The RFP Database
New business relationships start here

ALARM SYSTEM INSTALLATION


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Introduction

This Sources Sought is issued solely for information and planning purposes only. This is not an Invitation for Bids, a Request for Quotation, or a Request for Proposal, nor does it restrict the Government s decision on the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice will not be used as an Offer and cannot be accepted by the Government to form a binding contract. Any contract/order(s) that might be awarded based on information received or derived from this market research will be the outcome of a separate process.

The Department of Veterans Affairs Sam Rayburn Memorial Veterans Center located in Bonham, Texas is conducting a market survey to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses and/or HUBZone small businesses capable of serving the needs identified below.

The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition.

Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

Scope of Work:

The requirements listed in the following Scope of Work are to be applied upon issuance of Alarm System Installation service contract for the Sam Rayburn Memorial Veterans Center, 1201 E 9th Street, Bonham, TX 75418 for the period January 1, 2020 through December 31, 2020.
B-3 Main Kitchen wireless
Temperature Alarms
With Base + 4 Web Site Contract
Period of Performance (POP):

Base Year: January 1, 2020 December 31, 2020
Option Year 1: January 1, 2021 December 31, 2021
Option Year 2: January 1, 2022 December 31, 2022
Option Year 3: January 1, 2023 December 31, 2023
Option Year 4: January 1, 2024 December 31, 2024


Contractor to provide all labor, supervision, materials and equipment to install a 24/7 wireless temperature monitoring and reporting system in building 3 main kitchen walk in and reach in refrigerators and freezer. System must be capable of storing data for up to 2 years online in a vendor provided data base. A dedicated PC will not be required on site. This contract will include a base year with for option years for the temperature web monitoring and reporting subscription. Contractor shall work with our VA IT department to ensure proper internet configuration.
ALERTS On-site alarm shall sound audibly on the central control display when the temperatures move outside critical control points. Off-site alerts are received via text or e-mail. Phone numbers and email addresses are to be determined and provided by the COR at the time of contract implementation.
WIRELESS TEMP PROBES Wireless temp probes shall be place on walk ins and reach in boxes. Probes placement shall be determined by the installer. These probes shall collect data 24/7
Probes shall be place in the following location sand be referenced by the following numbers. Temperature ranges shall be between -10- and +10-degrees Fahrenheit for freezers and between 36 and 40 degrees Fahrenheit.
1. Dallas Box
2. Butcher Shop
3. Main Freezer
4. Veg Box
5. Milk Box
6. Cooks Box
7. Bonham Box
8. Nourishments Box
9. CTO 1
10. CTO 2
11. CTO 3
12. RIF

13/14. Double Door Freezer/Cooler
EQUIPMENT Included in this contract is 1 color monitoring display, 14 temperature probes and 4 repeaters. Unless otherwise specified to meet our requirements.
The Temperature Monitoring Internet Subscription shall be a base plus 4 option years.
All work to be accomplished in accordance with VA and Industry Standards and in accordance with Manufactures Recommendations. Also; in accordance with the International Building Code (IBU); NFPA, Electrical Code; Life Safety Codes; HVAC; local and state building codes. This work is located at the building 2 Main Kitchen, VA North Texas Health Care System, Sam Rayburn Memorial Veterans Center, 1201 East 9th Street, Bonham, Texas 75418.
A SITE SPECIFIC SAFETY PLAN AND RECYCLING LOG SHALL BE FILLED OUT BY THE CONTRACTOR AND TURNED INTO THE COR
All equipment and materials require submittals and will be reviewed by the VA staff. Upon VA approval the contractor may proceed with procurement. Provide 1 year parts and labor warranty.
Contractor is to utilize the following safety and infectious control criteria which applies to this particular project in Safety Plan.
SAFETY CRITERIA
1. Identify the VA COR over project
2. Identify the contractor employee holding the OSHA 30 Hour Card. (The card needs to be carried while on site and no work will be performed unless their 30 hour cardholder is on location.)
3. Identify that all other employees will possess an (OSHA 10) Hour Card when working on site. Spot checks will take place.
4. Identify PPE that will be worn. At a minimum safety glasses will be worn at all times when inside the construction zone.
5. Infectious Control and ILSM will be implemented during construction. Provide plastic barriers and or utilize a HEPA cart when removing ceiling tiles for construction or demolition. Provide tacky- mats outside of barrier walls of construction site.
6. All equipment used must be inspected by contractor prior to use each day and documented on a daily Equipment Inspection Log provided by the contractor.
7. Contractor will provide an ABC fire extinguisher while on site.
8. Area within building must be kept secured and construction signage posted at all times.
9. A Scope of the Project is required identifying start and estimated completion dates.
10. Identify who and how contact will be made in case of an emergency or injury. Designate where an injured employee will go to obtain medical care. List phone number and address of medical facility.
11. The contractor shall restore ALL disturbed grounds to existing conditions.

12. ALL items discussed above are to be addressed in the Safety Plan and should be provided to and approved by the facility Construction Safety Officer in Safety Service prior to work being initiated.
13. Identify all chemicals to be used in the scope of the project and provide a Safety Data Sheet on each product. These need to be submitted as part of your Safety Plan.
14. All work shall be in accordance with current NFPA 101 Life Safety Code, Local and National Building Codes. As well as all OSHA and VHA Occupational Safety and Health Standards.

Equipment cut sheets shall be provided and must be approved by VA before ordering.
CONTRACTOR RESPONSIBILITIES: The Contractor shall exercise extreme care to avoid damaging Government property such as buildings, equipment, trees, shrubs, or turf. Any damage to Government property by the Contractor shall be repaired by the Contractor to its original condition at no additional cost to the Government. The Contractor shall ensure that all materials are new, free from defects, imperfections and asbestos free (NO ASBESTOS CONTAINING MATERIALS SHALL BE USED ON THIS PROJECT).
SCHEDULE OF WORK: The Contractor shall notify the Contracting Officer s Representative (COR) Earl Stoyer, Engineering Building 9, phone: (972) 655-6067, prior to start of work. The Contractor shall schedule work through the COR. The Contractor shall coordinate work with COR NLT 3 days before starting work. Work shall be complete with-in 90 days of work start. Other contractors may be working in the same area performing other work. The contractor shall execute work in a manner so as not to impede other contract work.
HOURS OF WORK: The normal hours of work are 08:00 to 16:30 Monday through Friday. Work shall be performed during normal work hours. Work to be performed in other than normal hours shall be approved by the Contracting Officer s Representative.
WORKMANSHIP: All work under this contract shall conform to the standards of these specifications. The Contractor at no additional cost to the Government shall correct work not meeting these specifications. Work shall be accomplished by mechanics skilled in the trade.
DAILY PROGRESS REPORTS: The Contractor shall provide on a daily basis and no later than 9:00 AM, a progress report of work accomplished the previous day to COR Earl Stoyer, located in Bldg. 9.
WORKING CONDITIONS: The buildings and the surrounding site areas will be occupied and Government operations will continue on a normal, temporary or restricted basis for the duration of the contract. The Contractor shall take all precautions to ensure that his operations are conducted in a manner so as not to interfere with the normal operation of surrounding facilities. The Contractor shall execute work in a safe manner and shall not subject personnel to unsafe conditions. The Contractor shall provide safety barricades, devices, and equipment to protect personnel and property and repair damage caused by construction operations. Take all precautions to protect the building and its occupants during the installation period.
BADGES: All Contractors are required to sign in at Building 11 (Boiler Plant). Visitor s badges will be obtained and worn at all times.
SITE VISIT: The Contractor shall visit the site to determine the full extent of the work. Failure to inspect the site will not constitute grounds for a claim after contract award. A site visit will be scheduled through the COR, Earl Stoyer, Bldg. 9, telephone number (903) 583-6378.
DISPOSAL: Disposal of materials removed under this contract at an approved disposal site in accordance with all local, state, and federal laws, regulations, and guidelines are the Contractor s sole responsibility. The contractor shall adhere to all OSHA requirements concerning removal, transporting, and disposal of the material. Material may be disposed of in the proper VA container. See the COR for further information. (Refer to attachment A)
CLEAN-UP: The Contractor shall keep the area neat and tidy and free of debris at the end of each workday.
SAFETY AND FIRE: All fire and safety rules and regulations are applicable; NFPA and SBCCI dated 1999. The Contractor shall comply with EM385-1-1 dated 1987 for minimum safety requirements. The Construction Safety Guidebook (VHA Center for Engineering & Occupational Safety & Health) shall be used as a guideline. A site-specific safety plan must be submitted by the contractor and approved before a preconstruction meeting can be scheduled.
PERMITS: The Contractor shall be responsible for obtaining any licenses and permits and complying with any laws, codes, and regulations applicable to the execution of this work as required by Federal Government the State of Texas
NOTE: ALL REQUIRED CONTRACTOR VA SAFETY DOCUMENTATION MUST BE PROVIDED PRIOR TO THE START DATE.
A site visit may be scheduled thru the Contracting Officer with the Contracting Officer Technical Representative (COTR) Mr. Earl Stoyer at (903)583-6378 or (972)655-6067 between the hours of 9:00 AM to 2:00 PM Monday thru Friday.
Contracting Officer Technical Representative (COTR) is Earl Stoyer. He can be reached at (903)553-6378 or (972)655-6067 between the hours of 7:00 A.M. to 4:30 P.M. Monday thru Friday.
This work is located at the VA North Texas Health Care System, Sam Rayburn Memorial Veterans Center, 1201 E.9th Street, Bonham, Texas. 75418. COR is Earl Stoyer. Cell (972)655- 6067. Email earl.stoyer@va.gov.

Charles L. Brown, Jr. - Contract Specialist
Charles.Brown9@va.gov

Charles.Brown9@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP