Illinois Bids > Bid Detail

C1DA--578-21-704D - EHRM Install NextGen WIFI WAP and Cable Installation. D

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159130666801886
Posted Date: Nov 4, 2022
Due Date: Nov 18, 2022
Solicitation No: 36C25223Q0135
Source: https://sam.gov/opp/098f6abb89...
Follow
C1DA--578-21-704D - EHRM Install NextGen WIFI WAP and Cable Installation. D
Active
Contract Opportunity
Notice ID
36C25223Q0135
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 04, 2022 01:54 pm CDT
  • Original Response Date: Nov 18, 2022 03:30 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 18, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    2100 Hines , IL 60141
    USA
Description
Sources Sought Notice

Sources Sought Notice

Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 3

SUBJECT*
578-21-704D - EHRM Install NextGen WIFI WAP and Cable Installation

GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
60064
SOLICITATION NUMBER*
36C25223Q0135
RESPONSE DATE/TIME/ZONE
11-18-2022 3:30pm CENTRAL TIME, CHICAGO, USA
ARCHIVE
30 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE

PRODUCT SERVICE CODE*
C1DA
NAICS CODE*
238210
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Great Lakes Acquisition Center (GLAC)
3001 Green Bay Road
North Chicago IL 60064

POINT OF CONTACT*
Contract Specialist
Andrew Humulock
Andrew.Humulock@va.gov
224-610-1440

PLACE OF PERFORMANCE
ADDRESS
Edward Hines, Jr. Veteran Affairs Medical Center, VAMC

2100

S. 5th Avenue

Hines IL
POSTAL CODE
60141
COUNTRY
USA

ADDITIONAL INFORMATION
AGENCY S URL

URL DESCRIPTION

AGENCY CONTACT S EMAIL ADDRESS
Andrew.Humulock@va.gov
EMAIL DESCRIPTION
DESCRIPTION

THIS IS A SOURCES SOUGHT NOTICE ONLY
Sources Sought Notice: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. The purpose of this notice is to obtain information on CVE VetBiz VERIFIED Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), [listed in Vendor Information Pages (VIP)] and other Small Business (SB) interests, capabilities, and qualifications to determine if a set-aside is appropriate. Responses to this sources-sought announcement will be used by the Government to make an appropriate decision. Proposals are NOT being requested or accepted at this time.
578-21-704 EHRM Install of NextGen WIFI WAP & Cable: The Edward Hines, Jr. Veteran Affairs Medical Center, (VAMC), 2100 South 5th Avenue, Hines, IL 60141 has a requirement for a Firm Fixed Price contract to provide Wireless Application Protocol, (WAP) & Cabling Installation Services.
1) Install new, repair, replace, or relocate approximately 246 WAPs as noted in the attachments.
2) Install new green, CAT 6 cable from the new, repaired, replaced, or relocated WAPs to the network closets as noted in the attachments.
3) The contractor shall certify their installation work by providing a report including test results with successful end point (point to point) connectivity.
4) Perform the work in a manner least likely to interfere with the daily operations of the hospital, its supporting clinics, and other supporting buildings.

The goal of this project is to install Wireless Application Protocol, (WAP) and cable installation above, on, or near the ceiling. The cable installation shall be from the telecom rooms, along the pathways, and to the WAP endpoint. The VA s assessment found a deficiency in coverage provided by the Wi-Fi service. This project will increase the overall coverage by installing new WAPs and repairing others. The VA is currently implementing EHRM nationally. This effort includes the upgrading to next generation Wi-Fi communications.
The Period of Performance is 105 calendar days following Notice to Proceed.
NAICS code 238210 Electrical Contractors and Other Wiring Installation Contractors; Size Standard $16.5 million.
The estimated magnitude of construction (not design) for this project is Between $250,000 and $500,000.
RESPONSE INFORMATION: The following information is requested in response to this Notice from interested firms.
Interested SDVOSB, VOSB, and/or SB Firms must indicate their statement of intent to submit a proposal in response to a proposed, future solicitation. via email only, to Contracting Officer Andrew Humulock@va.gov. by November 18, 2022, 3:30pm CT.
Company name, address, point of contact, phone number, DUNS number, and business status. Identify self-performance, any Teaming Agreement or Arrangement, and/or intention of subcontracting.
Provide clear evidence of your Firm s experience in Wireless Application Protocol, (WAP) & Cabling installation Services.
1) All work shall be performed by a Manufacturer s Certified Business Partner (MCBP). Furthermore, the Cabling Contractor shall follow the current design and installation guidelines in Attachment 12 (OI&T Cabling Standards and Criteria, CBOC DATA & VOIP installations and those of the VA Master Specifications).
2) Installers shall furnish proof they are currently certified, by the product manufacture, to install the product in accordance with the requirements to meet the 20-year manufacturer s product warranty.
3) The GC shall be responsible to furnish a photocopy of the installers certification to the COR before any installation can take place.
4) In addition to the above MCBP certification, the GC shall obtain and supply proofing documents that the installer(s) are current on their federal, state, and local certifications (where applicable), which shall be in accordance with the current edition of the National Electrical Code, the current edition of the National Electrical Safety Code, the current edition of the Building Industry Consulting Services, International (BICSI) Telecommunications Distribution Methods Manual, the current edition of the BICSI Cabling Installation Manual, the latest issue of the ANSI/TIA/EIA Standards as published by Global Engineering Documents as TIA/EIA Telecommunications Building Wiring Standards, and all local codes and ordinances.
5) Given the Cabling Contractor will be procuring equipment or materials under the contract, the Cabling Contractor shall obtain for the benefit of OI&T/ COR a minimum of 20-year Structured Connectivity Solutions (SCS) warranty from the manufacturer, including all application assurance, labor & extended product warranties.
6) The Cabling Contractor shall submit any additional warranties offered by the manufacturers, at no additional cost, to OI&T/ COR, should said warranties extend beyond the one-year period afforded typical construction warranty periods. This warranty shall in no manner cover equipment that has been damaged or rendered unserviceable due to negligence, misuse, acts of vandalism, or tampering by OI&T/ COR or anyone other than employees or agents of the Cabling Contractor.
7) The Cabling Contractor s obligation under its warranty is limited to the cost of repair of the warranted item or replacement thereof, at the Cabling Contractor s option.
8) Insurance covering installed equipment from damage or loss is to be borne by the Cabling Contractor until full acceptance of equipment and services.

When providing evidence of your Firm s experience, provide description of projects and contracts similar in scope, size, and complexity successfully completed by your Firm, include total dollar amounts of those completed projects/contracts, and telephone numbers for points of contacts for those projects (no photographs or drawings are needed at this time). Responses should be for recent (within 5 years) experience. Specifically looking for specialized experience and technical competence in VA Boiler Plant replacement, professional qualifications, capacity to accomplish work in the required time.
Evidence of your Firm s ability to perform 50% of the requirement IAW 52.219-14 Limitations on Subcontracting Clause. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns.
Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB or SB concern. If adequate interest is not received this action will not be set-aside.
Total submittal shall be no longer than 15 pages in one .pdf file or word document. Responses are required to be sent via email to andrew.humulock@va.gov no later than November 18, 2022, 3:30pm CT.
Firms must be registered in the System for Award Management (SAM). Interested Firms can register at https://www.sam.gov/content/home. SDVOSB and VOSB firms must be CVE registered/verified by the Center for Veteran Enterprises (CVE) under NAICS 238210.
The area of consideration is RESTRICTED to a 250-mile radius of the Edward Hines, Jr. Veteran Affairs Medical Center, (VAMC) 2100 South 5th Avenue Hines, IL 60141, in which either the Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 250-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the Firm must have employees of their firm who are currently (before and at the time of Proposal submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the Firms Payroll, not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.
NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE (SF-1442) SOLICITATION DOCUMENTS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.

Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 04, 2022 01:54 pm CDTSources 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 >