon activation of the portable device, the system will audibly and visually annunciate on the graphic display at the Nurses Station, the floor of the disturbance and clearly indicate on the display the location of the disturbance with an accuracy of +/_ five (5) feet. The RF system shall meet all the requirements of and operate in the FCC Part 90 (Public Safety) Band. All portable man-down devices shall have supervised circuitry for connection to system, battery level and device condition. All portable man-down devices shall contain a separate panic button for manual activation and a carrying device or system such as holster, belt clip, or lanyard. Any electrical power needed for repeaters, locators, or other equipment will be the responsibility of the contractor. Proposed system(s) to be considered must meet the following criteria: a. Contractor must have two years experience in installation, troubleshooting and maintenance of system(s). b. System(s) must be a proven design with at least three systems in operation in the contiguous United States. c. System(s) parts and components must be readily available for purchase to repair and expand the system. It shall be the contractor's responsibility to remove old control panels, power supplies, and/or other devices not reused by the new system and to deliver these devices to AMMS, PPM section in building 36 for disposal. It shall be the contractor's responsibility to patch, repair, replace, and/or paint walls, ceiling tiles, or floor tiles after removal of old, unused components. General electrical requirements: 1.All device wiring is to be in conduit. 2.All hardwired device wiring is to be in existing conduit. 3.Any additional conduit will be is the responsibility of the contractor and at a minimum will be " in size. 4.Any additional conduit will be sized to accommodate required conductors, with a maximum of 40% fill. 5.All conduits to be install in accordance with NEC. Contractor employee requirements: 1.Employees are required to wear Government supplied "contractor badges" at all time, while working on station. 2.Contractor supervisor is to supply time sheets and working logs to Engineering Service COTR on a daily basis, listing employees, trade, and hours worked, work accomplished, and certified inventories of tools, equipment, materials, and parts prior to entering or exiting areas for the day. 3.Contractor supervisor is to coordinate workflow through patient areas with Phil Schmitt, Engineering Service, a minimum of two (2) working days prior to the access need. Testing and System Acceptance: 1.Upon completion of installation and notification to the Contracting Officer, contractor is to schedule system testing. Testing to be activation and confirmation of each device and function by the contractor and observed by the Government. 2.Testing is to be scheduled two (2) working days prior to test. 3.Testing is to be scheduled Monday through Friday 8:00 am to 4:30 pm, excluding government holidays. 4.All labor required for testing is to be supplied by the contractor. Training: 1.Contract to include two (2) one hour operator training sessions, to be scheduled with Phil Schmitt, Engineering Service after acceptance of the systems. 2.Contract to include two (2) 4 hour technical training sessions, to be scheduled with Phil Schmitt, Engineering Service after acceptance of the systems. Documentation: Upon completion of the installation and acceptance by the Government, the contractor is to provide- 1.As built drawings of the system pathways in 2008AutoCAD format on CD. 2.As built schematics of the system wiring in 2008AutoCAD format on CD. 3.Three sets (3) of operating manuals. 4.Three (3) sets of maintenance manuals. 5.Three (3) sets technical manuals. Warranty: Equipment and installation of these systems are to be warranted for one (1) year from the date of government acceptance. Contractor is to provide on site repair of system with-in four hours of notification of fault or failure during the warranty period.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44b88b9ad66256774fd3c1d89ea2be45&tab=core&_cview=1)
 
Place of Performance
Address: Bay Pines VA Health Care System;Building 1;10000 Bay Pines Blvd;Bay Pines FL
Zip Code: 33744
 
Record
SN01616535-W 20080719/080717220956-44b88b9ad66256774fd3c1d89ea2be45 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.