Arizona Bids > Bid Detail

5963--678-23-1-671-0001 TUC_DIRECTORS CONF RM AV EQUIP (VA-22-00103882)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159650557382510
Posted Date: Dec 20, 2022
Due Date: Dec 27, 2022
Solicitation No: 36C26223Q0325
Source: https://sam.gov/opp/8d46b15fe7...
Follow
5963--678-23-1-671-0001 TUC_DIRECTORS CONF RM AV EQUIP (VA-22-00103882)
Active
Contract Opportunity
Notice ID
36C26223Q0325
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 20, 2022 01:26 pm PST
  • Original Response Date: Dec 27, 2022 04:30 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5963 - ELECTRONIC MODULES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Southern Arizona VA Health Care System 3601 S. 6th Ave , 85723
    USA
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.

Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

The Southern Arizona Veterans Health Care System (SAVAHCS) has a requirement, located at 3601 S. 6th Ave. Tucson, AZ 85723 for the installation of A/V System installation for the Southern Arizona VA Health Care System (SAVAHCS).

Requirements:

The Southern Arizona VA Health Care System requires a service agreement to provide preventive maintenance, semi-annually and annually that encompasses calculation and analysis of the various rooms described in the Statement of Work.

1. Contract Title. A/V System installation for Bldg.1 Director Conference Room (DCR)
2. Background. As part of the DCR A/V upgrade, the Southern Arizona VA Health Care System (SAVAHCS) has a requirement for a Crestron Certified (Certified Programmer or Crestron Certified Master Programmer) Integrator/Vendor to purchase and install Audio/Video equipment (A/V), Vtel equipment, and required infrastructure.
3. Scope. Integrator/Vendor will provide all necessary parts, equipment, tools, labor, and other required resources to install an integrated A/V system and Vtel system in one location of the DCR A/V upgrade project. NOTE: All Crestron modules, excluding cables and speakers, will be provided by the ET Section; see item 8.3 for full listing. The Integrator/vendor will program all equipment with inputs from the ET Section. An ET Section employee will assist in the design/layout/appearance of the TSW-760-B-S control panel. A copy of all programming code will be given to the ET Section via DVD, or USB device prior to the Integrator/Vendor leaving the facility. The A/V systems will need to be Teams compatible and if necessary separate microphone(s) will be utilized. The Integrator/Vendor will install all equipment and infrastructure in accordance with (IAW) industry standards; unless superseded by local policy. All wiring infrastructure will be routed inside the wall or ceiling. All wiring entry and exit points on the wall(s) will be properly covered with an ivory faceplate. Any wiring that is required to be routed above the ceiling will be placed in a cable tray if available. If no cable tray is available, wiring must be routed and secured in a such manner that it is not in contact with the ceiling grid, any electrical conduits, or sprinkler system piping. Wire bundles, both in the ceiling and in the A/V rack, will be secured/bundled with double sided Velcro. Zip ties will not be used. Any above ceiling junction boxes will have a cover plate. See 9.1.2 for specific Integrator/Vendor certification requirements; proof of certification required.
4. Specific Tasks.
4.1 Task 1: Check-in. Before doing any work, the Integrator/Vendor will check-in with Biomedical Engineering/ Electronics Technician Section every day they are on-site.
4.1.1 Subtask 1- Assigning a person of contact. There will be a person of contact (COR &/or ET) from Biomedical Engineering to oversee the work accomplished.
4.1.2 Subtask 2-Filling out the log book. The Integrator/Vendor will fill out a log provided by Biomedical Engineering that states: the contractor s credentials, the nature of the visit, and the timeframe of the visit. The Integrator/Vendor will receive a SAVAHCS contractor s badge when they check-in and will return the badge when they check-out. Integrator/Vendor must fill out the logbook everyday even if his/her badge is good for multiple days (five (5) days max).
4.2 Task 2: Check-Out. Integrator/Vendor will return their SAVAHCS contractor s badge upon checking out, before they leave the site. If the contractor returns his/her badge outside of normal duty hours, the contractor is to leave it in the Biomedical Engineering drop box. Normal duty hours are defined as Monday-Thursday, 0800-1630, excluding federal holidays.
Deliverables: Contractor s badge
4.3 Task 3: The integrator shall provide the labor, materials, and tools needed to install the following in the DCR:
4.3.1 Subtask 1- Audio/Video Equipment.
4.3.1.1 Three (3) each 85 Sony Television, KD-85X85J or similar (locations will be marked). The inputs video input shall be extended from the Crestron DMPS3-4K-300-C to the monitor. Monitor will be mounted on the wall.
4.3.1.2 One (1) each Crestron 4K DigitalMedia 8G+ Transmitter 202
DM-TX-4K-202-C to integrate with Crestron DMPS3-4K-300-C.
4.3.1.3 One (1) each Denon DN500BD Blu-Ray player with output connected to the Crestron DMPS3-4K-300-C.
4.3.1.4 One (1) each Crestron DMPS3-4K-300-C (inputs will be the Cisco SX80 and Blu-Ray player). Programming by a certified Creston Programmer will be required to fully integrate all inputs and outputs.
4.3.1.5 One (1) each TSW-760-B-S control panel mounted on wall and connected to the Crestron DMPS3-4K-300-C. Programming by a certified Creston Programmer will be required to fully integrate all inputs and outputs.
4.3.1.6Three (3) each Pyle 6.5 In Ceiling Dual Stereo Speaker PDIC66, ceiling speakers and wiring will be installed in a manner that best provides audio coverage for the entire space.
4.3.1.7 Three (3) each ceiling microphones (ClearOne 910-001-014-W, or similar) and wiring will be installed in a manner that allows all audience members to participate in all Teams & Vtel calls. NOTE: If necessary separate microphone(s) for Teams will be utilized and connected directly to the PC.
4.3.1.8 One (1) each Dual-channel Modular Power Amplifier (100w/Ch. 70 v) will be connected to the line out of the DMPS3-4K-300-C. The output of this amplifier will be connected to the ceiling speakers.
4.3.1.9 Three (3) Sony SRG-120D 12X PTZ Desktop Cameras SRG120DS to be wall mounted. Cameras and wiring will be install in a manner that best provides audio coverage for the entire space.
4.3.2 Subtask 2- Vtel Equipment.
4.3.2.1 One (1) each Cisco Webex Tele Presence System with front and rear Cisco TelePresence Precision HD cameras. The Cisco SX80 output will be connected to the Crestron DMPS3-4K-300-C. Cameras will be wall mounted and centered above the front and rear monitors.
4.3.3 Subtask 3- Equipment Rack.
4.3.3.1 One (1) each 12U pull out rack. Rack will be installed in a credenza.
4.4 Task 4: The Integrator/Vendor shall comply with all the following:
4.4.1 Subtask 1. ANSI/EIA/TIA 568-B (Commercial Building Telecommunications Standard)
4.4.2 Subtask 2. ANSI/EIA/TIA 569-A (Commercial Building Standards for Telecommunications Pathways and Spaces)
4.4.3 Subtask 3. ANSI/EIA/TIA 606-A (Administration Standard for the Telecommunications Infrastructure of Commercial Buildings)
4.4.4 Subtask 4. ANSI/EIA/TIA-607 (Grounding and Bonding Requirements for Telecommunications in commercial Buildings)

5. Performance Monitoring
5.1 A Biomedical Engineering Department Electronics Technician (ET) will monitor all aspects of the Integrator s/Vendor s work. An initial inventory of equipment will be performed to ensure the equipment required matches the equipment received. Once on the worksite, the ET will ensure all VA safety and cleanliness requirements are met. In process inspections will also be conducted to ensure that the contract requirements are being met. Following the installation of all equipment an operational check of the systems will be performed.
6. Security Requirements
6.1 The area of work is not in a security-sensitive location.
7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
7.1 IT will provide a PC for each location. Model number, Serial Number, or EE# will not be known until the equipment is installed by IT.
7.2 Interior Design will order the credenza where the A/V rack will be installed.
7.3 The ET Section will provide the following equipment for this location.
Manufacturer
Material Description
Manufacturer Part Number
Crestron
7" Touch Screen, Black Smooth
TSW-760-B-S
Crestron
3 Series 4K DigitalMedia Presentation System 300
DMPS3-4k-300-C
Crestron
4K DigitalMedia 8G Receiver and Room Controller w/Scaler
DM-RMC-4K-SCALER-C
Crestron
Avia 12x8 Digital Signal Processor w/ Dante, USB, Audio, AEC, and Conferencing Interface
DSP-1283
Crestron
Dual-Channel Modular Power Amplifier, 100w/Ch., 70v
AMP-2100-70
Crestron
150W PoDM Power Pack for DM 8G+ I/O Blades and DMPS3-4K-200/300-C
PW-4830DUS
Crestron
5-Port PoE Switch
CEN-SW-POE-5

8. Other Pertinent Information or Special Considerations.
8.1 Crestron equipment must be used. This facility moving to a standardized conference room system using Crestron equipment controlled by Crestron Fusion software.
8.1.2 Certification requirements (proof of certification required).
8.1.2.1 Crestron Certified Programmer (minimum)
8.1.2.2 Crestron Master Programmer (preferred)
8.2 All cables will be labeled to annotate device connection. For example, the HDMI cable from the Blu-Ray player to the Crestron DMPS3-4K-300-C will have either Blu-Ray or DVD annotated on it near the output end of the cable.
8.3 Identification of Potential Conflicts of Interest (COI).
8.3.1 There is no known. conflict of interest
8.4 Packaging, Packing and Shipping Instructions.
8.4.1 Equipment required for this project will be delivered to Bldg. 14 Warehouse and then stored in Bldg. 16 until the work begins.
8.5 Inspection and Acceptance Criteria.
8.5.1 Prior to certification a final walk through will be performed by a Biomedical Engineering Supervisor, ET, and the contractor. During this walk through all equipment will be inspected and a system operational check will be completed.
8.5.2 All programming and codes used to program the Crestron Equipment will be given to the ET section prior to the final inspection.
8.6 A pre-bid walk through shall be performed.
9. Risk Control
9.1 OSHA 29 CFR 1926 and 1910 standards will be followed.
10. Place of Performance.
10.1 All work will be performed in Bldg. 1 on the main SAVAHCS campus located in Tucson AZ.
11. Period of Performance.
11.1 Work to be started within 90 days of contract award. Award date, start date, and estimated completion date TBD.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service -Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811210 Electronic and Precision Equipment Repair and Maintenance ($34.0Mil).

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service- Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

All interested Offerors should submit information by e-mail to william.cornick@va.gov. All information submissions shall be received no later than 4:30 PM Pacific Standard Time on Thursday, December 27, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C26223Q0325.docx (opens in new window)
21 KB
Public
Dec 20, 2022
file uploads

Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 20, 2022 01:26 pm PSTSources 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 >