Combined Synopsis/Solicitation Notice
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
1.a. Project Title: Code Blue Call Box Tower
1.b. Description: The VA New Mexico VA Healthcare System is seeking a Code Blue Call Box Tower System.
1.c. Project Location: The New Mexico VA Healthcare System located in Albuquerque, NM.
1.d. Solicitation Number: Request for Quotes (RFQ) - 36C26224Q1767.
1.e. Set Aside: Total Small Business Set-Aside
1.f. Applicable NAICS code: 334290 Other Communications Equipment Manufacturing
1.g. Small Business Size Standard: 800 employees
1.h. Type of Contract: Firm Fixed Price
2. Scope. The Veteran s Integrated Service Network 22 is seeking a contractor to provide a Code Blue Call Box Tower System or equivalent having the following salient characteristics, adhering to the Statement of Work (SOW) and S02 36C26224Q1767 attachment and provisions.
Brand name Information:
Manufacturer: Code Blue Corp.
Nomenclature: Code Blue Tower
(Any other information):
Equal to product Information:
Salient Characteristics Custom Medical Racks
Salient Characteristics:
Headend (MUST Provide and install)
ACC7 Enterprise License
ACC7 FIPS License
7 Cat6 Patch Cord Blue
Field Hardware (MUST Provide and install)
CodeBlue Tower AED, Dual-pane, Loudspeaker, Single-Button, Camera Arm, Night-Charge
Avigilon 2MP PTZ
Wireless Transceiver Kit 480Mbps throughput
277V-120V Transformer
(Lot) Cat6 Infrastructure
(Lot) Cat6 Cable
(Lot) Cutting/patching/painting concrete.
Must be able to utilize current harnesses within the physical buildings and network cables with minor adjustments allowed once authorized. Exterior harnesses can be switched out without prior authorization.
Must replace current equipment with a high definition FIPS compliant internet protocol video surveillance system.
Must utilizes high-definition stream management technology that preserves the complete image integrity through visually lossless compression, superior image quality, and maximum coverage of the area/location recorded.
Must utilizes software/interface that allows for a search engine style video that quickly locates a specific person or object of interest, to include lost patients and/or vehicular searching, across the entire site thus allowing for improved incident response time and enhanced forensic investigations by providing video evidence and narrative of events.
Must be self-learning analytic events and alarms that offer specified schedule of events in real-time, i.e. automatic schedule 6am routine review of entrance doors and windows without end user changing the view.
Must provide on-site training with both Police Services and OI&T for new system requirements and compliance scheduled during and after the completion of the project.
Must be configured for plug-and-play network video recording and management of multi-megapixel IP cameras, up to the NDAA-standard 7K (30 megapixel).
Must be able to merge with the current code-blue security/emergency response system.
Must come with a minimum of Five-Year Warranty that includes onsite support and parts delivery options, service, and support division with 24/7/365 phone and remote technical support for the life of the system, and remote support when necessary.
Must be able to respond within 2 hours of notification for onsite support.
Must be able to start work on the project within 7-10 business days of contract award with all work being completed within 3 months of contract award.
Must be outfitted with features keeping with the existing CodeBlue installation, including single-button call, dual-pane, AED enclosure, loudspeaker, and camera arm. To facilitate placement, concrete in place must be cut and removed, circuit must be trenched from existing Bollard fixture and step-down transformer must be installed with night-charge for 24/7 operation, and concrete must be patched and painted to match. Call box must be supported on wireless connection with transceiver cabling ran from Building 41 IDF 1D along the roof. Avigilon PTZ must be installed in keeping with NMVA Avigilon Security standards.
3. Submit written offers with spec-sheets of proposed items in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit bid via email no later than 12:00PM PST Friday September 13, 2024, to israel.garcia2@va.gov. Ensure the following are completed and/or included in the quote packet:
3.a. Vendor Information with SAM UEI.
3.b. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
3.c. Schedule of services. Items shall be FOB destination. Please specify offered item manufacturer and part number.
3.d. Provide an Authorized Distributor Letter/Memo from manufacturer if applicable.
3.e. Product must comply with the Buy American Act, Trade Agreement Act and all other clauses stated on the S02 36C26224Q1767 document.
PRICE/COST SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
Code Blue Tower - AED, Dual Bezel, Single Button, Night Charge, Loudspeaker, Camera Assembly
0002
1.00
EA
__________________
__________________
2.0C-H5A-PTZ-DP36 CAMERA
0003
1.00
EA
__________________
__________________
POE++ Injector; 802.3bt; 60W; NA
0004
1.00
EA
__________________
__________________
Wireless Ethernet System Kit, Point-To-Point, (2) PIM, (2) Power Supply Unit, Mounting Hardware
0005
300.00
EA
__________________
__________________
Cat 6 UTP CMP Yellow (FT)
0006
1.00
EA
__________________
__________________
RJ-45 Conn. (Box of 25)
0007
2.00
EA
__________________
__________________
15' Cat 6 Patch Cord - Blue
0008
20.00
EA
__________________
__________________
3/4 in. J Hook Cable Support
0009
1.00
EA
__________________
__________________
ACC 7 Enterprise camera channel
0010
1.00
EA
__________________
__________________
FIPS Camera license
0011
1.00
LT
__________________
__________________
Electrical Pathway
0012
1.00
EA
__________________
__________________
Installation
GRAND TOTAL
__________________