Maryland Bids > Bid Detail

N036-- WICKET BEHAVIORAL HEALTH DOORS

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159654019380946
Posted Date: Mar 29, 2023
Due Date: Apr 10, 2023
Solicitation No: 36C24523Q0484
Source: https://sam.gov/opp/5ecd8a6e31...
Follow
N036-- WICKET BEHAVIORAL HEALTH DOORS
Active
Contract Opportunity
Notice ID
36C24523Q0484
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2023 02:55 pm EDT
  • Original Response Date: Apr 10, 2023 08:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N036 - INSTALLATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Department of Veterans Affairs VAMC Baltimore , MD 21201
Description
Sources Sought
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Statement of Work
WICKET BEHAVIORAL HEALTH DOORS REPLACEMENT
General:
The Washington DC Veterans Affairs Medical Center (DC VAMC) has need for installing seven (7) Wicket Behavioral Health Door and alarm/notification systems in the behavioral health unit 3D East, 50 Irving Street NW, Washington DC 20442. Current door system is not in compliance with VA Behavioral Health standards. Contractor shall demo and remove existing door system and all supporting hardware. Contractor will install new door barrier resistant wicket door and alert system that will alert VA staff.

Scope of Work:
The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor shall ensure that the equipment functions in conformance with the following latest published standards, codes, specifications, and regulations to include, but not limited to: Contractor shall assess listed doors for functionality and repairs required to return Behavioral Health Doors to functional use. The Contractor will install new Wicket Behavioral Health Doors to the 3D East floor. Contractor shall be responsible to provide all labor and materials required to complete replacement. The contractor shall test the functionality of the equipment upon completion of repair. All tests should ensure that the new door and alert system is working as according to how it was designed. Contractor shall provide written inspection report and tests for operations upon completion of all work. The contractor shall provide all material, labor, supervision, travel, tools and equipment to install the anti-ligature devices on all 16 room doors At the Washington DC VAMC.

Work to proceed immediately:
Remove existing doors
Install new Wicket behavioral health door
Re-Install 7 SEDA door alarm bars
Install 7 new electronic hinges
Test for proper operation
Install 7 pin small format interchangeable core
Install anti-ligature behavioral health hardware
Contract shall perform this project upon an agreed schedule by the facility
The vendor s employees shall not enter the work site without appropriate identification. They may also be subject to inspection of their personal effects when entering or leaving the project site.

Execute work to interfere as little as possible with normal functioning of the hospital including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space.

No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 48 hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption.

VA reserves the right to close or shut down the project site and order the vendor s employees off the premises in the event of a national emergency. The vendor may return to the site only with the written approval of the Contracting Officer.

Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241.

Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR.

Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Obtain permits from facility Safety Manager at least 24-hours in advance.

All Buildings may be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period.

The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. The contractor shall provide a dumpster if it is determined to be necessary and shall work with the COR in advance for a spot-on site to establish the dumpster. The contractor is required to remove and properly dispose of all material removed during this project.

All work shall be performed in full accordance with applicable local and Federal regulations. All materials and installation shall conform to the recommendations of National Fire Protection Association (NFPA), plumbing and mechanical codes. No departures from specification requirements shall be permitted without written approval. The Supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety.
New work shall be installed and connected to existing work neatly, safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions.

All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly.

Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed, and reinstalled or remedial action performed as directed at no additional cost to the Government.

Contractors, contractor personnel, subcontractors and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.

The contractor shall not be allotted any parking permits for onsite parking. All vehicles must have a parking permit assigned by the COR for off-site parking located up to 4 blocks from the facility. If work is needed to be performed outside of normal working hours, the contractor shall be responsible to checking in with the VA Police to request permission to park on site as designated by the VA Police.

Installation Duration:

The contractor is required to notify the COR, upon arrival and departure of personnel at the work site every day work is performed during the execution of this project.

All work to be performed for this project shall meet all National Fire Protection (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); Federal, State, and Local regulations and codes; and JCAHO standards and guidelines.

Installation Requirements: Competent, experienced, licensed or certified workers shall perform crafts requiring specialized skills. Contractor personnel working with refrigerants at the Durham VA shall possess Universal Certification IAW Environmental Protection Agency (EPA) regulations (40 CFR Part 82, Subpart F) under Section 608 of the Clean Air Act. Additionally, refrigerant recovery equipment shall be equipped with low-loss fittings on all hoses. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to the VA master specifications. All equipment and installation shall conform to the recommendations of the National Fire Protection Association (NFPA), including the National Electrical Code (NEC). The Supplier shall use good safety practices while working. All hardware shall be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to OSHA, NEMA, and ANSI Standards and conform to the Standard Building Code and the Standard Mechanical Code. All installations for the Washington DC, VA Medical center shall conform to VAR and FAR standards. Interruption of service shall be planned and minimal to all mechanical and electrical services to the building. Repairs shall be performed in accordance with industry standards and manufacturer s recommendations.

Documentation and Reports:
Documentation in the form of service tickets must be furnished to the COR for all scheduled and unscheduled maintenance performed by the Contractor. Failure to comply may result in delayed payment.
The documentation shall include detailed descriptions of scheduled maintenance and emergency repairs, procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment. Such documentation shall meet the guidelines as set forth in Conformance Standards. The service ticket shall consist of a separate report for each equipment item covered under the "specific" contract. Each service ticket must, at a minimum, document the following data legibly and in complete detail: name of Contractor; service ticket number/log number; date, time (starting and ending), equipment downtime and hours on-site for service call; VA purchase order number(s) covering the call (for the contract or one provided for authorized work performed outside normal hours of coverage or not covered by the contract); description of problem reported by COR (if applicable); identification of equipment to be serviced; itemized description of service performed and parts replaced; results of calibration and or performance testing; total cost to be billed if part(s) are not covered or service rendered after normal hour; of coverage; and signatures.
Any additional charges claimed by the Contractor must be approved by the COR before the service is completed.
Delivery:
Place of Performance: The equipment must be delivered to the facility,
DC VA Medical Center
50 Irving St. NW
Washington, DC 20422

Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays.

National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination.

Payment:
This is a monthly payment made after completion of thirty day Cycle, upon submission of a properly prepared invoice for the services furnished. No advance payments will be authorized. Contractor shall submit an invoice on an individual basis for services provided. Invoices without proper documentation will be returned. The invoice shall contain the contract number, date(s) of service, and additional contracting information. Invoicing must be submitted electronically:
Tungsten Support Phone: 1-877-489-6135
Website: http://www.tungsten-network.com/uk/en/
Department of Veterans Affairs
Financial Service Center Phone: 1-877-353-9791
Email: vafscched@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 29, 2023 02:55 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >