West Virginia Bids > Bid Detail

N063--Pharmacy Alarm Installation

Agency:
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159297686756220
Posted Date: Oct 16, 2023
Due Date: Oct 23, 2023
Source: https://sam.gov/opp/95334d4719...
Follow
N063--Pharmacy Alarm Installation
Active
Contract Opportunity
Notice ID
36C24524Q0059
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 16, 2023 01:42 pm EDT
  • Original Response Date: Oct 23, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Hershel Woody Williams VA Medical Center Huntington , WV 25704
    USA
Description
The Hershel Woody Williams VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below.
As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.
Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.
This service will be implemented using the North American Industry Classification System (NAICS) Code 561621.
If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to jennifer.elkins2@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than October 23, 2023 at 10:00 a.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.


Statement of Work (SOW)
for the
Installation of Intrusion Alarm Systems
1.0 General

1.1 Background

The mission of the Hershel Woody Williams VA Medical Center is to fulfill President Lincoln's promise To care for him who shall have borne the battle, and for his widow, and his orphan by serving and honoring the men and women who are America s Veterans.

There are two pharmacy vaults on station that require monitoring by an intrusion alarm system. One of the systems was removed during construction and was not kept for reinstallation. The second system has stopped working and is deemed not repairable. Both systems are required by VA Handbook 0730 and must be replaced and installed as quickly as possible.

1.2 Objective

Install 2 Bosch Alarm systems for inpatient and outpatient pharmacy. The new systems will include installation of motion sensors, control panels, keypads, door contacts, and all other miscellaneous items needed for a complete install.

1.3 Scope of Work

Vendor shall provide all parts, labor, equipment, materials, and supervision to perform the work and provide a complete operational intrusion alarm system in both locations.

Inpatient Primary Parts List

a) 1 Bosch B9512G Intrusion Detection Panel (VA Provided Panel)
b) 2 Bosch B921C 2-Line Capacitive Touch Keypad (1 of 2 VA provided Touchpad)
c) 4 GRI Miniature Aluminum Commercial Door Contacts
d) 4 Bosch ISCPPR1W16 60 Professional PIR Detector
e) 1 Bosch D116 Indoor Siren
f) Technical Services to Install and Program

Outpatient Primary Parts List

a) 1 Bosch B9512G Intrusion Detection Panel
b) 2 Bosch B921C 2-Line Capacitive Touch Keypad
c) 4 GRI Miniature Aluminum Commercial Door Contacts
d) 7 Bosch ISCPPR1W16 60 Professional PIR Detector
e) 1 Bosch D116 Indoor Siren
f) Technical Services to Install and Program

The equipment installation must meet the requirements from VHA 0730/4 for Motion Intrusion Detectors.

a) An internal, automatic charging DC standby power supply and a primary AC power operations.
b) A remote, key operated activation/deactivation switch installed outside the room and adjacent to the room entrance door frame and/or a central alarm ON-OFF control in the Police office or other monitoring location.
c) An automatic reset capability following intrusion detection.
d) A local alarm level of 80 dB (min) to 90 dB (max) within the configuration of the protected area.
e) An integral capability for the attachment of wiring for remote alarm and intrusion indicator equipment (visual or audio).
f) A low nuisance alarm rate as defined in VA Master Specifications, Division 28 Electronic Safety and Security "28 16 11 INTRUSION DETECTION SYSTEM."

1.4 Period of Performance

The period of performance of this contract is 45 days from the notice to proceed.

1.5 Place of Performance

Work to be performed at the Hershel Woody Williams VA Medical Center in Huntington WV. The job is located on the Ground Floor and 1st Floor of Building 12.

1.6 Applicable Documents

Contractor to provide submittals for approval of the following equipment prior to installation:

Bosch B9512G Intrusion Detection Panel
Bosch B921C 2-Line Capacitive Touch Keypad
GRI Miniature Aluminum Commercial Door Contacts
Bosch ISCPPR1W16 60 Professional PIR Detector
Bosch D116 Indoor Siren
Misc. Materials needed for installation.
2.0 Specific Requirements/Tasks

2.1 Vendor will provide all labor, materials, equipment, and supervision to complete project.
2.2 Contractor shall provide all material, equipment, labor, and technical supervision to perform specified work as required and as detailed per items listed below, includes but not limited to testing and certifying CAT6A cabling if required as part of install at VAMC Huntington WV.
2.3 Remove existing equipment and turn over to COR. Existing cable can be reused if tested. COR must review test and approve before cable can be reused.
2.4 Provide all associated cabling required. Existing cable can be reused if tested. COR must review test and approve before cable can be reused. All Location and setup shall be approved by the COR prior to final installation.
2.5 Provide and install complete alarm systems for Inpatient and Outpatient Pharmacy. Coordinate with COR to install VA Provided equipment as listed in the scope of work section 1.3.
2.6 Keypad and Controller locations shall be approved by the COR prior to installation.

3.0 Delivery or Deliverables

3.1 Submission of Cut Sheets/Equipment Data Sheets shall be submitted within 5 days of notice to proceed.
3.2 COR will review and respond within 5 days of submission.
3.3 Vendor will have 30 days to order, install, and test equipment.
3.4 Vendor and COR will have 5 days to complete punch list and close out project.
Notice to contractors:

All information and data related to this project that the contractor gathers or obtains shall be both protected from unauthorized release and considered the property of the government. The contracting officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. Press releases, marketing material, or any other printed or electronic documentation related to this project, must not be publicized without the written approval of the contracting officer.

4.0 Meetings
Will be scheduled once a vendor has been selected.
Weekly update meetings will be held with the COR and CO. Meeting minutes will be taken by the vendor and sent to the COR and CO to be approved and recorded.

5.0 Required Travel and Other Direct Costs (ODCs)

NA

6.0 Government Furnished Property/Equipment/Information

Vendor is to provide all equipment.

7.0 Special Instructions

1) Coordinate all administrative and construction requirements exclusively with or through assigned COR of VAMC Facilities and Engineering Service; and. neither discuss contract work with, nor take any directives concerning contract work from any other person than COR unless specifically permitted and authorized to do so.
2) Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government.
3) Follow all Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. Temporary dust barriers may be installed based on this assessment. Bi-weekly inspections of barriers and work areas will be conducted by Infection Control Nurse, Safety Manager, and COR to enforce implementation of risk assessment.
4) Follow Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. Provide interim life safety measures (ILSM) where fire protection, fire suppression or smoke/fire partitions will be shutdown or rendered ineffective during construction. Coordinate with VA safety office through VA COR. ILSM must be posted outside work area at all times.
5) All equipment and materials shall be approved prior to being brought on job site.
6) Vendor to follow onsite Security Requirements.
7) Although normal work hours are Monday through Friday 8:00 a.m. to 4:30 p.m., for critical areas that will require shut-downs, work shall be completed on 2nd and 3rd shifts and weekends. Final schedule shall be determined after analysis of damaged drives. Contractor shall make prior arrangements with the COR to coordinate shut-down periods. Also, contractor shall make arrangements for sub-contractors to work in secured areas. VA will not grant access to subs, it is the responsibility of the contractor.

a) Contractor must obtain a burn permit from VA Safety Office prior to any welding, soldering work and burning.
b) All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police.
c) The work is in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn at all times.
d) Contractor shall provide general clean up to construction area daily to the satisfaction of the VA Project Manager.
e) Hospital smoking policy (NO SMOKING IN THE BUILDING), smoking must be done in approved smoke shelters or at least 35 feet from any building.
f) OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. Contractor must have 30 hour OSHA Construction Safety course.
g) Start up, test, check and adjust all new units in the presence of the VA COR.
8) No Smoking is allowed on VA campus.
9) Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be partially concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.

8.0 Glossary of Abbreviations, Acronyms, Definitions

1) VA: Veterans Affairs

2) CO: V.A. employee of the VA Contracting Service officially assigned to act as Contract Officer in the behalf Veterans Health Administration. The services performed are that of general supervision, direction, control and approval of the contract.

3) COR: Contracting Officers Representative. V.A. employee of VAMC Facilities and Engineering Service officially assigned to act as Project Manager and Inspector on behalf of VAMC and Contracting Officer. COR shall be First Point of Contact on all matters concerning contract work for subject Project.

4) The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location.
5) Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above.

6) Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property.

7) Qualifications of Key Personnel: Contractor s employees should be knowledgeable of standards associated with this type of work.

8) Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job.

9) Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 16, 2023 01:42 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >