Similar Projects
Y1DA--589-018 Construct Radiation Therapy Addition Minor Construction - Kansas City VAMC (VA-23-00008818)
Addition, Demolition, New Construction, Infrastructure
Design
$10,000,000 CJ est. value
Kansas City, MO 64128

Construct Inpatient Medical Bed Addition Minor - Kansas City VAMC
Addition, Demolition, Infrastructure
Design
$20,000,000 CJ est. value
Kansas City, MO 64128

RFQ Contractor- Generator Maintenance and Repair - KC
Term Contract
Bidding
$48,000 CJ est. value
Kansas City, MO 64128

RFQ Contractor- Generator Maintenance and Repair - KC
Term Contract
Bidding
$48,000 CJ est. value
Kansas City, MO 64128

RFQ - Multipdiscipline Architect-engineering Indefinite Delivery Contract To Support The Jpeo A&a Modernization Program
Term Contract
Post-Bid
Norfolk, VA 23510

Service-Disabled Veterans-Owned Small Business ID/IQ MATOC
Term Contract
Post-Bid
$45,000,000 CJ est. value
Kansas City, MO 64106

ArriveKC
Demolition, New Construction, Infrastructure
Construction
$130,000,000 CJ est. value
Kansas City, MO 64108

NICU Addition - Truman Medical Center Hospital / Kansas City
Addition, Demolition, Renovation, Infrastructure
Pending Verification
$70,000,000 CJ est. value
Kansas City, MO 64108

Saint Luke's East Hospital Expansion and Renovation - Saint Luke's Health System
Addition, Demolition, Renovation, Infrastructure - 114,000 SF
Pending Verification
$52,000,000 CJ est. value
Lees Summit, MO 64086

Renovate 4E for PCU (VA-23-00087201)
Renovation - 9,900 SF
Design
$5,000,000 CJ est. value
Kansas City, MO 64128

Psychiatric Hospital / Kansas City
New Construction, Infrastructure
Pending Verification
$300,000,000 CJ est. value
Kansas City, MO 64106

EHRM Infrastructure Upgrades - Data Center - Kansas City
Renovation
Design
$5,000,000 CJ est. value
Kansas City, MO 64128

Y1DA--EHRM Infrastructure Upgrades Construction Kansas City, MO (VA-23-00068037)
Renovation
Design
$50,000,000 CJ est. value
Kansas City, MO 64128

Last Updated 10/07/2023 05:12 PM
Project Title

RFQ Contractor- H359--Semi-Annual Electrical Maintenance, KC

Physical Address View project details and contacts
City, State (County) Kansas City, MO 64128   (Jackson County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected April 2024
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 337215 (size standard of 500 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following, Adjustable Workstation Requirements All adjustable workstations will have the following common requirements outlined in addition to the configuration specific requirements noted below: A 3/4 or thicker high-pressure laminate (or equivalent) desk surface in a dark non-reflective color Rounded or tapered edges at all user contact points 2 Under Desk Mounted CPU holders CPU holders to be mounted under desktop surface and not sitting on floor Preferred mounting locations would place CPUs outside of leg and knee zones that would be occupied by a sitting physician Variable height controlled via electric motors with control unit Controls should have capability to store multiple preset heights Workstations should have two separate adjustable platforms, one for the monitors being utilized and one as the work surface for peripherals and writing as necessary All monitor mounts shall allow monitors to rotate, translate side-to-side, tilt, swivel, and adjust forward-and-backward for focal depth Enclosed cable management/tray for routing of power, video, and other computer cables Flexible cable management available for all cables running outside on the tray or enclosed management channels USB connections accessible on the tabletop surface LED task lighting with dimmable controls All electronics should be powered by standard 120V power Specific Radiology Rectangular Configuration Requirements a rectangular Radiology workstation configuration capable of meeting the above requirements and supporting the below hardware: 1 PC quoted through this contract and 1 VA OI&T provided PC 4 Radiology Diagnostic Monitors quoted through this contract, 1 Administrative Monitor quoted through this contract, and 1 VA-OI&T provided 22 monitor Overall workstation working surface depth shall target approximately 44 inches or less Overall workstation width shall target the range of 60 inches to a maximum of 85 inches Specific Radiology Corner Configuration Requirements a corner or L shaped Radiology workstation configuration capable of meeting the above requirements and supporting the below hardware: 1 PC quoted through this contract and 1 VA OI&T provided PC 4 Radiology Diagnostic Monitors quoted through this contract, 1 Administrative Monitor quoted through this contract, and 1 VA-OI&T provided 22 monitor Overall workstation width in either direction shall target the range of 60 inches to a maximum of 85 inches Workstation should be roughly equal length in either direction as opposed to a rectangular desk with short additional work surface. Specific Mammography Rectangular Configuration Requirements a rectangular Mammography workstation configuration capable of meeting the above requirements and supporting the below hardware: 1 PC quoted through this contract and 1 VA OI&T provided PC 1 Mammography Diagnostic Monitor quoted through this contract, 2 Administrative Monitors quoted through this contract, and 1 VA-OI&T provided 22 monitor Overall workstation working surface depth shall target approximately 44 inches or less Overall workstation width shall target the range of 60 inches to a maximum of 85 inches Specific Mammography Corner Configuration Requirements a rectangular Mammography workstation configuration capable of meeting the above requirements and supporting the below hardware: 1 PC quoted through this contract and 1 VA OI&T provided PC 1 Mammography Diagnostic Monitor quoted through this contract, 2 Administrative Monitors quoted through this contract, and 1 VA-OI&T provided 22 monitor Overall workstation width in either direction shall target the range of 60 inches to a maximum of 85 inches Workstation should be roughly equal length in either direction as opposed to a rectangular desk with short additional work surface. Installation Requirements On-site installation at each location to include inside assembly/installation in designated room within the designated space. Vendor to assemble the tables, install all cables within cable trays, attach monitor mounting hardware, lights, USB hubs and under-table CPU holders, calibrate height adjustments and validate full functionality. All shipping costs are to be included in contract All labor, parts, travel costs are to be included in contract All cables and extensions necessary to connect PCs to monitors and peripherals through the adjustable workstations are to be provided by the vendor as part of the contract. Where allowable cable and extension lengths should be kept to a minimum to avoid latency and communication issues. Vendor is responsible to replace all items damaged or missing as identified during on-site installation activities Installation and Shipping are to be coordinated with identified VA POC at each site Vendor to clean-up and remove all packing material, rubbish, etc. after installation activities Building structure, door frames, floors, etc. are not to be modified by vendor during delivery/installation Vendor will be responsible for any damage that occurs to building during installation Vendor to educate and train on-site staff in operation and typical maintenance/troubleshooting Education will include providing any available user manuals and/or service documentation Warranty and Support Requirements All workstations will include at a minimum a 5-year warranty on parts, defects, and early failures. This includes cables, peripherals, and other items that may be internally run in the adjustable workstations. Documentation will also include part numbers for common replacement items and support lines for vendor technical support on each product. Adjustable workstations will additionally include 5-year coverage for labor necessary to replace parts that fail during this period. The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications, or brand name equal. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) Is your company considered small under the NAICS code identified under this RFI Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way If you do, state how and what is altered; assembled; modified Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above If so, please provide the contract number. Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your DUNS number. Responses to this notice shall be submitted via email to Philip Bouffard at Philip.bouffard@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The Method of Contractor Selection has not been determined at this Time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents