Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
DOCUMENT

Z -- OVERHEAD PAGING SYSTEM - Attachment

Notice Date
7/20/2011
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 23, Purchase and Contract Section;4101 Woolworth Avenue, Bldg C;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
VA26311RQ0561
 
Response Due
8/10/2011
 
Archive Date
9/9/2011
 
Point of Contact
Dennis Fish
 
E-Mail Address
9-0612
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. RFQ VA-263-11-RQ-0561 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. The applicable NAICS code is 238210. The requirements of this solicitation are: STATEMENT OF WORK Overhead paging system replacement for VA Medical Center located in Omaha, NE. The overhead paging system located at the VA Medical Center in Omaha, NE will be replaced to accommodate zone paging and timed recorded messages. This will include cabling, additional speakers, amplifiers, telephone interface equipment, master clock, recording device, and any other associated head end hardware/software for a fully operational system. This system will include coverage in buildings 1, 3, 4, 5, 6, 8, 9, 15, and 25. All speakers will be identified on contractor's system design and included in bid package. The head end equipment for this system will be located on lst floor of building 1, room 1206. The paging system will follow the attached specifications and be capable of utilizing a minimum of 15 zones initially. This will include a telephone interface module for connection to a Nortel Meridian PBX. Speakers will be 8" round with 70 volt transformers. The speakers will also include supported back cans and grilles. Amplifier sizes, master clock, and recording devices for canned messages must be appropriate for system. Installation must meet the general requirements of Commercial Building Telecommunications Standards set forth by TIA/EIA and all NFPA codes. As example, properly secured plenum rated 2 conductor 18AWG cable will be required. Also all fire wall penetrations must be secured properly. Removal of old cable and unused speakers and head end components will be the responsibility of the contractor that is awarded the bid. If space allows, existing head end cabinets may be utilized with new system. In addition, any necessary cosmetic work to ceilings or other damage is the responsibility of the contractor. Contractor must limit the spread of dust, dirt, and germs during cabling placement and removal. Use of HEPA filtered vacuum to frequently clean the worksite is required. Wet mop of floors and proper disposal of trash is also required. Contractor will coordinate work with Contracting Officers Technical Representative as identified by attachments provided at the time of award of the contract. Parts and labor warranty will be a period of two years. Problem calls will be returned within one hour. Onsite service will occur within four hours. Contractor will provide a company profile showing they are in the business of installing this type of system. Contractor will provide Qualifications of personnel scheduled to work on the project and show appropriate experience installing similar systems. Contractor will provide a minimum of 3 references showing work of a similar nature and scope. The contractor who will be chosen for this job will present the best solution for our PA system needs. Lowest bid will not necessarily be chosen for award of the contract. Paging System Specifications: (1) Zone and zone group paging; (2) Built-in talkback amplification; (3) Background music assigned per zone; (4) Local BGM sourcing capability; (5) Night ringer zone group; (6) Emergency zone group with choice of built-in tones or outside tone source; (7) Emergency all-facility page override; (8) Eight daily time-triggered signaling events; (9) pattern & echo code calling; (10) Daily master clock synchronization; (11) Relay driver per zone; (12) Auxiliary contacts; (13) Volume controls for each zone at head end. There will be an organized site visit for this project. Offerors are highly encouraged to visit the VA installation to fully appraise themselves with the physical layout and the character and conditions under which the service is to be performed. Failure to do so will in no way relieve the successful offeror from the necessity of furnishing the services as specified in this proposal without additional cost to the Government. The walk through meeting date/time/location is as follows: Wednesday 27 July, 2011 @ 9:30 A.M., Building C Conference Room, Omaha VA Hospital, 4101 Woolworth Ave, Omaha, NE 68105 Please provide quote for the requested items or the equivalent to the specifications of the requested items. Include in your quote the following information: (a) Installation (if applicable); (b) Training (if applicable); (c) Warranty (parts and labor); (d) Estimated shipping and handling; (e) Delivery (ARO); and (f) Availability of service and operator's manual(s). Also, please include GSA Contract # (if applicable), DUNS #, Tax ID number and fax number. All quotes submitted in response to this RFQ must remain firm through September 30th, 2011. Shipping shall be FOB Destination to: Nebraska-Western Iowa Health Care System - Warehouse, 4101 Woolworth Avenue, Omaha, NE 68105. Provisions and clauses are available by accessing http://farsite.hill.af.mil. The following FAR provisions and clauses apply to this RFQ: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Alternate I, Offeror Representations and Certifications; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Deviation, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; and 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration. VA will base their award on the lowest price, most technically acceptable offer. Award will be made on an all or none basis; whereas the awardee must be capable of providing all line items to be eligible for award. The closing date and time of this RFQ is August 10th, 2011, 3:00 PM (Central Time). Quotes shall be submitted on company letterhead and signed by an authorized company representative. Quotes may be faxed to the NWIHCS Omaha VAMC Contracting Office, Attn: Dennis Fish, 402-449-0612 or emailed to dennis.fish@va.gov. Paper copies of this RFQ will not be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OmVAMC636/OmVAMC636/VA26311RQ0561/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0561 VA-263-11-RQ-0561_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=220679&FileName=VA-263-11-RQ-0561-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=220679&FileName=VA-263-11-RQ-0561-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Nebraska Western Iowa Healthcare System;Omaha Division;4101 Woolworth Ave;Omaha, Nebraska
Zip Code: 68105
 
Record
SN02504855-W 20110722/110721003039-f1c86c040d70243429ad70038b967238 (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.