The RFP Database
New business relationships start here

Walter Reed IO Project


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

This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources and their size relative to NAICS 337127, Standard Size 500 employees. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement.

Proposed project will be a competitive, firm-fixed price, commercial supply contract procured in accordance with FAR 12 and FAR 15.


All small business types including: SDVOSB, VOSB, WOSB, Section (8a), and HUBZone are highly encouraged to participate. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.


The U.S. Army Corps of Engineers (USACE), Little Rock District is seeking information for a requirement for the initial outfitting (IO) in support of the Medical Center Addition/Alteration (MCAA) project at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, MD.

The anticipated contract period of performance will be five years.


The estimated price range for this project: $100 Million - $150 Million


This project will require extensive transition planning and services as WRNMMC continues patient care throughout the renovation. The Government is seeking qualified, experienced sources capable of performing a requirement of this magnitude and complexity.


Prior Government contract work is not required for submitting a response under this sources sought synopsis.


The multi-phased DBB project will construct a 575K SF addition and alter (renovate) 124K SF of healthcare facilities at Walter Reed National Military Medical Center (WRNMMC) in Bethesda MD. It includes renovating currently occupied space (Buildings 9 and 10), the demolition of 300+K SF (Buildings 2,3,4,6,7,8), and the construction of a new medical services building (Buildings C). The design and construction portion of project is managed by the Navy Facilities Engineering Command (NAVFAC), and the IO&T portion is managed by the US Army Corps of Engineers-Little Rock (USACE-SWL). The Defense Health Agency (DHA) is the Service Medical Activity (MTF) responsible for the planning, programming, and oversight of IO&T activities on behalf of the Medical Treatment Facility (MTF).


DoD Medical facilities components are categorized as Primary, Secondary, or Tertiary systems. Primary systems include site, structure, and envelope; these are intended to endure 50-100 years with minimal changes. Secondary systems include interior walls, ceilings, floors, distribution systems, and others intended to last 15-50 years. Secondary systems are often replaced in part or whole during a building's lifespan. Tertiary systems are highly changeable and include Furniture, Fixtures, and Equipment (FF&E).

The scope of this IO project will include all Tertiary systems, and also some Secondary systems, necessary to outfit and activate a Defense Health Program (DHP)-funded project. Initial Outfitting and Transition includes supplying commodities such as furniture, fixtures, medical equipment, and communications, security, and controls systems. Initial Outfitting and Transition also includes incidental services such as design, validation, warehousing/storage, delivery, installation, testing, facility orientation, relocation of property, training, excessing, final cleaning, certification of these FF&E and communications, security, and controls systems for new or newly renovated facilities. IO&T Tertiary systems and/or select Secondary systems are funded with Operations and Maintenance (O&M) funding or Other Procurement (OP) funding.


Scope of Work


Scope of Work includes, but is not limited to,
Initial Outfitting - Transition (IO-T) activities:
• Project Management,
• Taking inventory of all existing systems and commodities, conducting user interviews
• Validating commodities and planning services (new commodities, reuse commodities, and disposal commodities)
• Managing the phasing and transition activities, relocation, space planning and public relations planning.


Initial Outfitting - Commodities (IO-C) activities:
• Ordering, purchasing, delivering, installing, certifying, training and warranting all commodities identified in the IO-T process as well as public relations materials and events.
• Commodities include, but are not limited to, furniture/furnishings, casegoods, medical equipment and low voltage systems, such as resource protection and communications
• Other IO-C deliverables include moving services, Operation and Maintenance (O&M) manuals, contractor supplied warehousing/storage, and public relations.


1.1 QUALITY/PERFORMANCE
1.1.1 GENERAL
The Contractor shall provide the commercial items herein and meet the quality standards and performance requirements referenced below.


1.1.2 MEDICAL EQUIPMENT
The Contractor shall provide medical equipment that meets the quality standards outlined in the solicitation. Descriptions of each JSN will be found in the solicitation. If a specification is not included, then the quality standards (brand name or equal) outlined in the solicitation shall apply.


1.1.3 FURNITURE & FIXTURES
The Contractor shall provide furniture and fixtures that meets the quality standards outlined in solicitation. If a specification is not included, then the quality standards (brand name or equal) included in the solicitation shall apply.


1.1.3.1 EXTERIOR FURNITURE & FIXTURES
Provide the following items that meet the quality standards of the brand name or equal:
1) Waste Receptacles:
a. Manufacturer: Landscapeforms
b. Model: Lakeside Litter Receptacle, "Grass Top Open"
2) Table and Chairs:
a. Manufacturer: Landscapeforms
b. Model: Charlie Table/Oval 67"
3) Benches:
a. Manufacturer: Landscapeforms
b. Model: Stay Bench/Backed
4) Bicycle Racks:
a. Manufacturer: Landscapeforms
b. Model: Reeder Illuminated Bike Rack


1.1.4 CASEWORK
The Contractor shall provide casework/cabinetry that meets the quality standards outlined in solicitation. If a specification is not included, then the quality standards (brand name or equal) included in the solicitation.


1.1.5 ARTWORK
Provide a variety of two and three-dimensional art such as photography, prints, paintings, sculpture, mixed-media and images. Artwork subject matter shall be appropriate for the region and locale, be patient-sensitive to the department type, and be framed and scaled appropriately for the space. For example, a large open atrium could accommodate a large mobile sculpture. New two-dimensional artwork shall be matted and framed. All existing artwork designated as "reuse" shall be professionally re-matted and re-framed. Provide security mounts and hardware to prevent theft for each commissioned, historically significant, and numbered/signed artwork.
The Contractor shall provide artwork that meets the quality standards found in the solicitation.

1.1.6 SPECIALTY SIGNAGE
The Contractor shall provide specialty signage that meets the quality standards in the solicitation. In addition:
• Bill of Rights: The Contractor shall provide Bill of Rights Signage per Department of Defense Instruction Number 6000.14.


1.1.7 LOW VOLTAGE SYSTEMS
The Contractor shall meet the quality standards outlined in the solicitation. The Contractor shall provide LVS that interfaces and is compatible with the existing systems outlined herein. If the make/model is not listed below, then the make and model (or equal) listed in the solicitation apply. If not listed on the DMLSS List, then the Contractor shall provide furniture and f\fixtures that meets the quality standards outlined in solicitation.


1.1.7.1 TELEPHONE SYSTEM
The VOIP telephone system, components and headsets will be provided by the General Contractor.


1.1.7.2 NURSE CALL SYSTEMS
Nurse call systems and components will be provided by the General Contractor.


1.1.7.3 INTRA-FACILITY RADIO REINFORCEMENT SYSTEM (IRES)
IRES (also referred to as a Distributed Antenna System (DAS)) and its components will be provided by the General Contractor.


1.1.7.4 RADIO PAGING (RP) SYSTEMS
The Contractor shall provide the RP Systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. Radio paging systems shall notify personnel. A person shall be able to call or text by means of a telephone or computer to a pre-assigned address, to send a number of different types of messages, in order to notify staff members. The existing RP system, to include system antennas, is located on top of Building 1. The Contractor shall ensure the existing system is fully functional at time of inspection and acceptance. This may include readjustment of existing antennas so RP signals properly cover the new building when the project is complete.


1.1.7.5 INTERACTIVE TELEVISION (ITV) SYSTEM
The Contractor shall provide the ITV Systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. The MTF currently has a GetWell Network ITV system in place. The Contract shall distribute the ITV system through the TIS. The distribution cabling shall be done utilizing the fiber optic backbone and UTP cable.


1.1.7.6 IPTV BROADBAND DISTRIBUTION NETWORK
The Contractor shall provide the IPTV Systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. The MTF currently has an existing IPTV Broadband system in place. The Broadband system is tied to the ITV system for distribution.


1.1.7.7 PUBLIC ADDRESS AND PROGRAM DISTRIBUTION (PAPD) SYSTEM
PAPD and its components will be provided by the General Contractor.


1.1.7.8 AUDITORIUM AUDIO VISUAL (AV) SYSTEMS
The Contractor shall provide the AV Systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. An integrated AV system shall be designed for the auditorium (Floor 1). The auditorium shall be capable of simultaneously performing all required functions, in all sections of the auditorium, for when the auditorium is divided into multiple auditorium spaces by moveable partitions.


1.1.7.9 PHYSIOLOGICAL MONITORING
The Contractor shall provide the Physiological Monitoring Systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. Infrastructure, to include a 1-inch conduit and back boxes, will be provided by the General Contractor. The Contractor shall route the cabling from the back boxes to nearest cable tray and provide necessary cabling to make the physiological monitoring systems fully operational.


1.1.7.10 INTEGRATED PATIENT SUITE SYSTEMS
The Contractor shall provide the Integrated Patient Suite systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. Currently there is an existing Cerner patient suite. The General Contractor is required to configure the facility to allow the Contractor to install Cerner system.


1.1.7.11 SOUND REINFORCEMENT SYSTEMS
The Contractor shall provide the Sound Reinforcement Systems that meet the quality standards outlined herein as well as the standards listed in the solicitation. Provide distortion and noise-free, highly intelligible (per the MRT of ANSI/ASA S3.22009), balanced, and evenly dispersed sound reproduction and reinforcement from multiple sources to an audience in chapels, auditoriums, and large conference rooms. Provide video and computer display capability such that it is easily visible and readable from every area in the space being served.


1.1.7.12 SOUND MASKING
The Contractor shall provide the Sound Masking Systems that meets the quality standards outlined herein as well as the standards listed in the solicitation.

1.1.7.13 WIRELESS ACCESS POINTS (WAPS)
The Contractor shall provide a wireless data network that meets the quality standards outlined herein as well as the standards listed in the solicitation. There are (2) wireless systems: The construction project will provide infrastructure only for the IO&T Contractor provided (WAP) Wireless LAN. The Distributed Antenna (DAS) for Cell service is provided by the General Contractor.


1.1.7.14 NSAB ELECTRONIC EQUIPMENT
[Reserved]


1.1.7.15 ELECTRONIC SECURITY SYSTEMS
The Contractor shall provide Electronic Security Systems (ESS) that meets the quality standards and performance requirements outlined below as well those required in the solicitation. The existing Lenel Access Control/Intrusion Detection System (ACIDS) and Pelco Network Video Management System (NVMS) monitors and controls all security related equipment. The Lenel ACIDS also serves as the ESS to monitor the Intrusion Detection System (IDS). The new equipment shall match the existing hospital ACIDS and Video Surveillance systems, and provide full functionality and operational ability of all new equipment. The existing card access control and Intrusion Detection System (IDS) is a HSPD-12, FIPS-201.1 compliant, computer server-based system.

The ESS design shall expand the existing Card Access Control, Intrusion Detection and Video Surveillance equipment to accommodate the new equipment. A new Dispatch Room will be built to provide backup monitoring of the ESS. The new equipment shall communicate on a dedicated Security Local Area Ethernet Network (SLAN). The SLAN shall consist of an Ethernet framework utilizing a combination of fiber optic and copper cable media. The SLAN shall be compatible with, and connected to, the hospital existing security Ethernet network. Any additional servers and workstations residing on the SLAN shall be time synchronized by a Global Positioning System (GPS) Network Time Provider (NTP) master clock. The NTP shall be interfaced to the existing computer server running synchronization software that will ensure every component is synchronized and operating in unison. The SLAN shall interconnect all subsystems of the ESS. The SLAN shall include communications between the ESS and any additional peer or subordinate workstations, local annunciation stations and portal control stations. The independent, stand-alone SLAN design shall incorporate the requirements of the DoD DIACAP program. This shall include the system network architecture, software, hardware, and security requirements. The ESS shall be configured to provide operator interface, interaction, dynamic and real-time monitoring, display, and control consistent on the existing system and new Dispatch Room.


The Dispatch Room shall have two monitoring workstations, one for Lenel monitoring, and the remaining for video monitoring. A 6-position monitor tree shall be provided at the station, 1 monitor serves for ESS monitoring, the remaining 5 shall serve as video monitors. It was determined during the site visit that additional monitoring equipment is not required at the Security Control Center (SCC). The existing ESS shall control system networks to interconnect all system components including peer or subordinate workstations, enrollment stations and field equipment. ESS shall provide individual camera icons on the ESS GUI graphical maps for camera call up to ESS workstation dedicated video surveillance event video monitors. The ESS shall interface with the facility onsite Radio Paging System for the radio paging of security events to response force personnel.


1.1.7.15.1 ENTRY CONTROL CARD READERS
Additional entry control card readers shall be HSPD-12, FIPS201.1 compliant. The card readers shall incorporate built-in heaters or other cold weather equipment to extend the operating temperature range as needed for operation at the site. Communications protocol shall be compatible with the local processor. The card readers shall read 125KHz passive proximity detection, contactless smart chip and 3 track magnetic stripe entry cards, all of which are encoded on the Government-compliant Common Access Card (CAC) credential. The cards shall contain coded data arranged as a unique identification code stored on or within the card, and of the type readable by the card readers. The encoded data shall adhere to the Government Smart Card Interoperability Specification V2.1 (GSC-IS). Encryption between the card, card reader, and panels shall meet Federal Information Protocol Standards (FIPS) of FIPS 201. Entry control keypads shall use a unique combination of integral 12-key numeric as an identifier.


1.1.7.15.2 ELECTRIC DOOR HARDWARE/ACCESS CONTROL
Electric door hardware incorporated into the door levers shall be used in lieu of magnetic locks and electric strikes, and shall be used for allowing access into an area via card reader or remote release pushbuttons. In addition, an internal request-to-exit (REX) switch in the egress portion of the lever shall activate when the lever is operated on the secure side, and shall signal the access control system, to momentarily bypass the BMS. The REX shall not unlock the door since the hardware will provide free egress from the secure space. Special areas such as infant protection zones, and rare special conditions will necessitate other types of hardware such as Delayed Egress (DE). The DE hardware shall provide 30-seconds of delay before the door unlocks, allowing sufficient time to respond to the alarm. The DE shall be interfaced to the fire alarm system for immediate release upon activation of sprinkler alarms only.


1.1.7.15.3 PERSONAL DURESS SYSTEM
[reserved]


1.1.7.15.4 INTRUSION DETECTION SYSTEM
All exterior doors shall be protected from intrusion by a combination of the access control system and balanced door position switches. Motion detection incorporating passive infrared technology shall be utilized. The alarms to these areas shall report simultaneously to the Base/Post Security Office and the hospital's Dispatch Room.


The system shall be programmed to automatically bypass the door position switch for a brief time period upon presentation of a valid card, or activating the egress device, to allow entrance and egress through card reader doors without initiating an alarm. This will allow the affected door location to be secured at all times, and will further allow the system to annunciate alarms in the event the door is held, propped or forced open.


1.1.7.15.5 SECURITY VIDEO SURVEILLANCE / NETWORK VIDEO MANAGEMENT SYSTEM
The infrastructure for an IP based Network Video Management and camera recording System (NVMS) shall be utilized throughout this project. Infrastructure for interior cameras shall be located for the verification of access control, personal duress, and intrusion detection events. Infrastructure for exterior cameras shall be positioned to monitor activity at designated exterior locations. All video cameras shall be digitally recorded for review and archiving purposes. If possible, the new IP cameras shall be compatible with the hospital existing video surveillance system. The existing NVMS is sufficiently sized to accommodate the additional cameras. The hospital's security staff will monitor the NVMS system. It is recommended that static video images be minimized, that pan, tilt and zoom images and images associated with an event (i.e. Emergency Assistance Station (EAS), duress, and intrusion detection) be displayed full screen on "event monitors" for easy assessment. Exterior cameras shall be high-resolution color cameras that automatically change to black and white in low light conditions. Interior cameras shall be color. Provide pan, tilt, and zoom cameras at each location.


1.1.7.15.6 INFANT PROTECTION SYSTEM
If a pediatric patient is abducted wearing an anti-abduction tag, an alarm signal shall be transmitted simultaneously to the anti-abduction system local nurse station workstation, as well as the monitoring station in Building 10 and the Security Control Center. In addition, the alarm signal shall be radio paged to the security staff, and radio paged to the nursing staff in the alarmed unit. The delayed egress mechanism of the doors shall be programmed to remain secured for 30-seconds, then release. Alarms shall be generated during the initial start of delay to allow personnel to respond to the location before the delay times expire. In the event of a fire alarm the door shall release immediately.


1.1.7.15.7 CARD READERS
[reserved]


1.1.7.15.8 STAFF ASSIST ALARM
Provide Behavioral Health staff wireless pendant transmitters that can be activated if assistance is needed. The alarm signal shall be transmitted both audibly and visually to an annunciator at the unit's nurse station, as well as at the Security Central Control room. The annunciator shall identify the staff member, as well as the room location. In addition, this alarm signal shall be radio paged to the security staff, and radio paged to the staff in the affected unit.


All interested firms shall provide the following information: company name, address, point of contact, phone number, email address, capability statement, business size pursuant to the NAICS Code 337127, Standard Size 500 employees, and existing Joint Ventures, including Mentor Protégés and teaming agreement information is acceptable.


Responses shall include a brief description of the top three recent and relevant contracts of comparable work performed within the past five years. The narrative shall include: the project, customer name, timeliness of performance, dollar value of contract, and customer satisfaction.


Responses to this notice shall be e-mailed to timothy.a.pighee@usace.army.mil. Telephone responses will not be accepted. Responses must be received in writing no later than Wednesday, November 14, 2018, at 1:00pm central time. This notice is to assist the USACE in determining sources only.


A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.


Timothy Pighee, Contract Specialist, Phone 5013401270, Email Timothy.A.Pighee@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP