The RFP Database
New business relationships start here

New Staff Terminal Add-on for CLC (VA-19-00016193)


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

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

80.00
EA
$00.00
$00.00

VoIP Staff Terminal V2
Model #: 351310






0002

14.00
EA
$00.00
$00.00

Power Supply with Backup Battery
Model: 351003






0003

14.00
EA
$00.00
$00.00

8 port Ethernet Switch wPOE
Model #: 351004






0004

4.00
EA
$00.00
$00.00

Wall Mounting Cabinet-Head end, 28 H x 14 W
Model #: 351102






0005

28.00
EA
$00.00
$00.00

Cat5e data Cable, plenum, Blue, 1 K FT.
Model #: CAT5e-BL










GRAND TOTAL
$00.00


The Department of Veteran Affairs is seeking both manufacturers and/or distributors of the exact match or functionally equivalent equipment to the following:
1.0 GENERAL OBJECTIVES AND REQUIREMENTS
1.1 General: BRAND NAME OR EQUAL AND COMPATIABLE
This project is to install additional call systems to the existing Rauland Responder 5 Nurse Call system (referred to as Nurse Call).
1.2 Description of Services/Scope of Work:
Furnish and install 80 Staff Terminals. Install one per patient room in building 221 IAW manufacturer installation specifications.
1.3 Physical Security:
The Contractor shall be responsible for safeguarding all government equipment, information and property while performing the services described herein.
1.4 Period of Performance:
The period of performance shall be for a delivery of 30 days after receipt of order and installation to start upon delivery. The installation shall continue until all areas are complete and shall not exceed 45 days after delivery for completion. Contractor is responsible for supplying all parts.
1.5 Type of Contract:
Firm Fixed Price
1.6 Designated Point of Contact:
To be Determined with COR Delegation Letter
1.7 Contract Administration:
The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments and/or issue changes that will affect price, quantity or quality of performance of the contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be issued via an amendment and/or modification in writing from the Contracting Officer to the Contract.

1.8 Invoices:
Contractor shall submit two separate invoices. Invoice number one shall contain all parts, supplies and materials used in completion of this Contract. The second invoice for the labor portion of the installation shall be submitted upon completion of contract. The Department of Veterans Affairs utilizes a third-party invoicing service provider (Tungsten Network) for handling electronic invoices. All invoices should be electronically submitted to the Tungsten Network website: http://www.tungsten-network.com/us/en/.
Electronic invoice can be submitted at no additional cost to the Department of Veterans Affairs Vendors. If NOT registered with the Tungsten Network (formerly OB 10), please call (1-877-489-6135) for registration and/or assistance.
1.9 Work Stoppage/Delays:
The contractor Must provide a detail schedule for installation and in such a manner that it will not impede the patient care within the clinic that is agreed upon by the COR and Nursing. Delays due to patient care will be at cost to the government.
1.10 Site visit Date and Time:
Site visit will occur at the CTXHCS, Olin Teague Hospital, Temple, TX on January 9, 2019 at 10:00am. Please meet COR, Billie McLaughlin, in the main lobby of building 204.
2.0 TASK SPECIFICATIONS
2.1 Description of Work:
The Contractor shall provide qualified inspectors, labor, technicians, equipment, tools, materials, parts, transportation, supervision, and any other items, and non-personal services deemed necessary to perform the installation of 80 each Staff Terminals Manufactured by Rauland. One unit in each patient room in building 221 per manufacturer installation instructions.
This includes the installation of the following items that are needed to ensure proper operation of the system:
Quantity Model No. Description
14 Each 351003 Power Supply w/ Batt. Backup
14 Each 351004 8 port Ethernet Switch with POE
4 Each 351102 Wall Mounting Cabinet-Head-end, 28h x 14w
80 Each 351310 VoIP Staff Terminal V2
Est. 28 CAT5e-BL Cat5e Data Cable, plenum, blue, 1k ft.




2.2 Service Requirements:
This is an addition to the existing Nurse Call System and must be connected to the Nurse Call Head in the CLC and program to the Nurse Call Systems server for monitoring and troubleshooting of the system.
The Staff terminals shall be installed per NFPA 99 and VA Specifications in the specified areas and be interconnected with the Server being used in Waco.
All necessary equipment required to meet the intent of these specifications, if enumerated within these specifications, shall be supplied and installed to provide a complete and operating nurse/patient communications network.
The contractor must follow the attached Proposed Statement of work.
The contractor Must provide a detail schedule for installation and in such a manner that it will not impede the patient care within the clinic that is agreed upon by the COR and Nursing.
2.3 General Services Information:
2.3.1 The Department of Veterans Affairs Hours of Operations: Regular hours: Monday Friday, 08:00 a. m. to 4:30 p. m. After Hours: Not deemed necessary at this time. If needed, this must be coordinated with the Contracting Officer s Representative (COR), and notify the Contracting Officer.
2.3.2 Contractor shall provide Emergence Service 24 hours a day, when total or catastrophic failure of equipment is reported, contractor must respond within eight hours of such notification calls for maintenance. Routine Service will be provided within eight business hours (8am-5pm Monday through Friday, excluding holidays) of notification.
2.3.3 All new equipment shall be in full service immediately following completion of the Responder 5 installation and before removal of the wireless system.
2.4 Specific Requirements:
The contractor must follow this Proposed Statement of work.

The contractor Must provide a detailed schedule for installation that will not impede the patient care within that clinic/area. The scheduled must be agreed upon and approved by the COR and Nursing.
3.0 Performance Requirements.
The contractor will be required to schedule all work in such a manner that it does not impede the operations of patient care.
The contractor will be required to furnish a CAD drawing of the completed installation that show where all cables and device are installed.
The contractor shall provide a warranty on the Staff terminals which shall include all necessary labor and equipment to maintain the system(s) in full operation for a period of one year from the date of acceptance. In addition, the contactor shall provide a 5-year warranty on all Staff terminals.
After acceptance of the installation shall be provided on the following basis:
Emergency Service when a total or catastrophic failure is reported the contract has 2 hours to respond.
Routine service when a minor failure exists within 24 hours if it directly effects patient care and within 2 working day if not a direct patient care issue.
System wiring and equipment installation shall be in accordance with good engineering practices as established by the EIA and the NEC. Wiring shall meet all state and local electrical codes.
Contractor shall terminate all wiring with manufacturer approved connectors. The use of wire nuts is prohibited.
System shall employ a structured cable system consisting of standard 4-pair Category 5 cable to service all corridor lamps, and consoles.
All wiring shall test free from all grounds and shorts.
Wiring shall be UL listed, NEC and NFPA 70, Article 25 approved.
Nurse / Patient Communications System wiring shall not be run in the same conduit with other systems (i.e. Class 1 AC power distribution, fire alarm, entertainment systems, lighting controls, etc.).
The contractor will be required to provide training of the basic usage and programming of the Staff terminals.
4.0 ACCESS BADGING AND PARKING
No special parking -- contractor will use general parking
Contractor will be provided a Contractor s badge and must have a company photo ID displayed while working in VA buildings for Identification.

5.0 DELIVERABLES

The Contractor shall be required to deliver CAD drawing of the finished install.
The Contractor will deliver a detailed time line of the installation for approval by the VA COR.
The contractor will be required to Perform the Acceptance inspection of the completed area with the COR.
Contractor shall provide a complete report and/or documented forms of all test results derived from Rauland Responder 5 Nurse Call system.
6.0 GOVERNMENT FURNISHED EQUIPMENT AND SERVICES
None

Dr. Vinicky Ann Ervin Ph.D.
All interested parties shall contact Dr. Ervin
via mail on January 31, 2019 by 3 PM CST.

Business

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP