The RFP Database
New business relationships start here

Supply and installation of Oakland BHU Public Address System


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

This is a Sources Sought Notice as defined in FAR 15.201 (e). This is NOT a solicitation for proposals or quotations.
The purpose of this notice is for market research purposes to gain knowledge of qualified sources in order to determine an acquisition strategy.
The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21) is requesting information to determine if there is any Service Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Small Business or other Open Market Source with the capability to supply and install a Public Address System at the Oakland Behavioral Health Unit located at 534-540 20th St., Oakland, CA 94612.
The NAICS code applicable to this requirement is 334310 Audio and Video Equipment Manufacturing with size standard of 750 employees.

SCOPE OF WORK

GENERAL

The intent of this project is to provide as well as install a Public Address System for the Oakland Clinic, Behavioral Health Unit.
Areas include, but are not limited to the first floor, second floor and outside area.
1.2 The Public Address System is designed to serve the multi-purpose of making general announcement and to transmit the fire tone under fire condition. The Public Address system will coincide with the use of emergencies as well as the point of communication with patients.
The work site is located at the Oakland Behavioral Health Clinic at 534-540 20th Street, Oakland, CA. 94612.
All work shall comply with all applicable International building codes, and V.A. specifications.
The government representative for this project will be Elissia Mathews (925) 372-2497. All on-site visits and work must be coordinated through the representative.
All work must meet the V.A. design guide criteria.
Ensure all persons entering site have/display approved badges.
Design duration is 120 days from award to completion.

DESIGN SERVICES

All labor, materials, and equipment shall be distributed on each entire floor, as well as the outside area.
Digital Paging Transmitter: Transmitter shall be designed for voice and data paging applications.
Wireless Paging Base System: Base system shall be capable of paging and controlling public address speakers, message boards and sirens.
Speakers: The speakers shall be distributed in the entire floor and shall be configured in different zones. The announcement can be made in zone wise or to all the speakers simultaneously in ALL CALL mode. Fire Alarm shall be announced immediately on receipt of Fire signal from the panel to all zones.
Facility will need wireless in-tile speakers, wireless wall speakers as well as outdoor wireless speakers.
Amplifiers: All amplifiers shall be mixing type for speech as well as automated voice. Amplifiers shall be mounted in suitable wall.
Wireless LED Message Display: Message display shall be wall mounted designed with viewing to accommodate a wide variety of messaging application (i.e. emergencies, clients, etc.)
Strobe Lighting: Public Address system shall be connected with strobe lighting that is already installed in facility.
PA System Wiring
Testing and Commissioning: Entire Public Address system shall be tested to establish the following:
Functionality of the PA System
Combined systems shall be tested for the overriding feature for prioritizing fire alarm and life safety requirements.
Acceptability audibility of the public address in all spaces.
All visits and coordination required to obtain as-built drawings.
All site visits needed to field verify existing conditions.
All necessary meetings with stakeholders and engineering to review and address building concerns to arrive at a design to CD level drawings.
Incorporate project as-builts into V.A. electronic record drawings for Building 19, second floor.
V.A. standard details may be accessed here: http://www.cfm.va.gov/til/sDetail.asp
V.A. design guide may be accessed here: http//www.cfm.va.gov/til/
.
SUBMISSIONS

Submit all drawings in accordance with provided design guide.
Submit schematic drawings 30 days after NTP.
Submit design drawings 20 days after review response.
Submit Construction drawings 20 days after review response.
Submit two full-size sets, one half-size set, and one CD in pdf and CADD format of complete final drawings with new addendum included into old drawing sets.
Provide updated construction cost estimate, to reflect current costs and addendum work.


CONSTRUCTION PERIOD SERVICES (CPS)

Respond to all RFI s, prepare addenda and clarification documents as necessary.
Review all shop drawings and submittals.
Provide 3 site visits of any discipline needed per COR request; these visits are separate from all others.
Review as-builts upon project completion, and incorporate into electronic record drawings.


DESIGN TIMELINE

Design Schedule shall be submitted to V.A. within 10 days of design NTP.
Concept meeting with Engineering and COR within 15 days of NTP.
Schematics, design development, and construction documents submittals due in accordance with approved schedule.
Electronic as-builts due 30 days from red line submission
All site investigation shall be pre-coordinated with COR.
Site investigations visits inside OR, Recovery Room, and SPS shall be arranged and scheduled during patients non-treatment and care times and days (outside VA hours of operation) .

RECORDS MANAGEMENT LANGUAGE
The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract:
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Interested parties are invited to respond. Response shall include the company name, address, point of contact, phone and fax numbers, e-mail address, DUNS number and capability statement. Please send your response via e-mail to the Contracting Officer at Cristina.lansangan@va.gov no later than December 22, 2017 at 4:00pm PST.
This notice shall not be construed as a commitment by the Government to issue a solicitation or make an award, nor does the notice restrict the Government to a particular acquisition approach. A response to this Sources Sought Notice is not a request to be added to a prospective bidder s list or to receive a copy of the solicitation. Interested offerors must respond to the solicitation, if issued, in addition to responding to this Sources Sought Notice.

CRISTINA.LANSANGAN@VA.GOV

Cristina.Lansangan@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP