Z2DA--T1 442-21-706 EHRM Install JSA Servers

expired opportunity(Expired)
From: Federal Government(Federal)
36C25922Q0229

Basic Details

started - 13 Apr, 2022 (about 2 years ago)

Start Date

13 Apr, 2022 (about 2 years ago)
due - 03 May, 2022 (about 2 years ago)

Due Date

03 May, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C25922Q0229

Identifier

36C25922Q0229

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103300)VETERANS AFFAIRS, DEPARTMENT OF (103300)NETWORK CONTRACT OFFICE 19 (36C259) (4394)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

IT Infrastructure Upgrades Statement of Work Prepare for Forward Deployed Servers (FDS) and Join Security Architecture 1.0 General Information: The VA has a need for project to add two (2) zone PDUs in accordance with associated systems in order to facilitate a functioning system to support the Joint Security Architecture (JSA) IT equipment and Forward Deployed Services (FDS) servers from Cerner in the data center. Each IT equipment set will require a specific configuration of electrical power to be delivered to its IT cabinets, compliant with OEHRM Site Infrastructure and End User Requirements (SIEUR) and with OIT Infrastructure Standards for Telecommunication Spaces (ISTS). The VA currently has the IT Server room located in the Douglas Fir Building 45. The Server room occupies rooms on the first floor, D1-78. Electrical room to pull power is adjacent room D1-76A. General Requirements: The Contractor(s) shall provide design and construction work as necessary to successfully perform
the required actions in accordance with this SOW. The contractor will be responsible for any and all permits or licensing, this includes drawings and submittals as necessary. Technical review of proposed systems shall be coordinated with the Government representative prior to purchase and installation. System testing and acceptance shall be witnessed by the Government. External Attachment files show the project information for the contract: Basic Guidance for design - Zone PDU Power Distribution.pdf Basic shop drawing for servers - JSA and FDS Zone Power Distribution 1.0 12-04-20.pdf Basic layout drawing - BUILDING_45_SERVER_ROOM.pdf 1.2 Scope of Work: The Contractor shall furnish all labor, equipment, material, supervision, maintenance, and other necessary items as described below (the Services ) for The Department of Veterans Affairs (VISN 19) at the following location (Cheyenne VAMC) 2360 E. Pershing Blvd., Cheyenne, WY 82001 Services to be provided are to prepare for the delivery of the Forward Deploy Servers (FDS) and the Joint Security Architecture (JSA) equipment. Services to be provided by the Contractor shall include but is not limited to the following infrastructure improvements identified on the JSA and FDS Zone Power Distribution 1.0 pdf dated 12-04-20. Activities will include: Electrical (power (normal), installation of electrical equipment for JSA and FDS for zone power distribution, racks, cables, breakers, power distribution units, conduit, as necessary. Contractor is to provide a complete working system that has been fully tested and approved before turnover to the government for use. The system must not compromise the integrity of any of the other systems. 1.2.1 Period of Performance The period of performance for this Statement of Work will be ninety (90) days from date of award. Performance shall take place at the Cheyenne VAMC facilities. 1.2.2 Design and Implementation Plan: Prior to commencement of work, the Contractor shall provide a design and installation plan for the project. This plan shall be subject to approval by the Government and shall be utilized by the Contractor to complete the installation. The design shall address the requirements specified in this document. Components and methods to be used in the project will be reviewed at this time. Any changes to the installation plan shall be approved by the client POC prior to the commencement of the work. Changes shall be submitted to the government showing or listing the changes to the approved design document and a cost estimate for implementing the changes. The Contractor shall not implement the changes until written approval by the Government is given. 1.3 Tasks 1.3.1 Telecommunications Room (IT), 1st Floor Room Server Room, D1-78: Contractor shall purchase and install IT Equipment Rack/Cabinet noted on JSA and FDS Zone Power distribution pdf. IT Equipment Rack/Cabinet to be located in 7 x8 space available located in first row on Building 45 Server pdf. Assessment of circuits serving the Server Room, Electrical Room D1-76A, for loading to determine if room circuit is properly sized or a new circuit/sub-panel needs to be installed to provide power to the new IT equipment Rack/Cabinet. Bonding as necessary for telecommunications equipment must be performed per manufacturer's specifications. All grounding shall comply with ANSI/NECA/BICSI 607-C, Generic Telecommunications Bonding and Grounding (Earthing) for Customer Premises. Additional information is located in section 1.3.2. FDS and JSA servers to be provided by and installed by others at later date. Contractor shall purchase and install the materials listed on JSA and FDS Zone Power Distribution 1.0 12-04- 20.pdf for the 7 x8 available space in the north row of the IT Server room D1-78. 1.3.2. Grounding Each telecommunication rooms (TR) shall have its own telecommunications ground busbar (TGB) to which equipment in that room are bonded. TGBs shall be sized according to anticipated number of bonded connections. 1.4 Installation, Inspection and Testing Requirements The Government reserves the right to inspect any/all the Contractor Wiring. Test equipment used on the project shall have been recently calibrated (within past 6 months) and calibrations shall be traceable to the National Institute of Standards and Technology (NIST). Installation shall be compliant with the BICSI standards (ANSI/NECA/BICSI 568, Standard for Installing Commercial Building Telecommunications Cabling and ANSI/TIA-1179-A Healthcare Facility Telecommunications Infrastructure for new installations). Cables shall be installed in continuous lengths from origin to destination, no splices with a 1 service loop. All new cable installation shall be tested and certified that cable meets or exceeds TIA-EIA-568-C.2. Provide the certification report to COR. All new equipment to be tested as required by most up to date National Electrical Code (NEC) 1.5 General Requirements 1.5.1 General Intention VA Campus is a non-tobacco and non-smoking campus. Contractor to park in non-patient designated lots. All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Working space and space available for storing materials shall be as determined by the COR. Execute work so as to interfere as little as possible with normal functioning of the Cheyenne V.A. Medical Center as a whole, 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, during construction, jointly by patients or medical personnel, and Contractor's personnel, except as permitted by COR where required by limited working space. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. 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 the COR and Chief Engineer. Survey: Before any work is started, the Contractor shall make a thorough survey with the COR areas of buildings in which alterations occur and areas which are anticipated routes of access, and furnish a report, signed by both, to the Contracting Officer. PPE is governed in all areas by the nature of the work the employee is performing. For example, specific PPE required for performing work on electrical equipment is identified in NFPA 70E, Standard for Electrical Safety in the Workplace. All electrical work shall comply with NFPA 70 (NEC), NFPA 70B, NFPA 70E, 29 CFR Part 1910 Subpart J General Environmental Controls, 29 CFR Part 1910 Subpart S Electrical, and 29 CFR 1926 Subpart K in addition to other references required by contract. All qualified persons performing electrical work under this contract shall be licensed journeyman or master electricians. All apprentice electricians performing under this contract shall be deemed unqualified persons unless they are working under the immediate supervision of a licensed electrician or master electrician. 1.6 General Submittals 1.6.1 General Data ACTIVITY HAZARD ANALYSES (AHAS): AHAs are also known as Job Hazard Analyses, Job Safety Analyses, and Activity Safety Analyses. Before beginning each work activity involving a type of work presenting hazards not experienced in previous project operations or where a new work crew or sub-contractor is to perform the work, the Contractor(s) performing that work activity shall prepare an AHA (Example electronic AHA forms can be found on the US Army Corps of Engineers web site). AHAs shall define the activities being performed and identify the work sequences, the specific anticipated hazards, site conditions, equipment, materials, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level of risk. An AHA associated with infection control will be performed by VA personnel in accordance with FGI Guidelines (i.e., Infection Control Risk Assessment (ICRA)). The ICRA procedure found on the American Society for Healthcare Engineering (ASHE) website will be utilized. All risk classifications will require a permit before beginning any construction work. Infection Control permits will be issued by the COR or Government Designated Authority. The Infection Control Permits will be posted outside the appropriate construction area. More than one permit may be issued for a construction project if the work is located in separate areas requiring separate classes. SITE SAFETY AND HEALTH OFFICER (SSHO) AND COMPETENT PERSON (CP): The Prime Contractor shall designate a minimum of one SSHO at each project site that will be identified as the SSHO to administer the AHA and Contractor s safety program. Person shall have completed the OSHA 30-hour Construction Safety course within the past 5 years. Construction workers shall have the OSHA 10-hour Construction Safety Outreach course and any necessary safety training to be able to identify hazards within their work environment. Provide manufacturer literature and Operation and Maintenance manuals for relevant products installed. Provide Warranty information for products installed. Contractor to provide a One-year overall warranty of construction is required. A list for each warranted equipment item, feature of construction or system indicating: Name of item. Model and serial numbers. Name of manufacturers or supplier. Warranties and terms of warranty. Include one-year overall warranty of construction, including the starting date of warranty of construction. Items which have extended warranties must be indicated with separate warranty expiration dates. Summary of maintenance procedures required to continue the warranty in force if applicable. Cross-reference to specific pertinent Operation and Maintenance manuals. Organizations, names and phone numbers of persons to call for warranty service. Typical response time and repair time expected for various warranted equipment.

Department of Veterans Affairs Cheyenne, WY VA Medical Center  Cheyenne ,
 WY  82001  USALocation

Place Of Performance : N/A

Country : United StatesState : WyomingCity : Cheyenne

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2DAREPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES