West Virginia Bids > Bid Detail

J063--Fluidmesh Upgrade & Optimization

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159608708425822
Posted Date: Oct 19, 2022
Due Date: Oct 26, 2022
Solicitation No: 36C24523Q0070
Source: https://sam.gov/opp/ca383a557e...
Follow
J063--Fluidmesh Upgrade & Optimization
Active
Contract Opportunity
Notice ID
36C24523Q0070
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 19, 2022 11:01 am EDT
  • Original Response Date: Oct 26, 2022 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 02, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Martinsburg VA Medical Center 510 Butler Avenue Martinsburg , WV 25405
    USA
Description
RFI 36C24523Q0070
FLUIDMESH UPGRADE & OPTIMIZATION
MARTINSBURG VA MEDICAL CENTER

The Martinsburg 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.

If you feel that your company is capable and qualified to perform the services described in the Statement of Work below, please submit a Capabilities Statement electronically to Phillip.Duba@va.gov.

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 Phillip.Duba@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 26, 2022 at 12:00 p.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
GENERAL INFORMATION

1. Fluidmesh Optimization

2. Scope of Work: The contractor shall update/optimize the Fluidmesh system

3. Background: The current Fluidmesh system has times when video is not available, or latency causes the video to be unusable.

4. Type of Contract: Service

5. Location: Martinsburg VAMC.
GENERAL REQUIREMENTS

Overview
The contractor will optimize the existing Fluidmesh system. The Fluidmesh system consists of 18 cameras with Fluidmesh antennas. These antennas transmit to four antennas on the hospital roof. The four antennas are connected to a network switch in the hospital. The data is transmitted over the network to four recording servers.
The current system experiences complete video outage, latency, or unresponsiveness to commands. These issues may occur at any time. At other times cameras are completely functional.
Frequencies in the 5.2 to 5.4 mhz band cannot be used
All work will be completed between the hours of 7:00 a.m. and 4:00 p.m. Monday thru Friday except Federal holidays, unless prearranged with the COR.
Contractor will observe all Martinsburg VA Medical Center Infection Control protocols.
Contractor must have experience installing fluidmesh devices and networks for video.
The C&A requirements do not apply, and a Security Accreditation Package is not required.

Fluidmesh System
The contractor will utilize Fluidmesh manufacturers guidelines when assessing the system. The guidelines to be followed include adding additional antennas, checking settings and alignment, replacing cabling or other components as needed for all existing devices.
The system contains 4 clusters of radios. Work for each cluster will entail the following activities:
Green Cluster:
The GREEN Cluster consists of 5 radios (R_A NorthwestFM Primary, FM1 NeedyGateFM, FM1.5 WaterBallFM, FM2 6th STFM, FM15 EmpParkAFM). Upgrade the R_A Northwest FM Primary radio to a new Fluidmesh 3200 BASE Wireless Radio with Unlimited Throughput up to 100 Mpbs and the remaining 4 radios (FM1 NeedyGateFM, FM1.5 WaterBallFM, FM2 6th STFM & FM15 EmpParkAFM) to new Fluidmesh 2x2 MIMO-Based Wireless Radios with Unlimited Throughput up to 150 Mpbs. Install a new pole at R_A Primary location on the hospital building roof so that this Primary radio is 3 feet above the roof line to avoid interference and replace the existing mount with an articulating mount which will greatly improve the technician s ability to optimally align the radio with the secondary Cluster members. The 4 remaining radios will have their mounts replaced with articulating mounts to allow for proper alignment with the R_A Primary Radio. Each of the Primary radios will be properly grounded using grounding straps.
Yellow Cluster:
The YELLOW Cluster consists of 3 radios (R_B NorthEastFM Primary, FM14, Unkown FM). This cluster is currently not in service due to construction in this area of the hospital. Upgrade the R_B NorthEastFM Primary with a new Fluidmesh 3200 BASE Wireless Radio with Unlimited Throughput up to 100 Mpbs and the remaining 2 radios (FM14 & Unkown FM) to new Fluidmesh 2x2 MIMO-Based Wireless Radios with Unlimited Throughput up to 150 Mpbs. Install a new pole at R_B NorthEastFM Primary location on the hospital building roof so that the Primary radio is 3 above the roof line to avoid interference and replace the existing mount with an articulating mount to aid technician s in radio adjustments when calibrating alignment with remote light pole secondary radios. The 2 remaining radios will have their mounts replaced with articulating mounts to allow for proper alignment with the R_B NorthEast FM Primary Radio. Each of the Primary radios will be properly grounded using grounding straps
Red Cluster:
The RED Cluster consists of 8 radios (R_C VAMC East Primary, FM9A O-LotFM, FM10 WaterPlantFM, FM11A Baker in LPR FM, FM11B Baker Out LPR FM, FM12 ChildCareFM, FM13 GasStationFM, FM17 ValetFM). The RED Cluster is unique as it contains a sub Cluster BAKER Cluster which contains 4 additional radios. We will upgrade the R_C VAMC East Primary radio to a new Fluidmesh 3200 BASE Wireless Radio with Unlimited Throughput up to 100 Mpbs and the remaining 7 radios (FM9A O-LotFM, FM10 WaterPlantFM, FM11A Baker in LPR FM, FM11B Baker Out LPR FM, FM12 ChildCareFM, FM13 GasStationFM, FM17 ValetFM) to new Fluidmesh 2x2 MIMO-Based Wireless Radios with Unlimited Throughput up to 150 Mpbs. Install a new pole on the hospital roof located > 3 away from other radio s / obstructions and relocate radio R_C VAMC East Primary to this location. Replace each of the existing mounts with new articulating mounts to allow for better alignment with R_C VAMC East Primary. FM17 ValetFM will be reconfigured to use R_D VAMC West Primary once R_D VAMC West Primary is relocated. FM9A O-LotFM will be realigned to FM9B BakerRXFM Primary once FM9B BakerRXFM Primary is relocated to the fiber trailer. All 4 radios will have their mounts replaced with articulating mounts to allow for proper alignment with the R_C Primary Radio. Each of the Primary radios will be properly grounded using grounding straps.
Blue Cluster:
The BAKER Cluster consists of 4 radios (FM9B BakerRXFM Primary, FM5 BakerGarage, FM7 BakerHouse, FM8 FluTrailerFM). BAKER Cluster FM9B BakerRXFM Primary and RED Cluster FM9A O-LotFM are both connected to the same switch, and FM9A O-LotFM currently transmits all of BAKER Cluster data as well as its own data to R_C VAMC East Primary. Create a new ORANGE Cluster from the existing BAKER Cluster by relocating FM9B BakerRXFM to the Blue Fiber Trailer to improve network throughput and reliability. We will use radios (FM5 BakerGarage, FM7 BakerHouse, FM8 FluTrailerFM, FM9A O-LotFM) and align these radios to FM9B BakerRXFM Primary at its new location. The USDVA is responsible to provide a network switch port in the Blue Fiber Trailer and utilize the customer provided existing fiber connection. Upgrade the FM9B BakerRXFM Primary to a new Fluidmesh 3200 BASE Wireless Radio with Unlimited Throughput up to 100 Mpbs and the remaining 3 radios (FM5 BakerGarage, FM7 BakerHouse, FM8 FluTrailerFM) to new Fluidmesh 2x2 MIMO-Based Wireless Radios with Unlimited Throughput up to 150 Mpbs. Each of the new radios will have their existing mounts replaced with new articulating mounts to allow for proper alignment with the FM9B Primary radio. Each of the Primary radios will be properly grounded using grounding straps.
All locations will be verified with VA prior to installation.

The contractor must supply their technicians with OSHA compliant safety equipment when working in or near roadways, or in elevated locations.

Upon completion all Fluidmesh cameras must provide satisfactory live video and retention without latency issues to include the controlling of PTZ cameras caused by communication issues. The contractor will be held harmless for issues that occur due to a damaged or broken camera unless the camera is broken or damaged by the contractor.
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 19, 2022 11:01 am 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 >