Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
DOCUMENT

C -- AE for UD Nurse Call Upgrades Building 1 - Attachment

Notice Date
7/28/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90C-A);1010 Delafield Road;Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24414R1333
 
Response Due
8/29/2014
 
Archive Date
10/28/2014
 
Point of Contact
Jeffrey M Greis
 
E-Mail Address
822-3741<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VA Pittsburgh Healthcare System (VAPHS) is seeking professional design services from an architect-engineering (A/E) firm to develop construction contract drawings and specifications to upgrade (replace) the Nurse Call System in Building 1, on the first, third, fourth, seventh, eighth, and ninth floors and on the first floor of the Research Office Building (ROB) at the University Drive Medical Center, University Dr. C, Pittsburgh, PA 15240-1000. This work includes the design of a complete working Nurse Call System, while preserving the existing one, until the upgrade is completed, and all necessary equipment as outlined in the Statement of Work in accordance with the VA Design Guide and Specifications. This project includes, but is not limited to, the following: Develop project construction specifications and drawings as required to accomplish the complete installation of a Nurse Call System and all associated equipment. The design shall include: Removal of all existing materials and impediments; Maintaining the functionality of the existing Nurse Call System thru construction and for 60 days after the new system is operational; Ensure complete functionality with the nurse call system design already completed for Wards 4W-6W; Patient Ward to remain operational throughout the design and construction; No more than two rooms per floor closed at any given time; Preliminary Infection Control Risk Assessment for this work area is Class IV; Contractor shall implement preventive measures as per VA-issued ICRA permit; The AE-provided design shall also include: Ability to call internal VA phone numbers to alert staff of calls; System hardware and firmware shall be the product of a single, reputable manufacturer with a proven history of product reliability and sole control over all source code; 5-year warranty on all manufactured hardware; System configuration programming changes shall not require any exchange of parts and able to be remotely executed via VPN; All programming and firmware changes shall be accomplished without interruption to system operation; All communications shall be full duplex audio on both handsets and loud-speaking devices; Wall-mounted stations shall be flush-mounted using snap tight cover plates and hidden screws. Bio-seal covers to facilitate use of disinfectant cleaners; Entire Network shall be supervised, including sub-stations, with remote diagnostics and reporting of failure to any designated console or PC; Support of VLAN configuration to separate activity from other hospital LAN traffic. CAT 6 wiring; Network shall support a GUI interface that sits on the hospital LAN; Network shall support any Real Time Locating System (RTLS) via an open architectural interface; Support of any ADT system via an open architectural interface; Support of any data backup system; Caregiver response time tracking reports; AE shall provide a design with a training package in accordance with VA Specifications. It shall include troubleshooting, maintenance and repair training for the VAPHS Electronics Shop. Recommending bid alternatives as necessary to meet the budget limitations. All designs shall be accomplished in accordance with VA guidelines and VA master specifications, which are available on the Internet at http://www.va.gov/facmgt/standard. A/E shall pay particular attention to UFAS, NFPA, BOCA, VA Handbook 7610 space criteria and VA Program Guide PG-18-12 Design Guides. Making site visits as necessary to survey existing conditions. Responding to submittals and other requests in a timely manner. Keeping minutes of all meetings concerning this project and distributing to required parties within 3 days of the meeting. Meeting all applicable and most current federal and state codes/requirements. Designing using VA Standards for Construction which are available at http://www.cfm.va.gov/TIL. This requisition is 100% set aside for SDVOSB; the construction estimate is between $250,000 and $500,000; the NAICS code is 541330: and the small business size standard is $15,000,000.00. Interested firms shall submit three (3) copies of current SF 330 (available on-line at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF) to the attention of: Jeff Greis, Contracting Officer, VA Pittsburgh Healthcare System, 1010 Delafield Road 90C-A Pittsburgh, PA 15215. *Additionally, the SF 330 information must be on an included CD (2 CD's). As per FAR 52.204-4(b): "In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government". The outer envelope must clearly identify the Solicitation Number (VA-244-14-R-1333) and the project name ('BLDG. 1 NURSE CALL UPGRADE'). Hand -delivered information packages will be accepted in addition to sent those by US Mail or an independent delivery service. In addition to the SF-330's, please include a cover sheet containing the following information: NAME AND ADDRESS OF COMPANY NUMBER OF COMPLETED AND/OR CURRENT VA PROJECTS SOCIO-ECONOMIC STATUS OF AND DUNS NUMBERS FOR CONTRACTOR AND ALL PROPOSED CONSULTANTS Phone inquiries, faxes, and electronic submissions will not be accepted. The deadline for receipt of SF-330's by the Contracting Officer is Augst 29, 2014, at 4:00 pm (Eastern). Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (SAM and ORCA registration, et al.) This is not a request for proposal and further information is not available at this time. The Government is under no obligation to award a contract as a result of this announcement. SUBMISSIONS THAT FAIL TO FOLLOW THE GUIDELINES ABOVE WILL BE CONSIDERED "UNRESPONSIVE" Contracting Office Address: Department of Veterans Affairs; Contracting Office (90C-A);VA Pittsburgh Healthcare System;1010 Delafield Rd., Pittsburgh, PA 15215 Point of Contact(s): Jeff Greis, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24414R1333/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-14-R-1333 VA244-14-R-1333_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1527036&FileName=VA244-14-R-1333-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1527036&FileName=VA244-14-R-1333-000.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: VA Medical Center;Bldg. 1;University Drive C;Pittsburgh, PA
Zip Code: 15240
 
Record
SN03440697-W 20140730/140728235446-98b61f688fa8f8400b8614f3076881bb (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.