The RFP Database
New business relationships start here

Sources Sought - Move/Install Wireless Duress System Wisconsin Rapids CBOC


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

Page 2 of 10
SOURCES SOUGHT SYNOPSIS FOR SMALL BUINSESSES ONLY.
The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify Veteran Owned Small Business parties having an interest in and the resources to support a requirement to move existing and install new wireless duress alarm system in accordance with the Statement of Work (SOW) for the Tomah VA Medical Center and the Wisconsin Rapids Community Based Outpatient Clinic (CBOC) in Tomah, WI and Wisconsin Rapids, WI. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238210 Electrical Contractor and Other Wiring Installation Contractors
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
Requirement:

Contract Title: Move Existing and Install New Wireless Duress Alarm System Wisconsin Rapids CBOC.
Background: The Tomah VA Medical currently has a CBOC (Community Based Outpatient Clinic) located at 555 W. Grand Ave., in Wisconsin Rapids WI. that has an existing internal, wireless duress alarm system. The CBOC above will move to a different space, but at the same address as above. The existing wireless duress alarm system will have to be moved to the new location and augmented with additional system repeaters to continue to function for the safety of all Clinic staff during duress events with patients, or otherwise. The following SOW details the requirements that are needed for the Tomah VA Medical Center to move the existing system and install a new wireless duress alarm system points in the above CBOC clinic.
Scope:
The Contractor shall provide all parts, equipment, material, labor and supervision, including travel costs, to perform the following;
Remove the twenty-four (24) existing wireless duress alarm repeaters that are installed at current Wisconsin Rapids CBOC. Retain for re-use.
Remove one (1) existing wireless duress alarm hub control panel that is located at current Wisconsin Rapids CBOC. Retain for re-use.
Re-install the twenty-four (24) existing wireless duress alarm repeaters in the new Wisconsin Rapids CBOC location.
Re-install existing wireless duress alarm hub control panel in the new Wisconsin Rapids CBOC location.
Provide and install sixty-six (66) new wireless duress alarm repeaters in the new Wisconsin Rapids CBOC Location.
Installation locations of all repeaters, re-used and new, and re-used system hub control panel, shall be as indicated by the COR.
Test complete system for operability and function.
The Contractor shall provide all end user Staff and Electronics Technician training on the system when installation is complete.
Since this Clinic is leased by the Tomah VAMC (Veterans Affairs Medical Center), the installation and system operation shall have minimum physical impact on all Clinic space.
The wireless duress alarm system shall provide a mesh circuit of pager devices that will alert all Clinic staff of an emergency if help is needed and shall allow all Clinic staff to place an emergency duress call if needed
New wireless duress system shall be a TTI (Turn-key Technologies Inc.) Guardian type, or prior approved equal, and shall include the following requirements at a minimum
System must be able to use the Zigbee Protocol.
This is a networking Protocol. It is an IEEE 802.15.4-based specification for a suite of high-level communication protocols used to create personal area networks with small, low-power digital radios, such as for home automation, medical device data collection, and other low-power low-bandwidth needs, designed for small scale projects which need wireless connection. Hence, Zigbee is a low-power, low data rate, and proximity (i.e., personal area).
No recurring monthly fees required for operation.
Solution must be able to work without electricity for up to four (4) hours.
Solution must be able to show exact location of user within 15 feet and constantly update this information to the system.
Completely wireless.
Mesh network.
Self-organizing.
Self-healing.
Not Wi-Fi or network dependent.
Supplier to provide 24x7 support for first year in operation.
Shall have three (3) alarm types;
Panic Button
Man-Down
Polling
No electric or cabling shall be required to power or connect each repeater.
Redundant design that provides security even in event of loss of repeater.
System design needs to be expandable by number of users and areas it can serve.
Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer in coordination with the Contracting Officers Representative. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government.
Service Hours and Federal Holidays:
Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee.
All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR.
Federal Holidays observed by the VAMC are:
New Years Day
Labor Day
Martin Luther King Day
Columbus Day
Presidents Day
Veterans Day
Memorial Day
Thanksgiving Day

Independence Day
Christmas Day

General Requirements:
The contractor s FST (Field Service Technician) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence at each Outpatient Clinic.
The contractor shall obtain all other necessary licenses and/or permits required to perform all work under this contract.
Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government.
Contractor shall not interrupt any utility service while performing under this contract.
Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur.
The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract.
No hot electrical work shall be performed. Any electrical work that requires any interruption in electricity must be coordinated with the COR and the facility electricians. All OSHA (Occupational Safety & Health Administration) and Facility lockout/tagout procedures shall be followed.
Contract Deliverables: Contractor shall provide, to the COR after completion of work, at the minimum, the following deliverables;
All wireless duress alarm system related User Manuals and extra system parts.
All wireless duress alarm system related product specifications.
All training manuals and software instruction manuals and warranty certificates as they apply.
All certifications of completion of wireless duress alarm system Staff training.
Security Requirements.
All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all Service technicians while on premises. Contractor shall coordinate with COR to acquire said identification badges.
During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR/Tomah VAMC POC (Point of Contact) when arriving to each Clinic to perform work and check out with the COR/Tomah VAMC POC when work/work day is complete.
Risk Control
The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts.
All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients.
Place of Performance.
Tomah VA Medical Center, Outpatient Clinics as listed below;
Community Based Outpatient Clinic, 555 W. Grand Ave., Wisconsin Rapids, WI. 54495.
Period of Performance.
Within thirty (14) days of the award of this contract, the Contractor and the Government shall agree upon a date for work to take place.
All work is to take place during the normal hours of operation defined herein, unless agreed upon by the COR in advance, and at no additional cost to the Government.
Support is to occur as scheduled and as required during the period of performance.
Work shall be completed in a timely manner. A performance schedule shall be coordinated with the Government upon contract award.
Work to be completed after the Wisconsin Rapids CBOC tenant improvements at new location are completed.
All work shall be in conjunction with tenants moving from old location to new location and shall be coordinated by the COR and using Service.

Frederick C Weddington III
Contract Specialist
414-844-4800

Frederick.Weddington@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP