5810--Overhead Paging Services for Louisville VARO
ID: 36C10D24Q0315Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFVETERANS BENEFITS ADMIN (36C10D)WASHINGTON, DC, 20006, USA

NAICS

Electronic Computer Manufacturing (334111)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the installation of an overhead paging system at the Louisville Veterans Affairs Regional Office (VARO). The objective of this procurement is to replace the existing Tadiran phones with a new system compatible with the VOIP PBX, which will enhance emergency alerting and paging capabilities. This initiative is crucial for improving communication safety and efficiency within VA facilities, ensuring that staff can effectively manage emergency announcements and regular paging. Interested vendors should contact Contract Specialist Mariam Ibrahim at Mariam.Ibrahim2@va.gov for further details, and must adhere to the wage determination requirements outlined in the Service Contract Act, with proposals evaluated based on technical and pricing considerations.

    Point(s) of Contact
    Mariam IbrahimContract Specialist
    Mariam.Ibrahim2@va.gov
    Files
    Title
    Posted
    The document outlines the solicitation process for an overhead paging system within the Veterans Affairs Louisville Regional Office (LRO). This Request for Quote (RFQ) aims to secure a firm-fixed price contract for installing a paging system compatible with the new VOIP PBX, allowing emergency alerting and paging capabilities. The project seeks to replace existing Tadiran phones with CISCO IP phones which lack this functionality. Key requirements include the system's ability for emergency announcements and regular paging, with annual maintenance from the vendor. The contract terms highlight the importance of electronic invoicing through a designated platform, as well as compliance with specific clauses regarding subcontracting and electronic transactions. Several regulations govern the bidding process, with particular emphasis on set-aside preferences for small businesses and service-disabled veteran-owned businesses (SDVOSBs). Bidders must confirm their eligibility and compliance with the limitations on subcontracting rules as part of their proposals. The project will be evaluated based on technical and pricing considerations, aiming to enhance communication safety and efficiency within the VA's facilities. This initiative illustrates the VA's commitment to modernizing its infrastructure while supporting veteran-owned businesses.
    The Presolicitation Notice outlines an upcoming contract opportunity for Overhead Paging Services for the Louisville Veterans Affairs Regional Office (VARO), identified by Solicitation Number 36C10D24Q0315. The response deadline for interested vendors is set for September 26, 2024, at 9 AM Eastern Time. This contract is specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The services are to be performed at the Department of Veterans Affairs, located at Waterfront Plaza, Louisville, KY. The related Product Service Code is 5810, with an NAICS designation of 334111. The notice serves as a preliminary announcement, indicating that the full solicitation will be posted shortly. For inquiries, vendors can contact Contract Specialist Mariam Ibrahim at the provided email and phone number. The information is archived for 60 days post-response date, summarizing the opportunity for vendors in the government contracting realm.
    The document outlines the "Register of Wage Determinations" under the Service Contract Act, managed by the U.S. Department of Labor. Key requirements include contractors' obligations to pay minimum wage rates specified by Executive Orders 14026 and 13658, applicable to contracts awarded or renewed after January 30, 2022, at rates of at least $17.20 and $12.90 respectively. The registered wage determination lists various occupations and corresponding hourly wage rates, reflecting the federal salary structure for service contracts, specifically in Indiana and Kentucky. Furthermore, it details fringe benefits, including health, welfare, and vacation entitlements. There are provisions for additional classifications and wage rates through a conformance process if the job titles do not appear in the wage determination. The document also emphasizes adherence to these wage rates and conditions as a means for protecting service workers covered under federal contracts. Essential details regarding the procedure for contractor compliance and the associated penalties for non-compliance are included, stressing the importance of proper wage administration and employee rights within federal contracting contexts.
    Lifecycle
    Similar Opportunities
    N099--Zenitel Intercom System Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Zenitel Intercom System at the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The project requires the contractor to provide all necessary personnel, equipment, and services to install an IP-based intercom solution that minimizes disruption to patient care, with a performance period of 180 days and a one-year warranty post-installation. This initiative is crucial for modernizing communication systems within the facility, ensuring operational efficiency and safety in a clinical environment. Interested small businesses must submit their quotes by September 20, 2024, at 11:00 AM Central Time, with a contract budget set at $19 million; for inquiries, contact Contract Specialist Richard Ruffin at richard.ruffin@va.gov or 414-844-4800 x 43257.
    Installation of APX 8500 Radio Consolettes, Boise VAHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the installation of two APX 8500 radio consolettes at the Boise VA Medical Center, with a focus on enhancing communication capabilities. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated total award amount of approximately $34 million, with the installation scheduled to take place between September 30, 2024, and December 15, 2024. Vendors must be authorized Motorola Solutions Channel Partners and comply with specific requirements outlined in the solicitation, including valid certification with Sam.gov and adherence to federal regulations. Interested parties can contact Christine Thomas at christine.thomas1@va.gov for further details regarding the proposal submission process.
    DG01--Video Intercom Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Video Intercom Upgrade project at the Jesse Brown VA Medical Center in Chicago, Illinois. The procurement involves replacing the existing video intercom system, requiring contractors to provide all necessary personnel, equipment, and materials, with a performance period of 240 days from the award date, followed by one year of warranty support. This upgrade is crucial for enhancing communication capabilities within the facility, ensuring compliance with VA security requirements, and improving service quality for veterans. Interested small businesses, including service-disabled veteran-owned entities, must submit their quotes by September 20, 2024, at 11:00 AM Central Time, with a total contract value estimated at approximately $19 million. For further inquiries, contact Richard Ruffin at richard.ruffin@va.gov or call 414-844-4800 x 43257.
    7A21--IVC - Site Scheduling Tool (VA-24-00045496)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the acquisition of a Site Scheduling Tool, identified as IVC - VA-24-00045496, under solicitation number 36C10B24Q0315. The primary objective is to procure a robust software solution that facilitates efficient scheduling of conference rooms and cubicles, integrating seamlessly with MS Outlook Exchange and adhering to VA security protocols, including FedRAMP authorization. This procurement is a total small business set-aside, emphasizing the VA's commitment to supporting small enterprises in delivering technology solutions that enhance service delivery. Interested vendors should contact Contracting Officer Peter T. Lewandowski at Peter.Lewandowski@va.gov or 512-981-4474 for further details, with proposals due by the specified deadlines for evaluation based on technical merit and price reasonableness.
    PA System
    Active
    Small Business Administration
    The Small Business Administration (SBA) is seeking proposals for the procurement and installation of a public announcement (PA) system at its Processing and Disbursement Center located in Fort Worth, Texas. The project aims to enhance workplace safety by providing a reliable communication system capable of making audible announcements throughout two buildings, which include essential areas such as breakrooms and conference rooms, and must support both individual and joint paging capabilities. This procurement underscores the importance of effective communication tools in emergency situations, with a firm-fixed price contract expected to be completed within 60 days. Interested contractors should contact Christopher Henry IV at christopher.henryiv@sba.gov or (303) 844-0458, or Salim Williams at salim.williams@sba.gov or (303) 927-3486 for further details.
    Y1DA--Project Number: 561A4-21-101 Replace RF Unit Site Prep - Rm. 48 Lyons VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the RF Unit and associated site preparation in Room 48 at the Lyons VA Medical Center in New Jersey, under Project Number 561A4-21-101. The project entails comprehensive construction tasks, including demolition, installation of new mechanical systems, plumbing, electrical work, and fire protection, all while ensuring minimal disruption to the facility's 24/7 operations. This initiative is crucial for modernizing healthcare technology and enhancing operational efficiency within the medical center. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their bids by October 8, 2024, following a pre-bid site visit on September 10, 2024, with an anticipated contract value between $500,000 and $1,000,000. For further inquiries, contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov.
    BKR5000 Portable Radios and Accessories for Jonathan Wainwright VA Medical Center, Walla Walla, WA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of BKR5000-T3BS-1 Portable Radios and Accessories for the Jonathan Wainwright VA Medical Center located in Walla Walla, Washington. This solicitation, numbered 36C26024Q0955, specifically targets small businesses under NAICS code 334220, focusing on the acquisition of essential communication equipment including two-way radios, speaker microphones, desktop chargers, rechargeable batteries, and antennas. The successful vendor will be required to deliver the specified items within 45 days following the acceptance of the award, with bids due by September 25, 2024. Interested parties should contact Leina LeClair at leina.leclair@va.gov for further information before the deadline.
    J059--Veeder Root Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Veeder Root Upgrade project, which falls under the jurisdiction of the Network Contracting Office 6. This procurement aims to enhance the functionality and reliability of the Veeder Root systems at the Hampton Veterans Affairs Medical Center, ensuring efficient maintenance and repair of electronic and precision equipment. The Quality Assurance Surveillance Plan (QASP) will guide the evaluation of contractor performance, emphasizing systematic monitoring and accountability to meet established performance standards. Interested parties can reach out to Contract Specialist Kristine E. Woodbury at Kristine.Woodbury@va.gov for further details regarding the solicitation process.
    36C25524Q0379 Physical Security Upgrades EKHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the contract titled "36C25524Q0379 Physical Security Upgrades EKHCS," aimed at enhancing physical security systems at the Eastern Kansas Health Care System, specifically in Leavenworth and Topeka, Kansas. The project involves the installation of security cameras and intercoms, with a focus on improving outdoor video surveillance and securing executive leadership offices, in response to rising safety concerns. This initiative underscores the importance of robust security measures within healthcare facilities, ensuring the safety of both staff and patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 20, 2024, at 3 PM CST, and can direct inquiries to Contract Specialist Sue Miller at susan.miller99@va.gov or by phone at 913-946-1958.
    7C21--IT Server Racks/Install CHIP-IN| 623
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a Request for Proposal (RFP) for the procurement and installation of IT Server Racks at the Tulsa VA Medical Center in Oklahoma. The project aims to enhance the facility's communication infrastructure by supplying and installing server racks, cable management systems, and patch panels across various critical areas, including data centers and operating room integration server rooms. This initiative is part of the VA's ongoing efforts to upgrade its technological resources to improve healthcare services for veterans. Interested contractors should direct inquiries to Contract Specialist Amelia Roberson at amelia.roberson1@va.gov, referencing RFP number 36C24W25R0010, with the proposal release expected on or about September 27, 2024.