Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
DOCUMENT

N -- Bronx Water Detection System - Attachment

Notice Date
9/10/2015
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24315N1514
 
Response Due
9/16/2015
 
Archive Date
9/19/2015
 
Point of Contact
John Redmond
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT announcement ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought announcement MUST be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses. Responses to this notice shall include: A.Company Name B.Address C.Point of contact D.Phone, fax, and email E.DUNS number F.Cage Code G.Tax ID Number H.Socioeconomic Status: "Service Disabled Veteran Owned Small Business "Veteran Owned Small Business "8(a) HUB Zone "Women Owned Small Business "SBA Certified Small Disadvantaged Business "SBA Certified 8(a) "SBA Certified HUB-Zone "Small Business "Other than Small Business Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. James J Peters VA Medical Center Department of Veterans Affairs 1.Background Engineering Service is committed and proudly serves the James J Peters VA Medical Center Campus, providing the best possible environment for health care to veterans and the highest standards of service to customers. We do this by improving and maintaining our physical structures and by providing the equipment, supplies, testing and preventive maintenance necessary to support excellence in health care. We are in need of a water detection system that will notify Engineering if there are any water leaks that could cause damage to our Nuclear Medicine Equipment. This equipment if for direct patient care and costs millions of dollars. Any downtime to this equipment will have adverse effects on patient care. 2.Objectives The purpose of this solicitation is to establish a firm fixed price contract with a qualified firm that can provide the necessary parts, material, supplies and labor to complete the work described herein, 3.Place of Performance Department of Veterans Affairs James J Peters VA Medical Center 130 West Kingsbridge Rd. Bronx NY 10468 4.Project Points of Contact NAME: John Redmond, Contract Specialist Phone: 631-261-4400 COR - Richard Beutel 718 584-9000 Ext. 6609 5.Project Duration Once NOTICE TO PROCEED has been issued, the contractor has 45 calendar days to complete the project. Extensions will be granted for unforeseen conditions, and other factors outside of the contractor's control. 6.Environmental Issues There are no known environmental issues at the building site. If the contractor encounters any suspicious material, i.e., lead paint or asbestos; bring it to the attention of the project manager immediately. 7.Environmental Procedures The Contractor shall comply with the VA Sustainability and Green Environmental Management procedures. 8.Submittals All products specified are to establish a standard of quality. Submittal response by the government shall be 10 calendar days or less. Delays caused by the contractor will not warrant a time extension. After completion of all work, the Contractor shall submit to the project manager the manufacturer's specifications, instructions, and material specification sheets in original form. Additionally, the Contractor shall submit all inventory changes (removals, additions, upgrades, etc., and new condition codes) to the COR 9.Description: All devices shall be installed and inspected in accordance with manufacturers recommendations and the references listed herein. 10.Equipment The contractor shall provide all equipment associated with the entire project, operate in a safe manner and adhere to all OSHA and VA standards. 11.Equipment and Material Storage The contractor shall provide and store all equipment and the materials required to complete the project. The materials are required to be kept clean and dry throughout the duration of the project. 12. Contractor Use of the Premises A.During the period of the project, the contractor shall have access to the site only during hours when the area is not in use for treating patients Monday - Friday 8:00AM - 4:30PM excluding National Holidays unless prior approval is granted by the COR. B.All work shall be completed during hours when the area is not being used to treat patients unless prior approval is given by the COR. The contractor will need to coordinate with the government COR to arrange access to the VA Medical Facility. C.The contractor shall make every effort to cause a minimum of damage to any area of the VAMC, any items that need to be moved during the course of the project, and any areas not included in this scope of work. Any damage caused shall be repaired at the contractor's expense. 13.Progress Meetings Progress meetings are not required for this project. The Project Manager/COR shall make periodic inspections of the work progress. 14.Housekeeping The project site shall be kept in a neat, orderly, and safe condition at all times. The contractor shall provide enough containers for collecting construction debris and construction materials to be recycled. The contractor shall wet down dry materials and rubbish to prevent blowing dust and keep volatile wastes in covered containers. The contractor shall abide by the (ICRA) Infection Control Risk Assessment classification assigned by the VA-IC Nursing staff. 15.Cleaning Before scheduling the final inspection, the Contractor shall accomplish six items: (1) Remove all tools, equipment, surplus material, and rubbish; (2) Restore or refinish, to original condition, surfaces that are damaged due to the work of this contract; (3) Remove grease, dirt, stains, foreign materials, and labels from finished surfaces; (4) Thoroughly clean building interiors; (5) Pickup all debris from the site; and (6) At the time of final inspection, project shall be thoroughly cleaned and ready for use. 16. Substantial Completion and Final Inspection When project, or designated portion of project is complete, request a final inspection. Upon receipt of request that project is substantially complete, the Contracting Officer will proceed with the inspection within ten days of receipt of request or will advise the contractor of items that prevent the project from being designated substantially complete. 17. Scope of Work The Contactor shall supply all supervision, labor, supplies, materials, brand name or equal equipment, tools, any and all incidentals to complete the work described here to ensure that the new devices installed, tested and verified as operational in accordance with the manuals, and equipment manufacturers' specifications. Supply and install a complete water protection system using the following brand or equivalent products to accomplish this. 1.Water Alert Brand 1 EA - Serial No. SM-12(AT) - Shelf mounted Water Alert Monitor / Power Supply. Unit shall be capable of powering, monitoring and auto-testing up to twelve SS-2100 Water Alert detectors. Unit will provide indication of activating detectors with an audible alarm; LED readout and DPDT relay transfer. Unit shall contain internal battery back-up capable of 4 days monitoring without AC power. 5 year warranty 2.Water Alert Brand 1 EA - Serial No. AD-6 Auto-Dialer. Unit shall call up to 8 phone numbers upon activation of up to 3 separate alarm inputs. Inputs shall be either normally open or normally closed dry contacts. Unit requires standard RJ-11 phone line. 5 year warranty 3.Remote Alarm 1 EA - Serial No. RA-WM - Unit shall provide remote indication of alarm condition. Unit shall contain 85db alarm with silence switch and red lamp. 5 year warranty 4.Water Alert Brand 6 EA - Serial No. XSS-2100: Water leak detector. Unit shall have gold plated adjustable sensing probes to detect water from 0 to 1/8 inch above surface. All electronic circuitry shall be encapsulated in epoxy to protect from dirt, fungus and short term immersion in water. Unit shall provide 85db alarm when activated and signal remote monitor panel. Unit shall be powered by remote monitor panel. Unit shall be able to accept and monitor 2 lengths of water leak detection cable via locking plug-in connectors. 5 year warranty 5.Water Alert Brand 12 EA - Serial No. SC-12/24/36 Sensor Cable. Unit shall have embedded Water Alert gold plated nickel sensors every 3 feet. Cable shall be ultra-flexible and contain an end-of-line test push button. The cable may not absorb, trap or wick moisture into the cable for detection, (resulting in long "dry-out" periods and required cleaning). Cable length is 12/24/36 feet respectively. 5 year warranty 6.Water Alert Brand 2 EA - Serial No. CSS-2000 Water Alert Detector. Unit shall be used to terminate Ceiling Guard zones. Unit shall provide audible alarm and signal the monitor if any sensing tray in the zone has water on it or is disconnected. 5 year warranty 7.Water Alert Brand 4 EA - Serial No. CG-22 Ceiling Guard tray pack. Unit shall consist of a pack of 16 - 2'x2' water leakage sensing trays. Trays shall be fastened to the top side of standard 2x2 ceiling tiles, interconnected to form "zones" of protection and terminated in a Water Alert Detector. 5 year warranty 18.Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) VA shall allow contractor access to the sight to perform work. 19. SECURITY REQUIREMENTS: Contractor personnel are required to conform to VHA's security and privacy requirements as described below. Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers' license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The C&A requirements do not apply and that the Security Accreditation Package is not required. 20.Travel NONE All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/. All interested Offerors should submit information by e-mail (preferred) to John.Redmond2@va.gov and include the RFQ (RFI) number, title of the project (Automatic Swing Doors Operator), and company name in the email subject heading. All responses are to be received NO LATER THAN Tuesday, September 15, 2015, 11AM EST. Please refrain from telephone communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N1514/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-1514 VA243-15-N-1514.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2310046&FileName=VA243-15-N-1514-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2310046&FileName=VA243-15-N-1514-000.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: The Department of Veteran Affairs;James J Peters VA Medical Center;130 W Kingbridge Rd.;Bronx, NY 10468
Zip Code: 10468
 
Record
SN03879524-W 20150912/150910235553-35419b90794285d7f27f60a64d81fd08 (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.