Texas Bids > Bid Detail

DD01-- EHRM Infrastructure Upgrades – North Bexar CBOC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159299772781190
Posted Date: Apr 25, 2023
Due Date: Apr 28, 2023
Solicitation No: 36C24W23Q0023
Source: https://sam.gov/opp/b438d7d6ba...
Follow
DD01-- EHRM Infrastructure Upgrades – North Bexar CBOC
Active
Contract Opportunity
Notice ID
36C24W23Q0023
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
RPO WEST (36C24W)
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: Apr 25, 2023 08:37 am CDT
  • Original Response Date: Apr 28, 2023 06:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DD01 - IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR)
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    North Bexar OPC San Antonio , TX 78247
    USA
Description
Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain service to provide design and construction work necessary at the North Bexar OPC located at 16019 Nacogdoches, Suite 110, San Antonio, TX 78247 to support the Veterans Health Administration s (VHA) change to the new Electronic Health Record Management (EHRM). This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. This Sources Sought is to facilitate the Contracting Officer a review of the market base, for acquisition planning, size determination, and procurement strategy.
Please subject Title the email as follows: RFI 36C24W23Q0023
General Requirements: VHA requests the Lessor provide design and construction services to include all labor, materials, tools, equipment ,transportation, supervision, and other services necessary to upgrade the leased property in accordance with the scope of work listed below:
South Texas Veterans Health Care System
7400 Merton Minter Blvd
San Antonio, TX 78229
LEASE AMENDMENT SCOPE OF WORK
EHRM INFRASTRUCTURE UPGRADES North Bexar OPC CBOC
PROJECT NO: 671-23-705NB
PROJECT NAME: EHRM Infrastructure Upgrades North Bexar CBOC
1. GENERAL INTENT:
The Lessor shall provide design and construction work necessary at the North Bexar OPC located at
16019 Nacogdoches, Suite 110, San Antonio, TX 78247 to support the Veterans Health Administration s
(VHA) change to the new Electronic Health Record Management (EHRM). VHA requests the Lessor
provide design and construction services to include all labor, materials, tools, equipment,
transportation, supervision, and other services necessary to upgrade the leased property in accordance
with this scope of work.
1.1 General Requirements
1.1.1 The Lessor shall provide design services and a complete design package containing
drawings and specifications. The design drawings and specifications shall follow all
applicable codes, manuals, standards, and guides, including those listed in Paragraph 4.
1.1.2 The Lessor shall provide construction services for the following infrastructure
improvements, as necessary to meet listed requirements:
1.1.2.1 Electrical infrastructure including bonding and Building Management (BMS)
interfaces to manage and monitor UPS.
1.1.2.2 HVAC infrastructure including temperature and humidity upgrades, rack and
space sensors, and BMS interfaces to manage and monitor temperature and
humidity.
1.1.2.3 Physical security upgrades including telecommunication room cameras,
alarms, and necessary interfaces to existing security system. Location and
quantities to be determined and approved during DID drawings review.
1.2 Design Effort
1.2.1 Lessor shall coordinate a Design Intent Drawings (DID) workshop with their respective
design and construction team and VHA to develop, review, and complete final DIDs.
1.2.2 Design shall be completed in accordance with the schedule listed in Paragraph 3.
South Texas Veterans Health Care System
7400 Merton Minter Blvd
San Antonio, TX 78229
1.2.3 Lessor shall take meeting minutes and distribute meeting minutes to VA COR/LCO
within three days of meeting. Meeting minutes shall be submitted by the Lessor and
approved by VHA.
1.2.4 Lessor shall provide as-builts 15 days after final inspection approval by COR.
1.3 Clinic Operations
1.3.1 It is the Lessor s responsibility to provide a work plan allowing for continued operations
of the CBOC. The VHA COR shall review and approve the work plan. The work plan may
require after hours or weekend work.
1.3.2 Execute work to interfere as minimally as possible with normal functioning of the North
Bexar OPC Clinic, including operations of utility services, fire protection systems and any
existing equipment, and 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 by Veterans or VHA staff, except as approved by COR.
1.3.3 Do not store materials and equipment in other than assigned areas.
1.3.4 Utilities Services: Where necessary to cut existing pipes, electrical wires, conduits,
cables, etc., of utility services, or of fire protection systems or communications systems
(except telephone), they shall be cut and capped at suitable places as directed by Lessor
and approved by VHA COR. All such actions shall be coordinated with the Lessor and
VHA COR. Lessor shall submit a request to interrupt any such services to VHA COR, in
writing, 7 days in advance of proposed interruption. Request shall state reason, date,
exact time of, and approximate duration of such interruption. Interruptions may have to
be scheduled outside of normal CBOC operational hours.
1.3.4 The Lessor 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 CBOC operations will not be
hindered. Contractor shall permit access to Department of Veterans Affairs personnel
and patients through other construction areas which serve as routes of access to such
affected areas and equipment. These routes whether access or egress shall be isolated
from the construction area by temporary partitions and have walking surfaces, lighting
etc. to facilitate patient and staff access. Coordinate alteration work in areas occupied by
Department of Veterans Affairs so that CBOC operations will continue during the
construction period.
1.4 Testing
1.4.1 The Lessor shall provide a written testing plan in accordance with specifications and
Building Industry Consulting Service International (BICSI) standards. The plan will provide
a schedule and a written sequence of what will be tested, how and what the expected
outcome will be. This document will be submitted for approval prior to commencing
testing. The Lessor shall document testing results and submit to VHA.
South Texas Veterans Health Care System
7400 Merton Minter Blvd
San Antonio, TX 78229
1.4.2 Lessor will coordinate final tests with VHA COR and conduct final tests in his/her
presence. Lessor shall furnish all labor, materials, equipment, instruments, and forms, to
conduct and record such tests.
1.5 Safety During Construction
1.5.1 The Lessor shall designate a minimum of one Site Safety and Health Officer (SSHO) at
each project site that will be identified as the SSHO to administer the Lessor s safety
program.
1.5.2 The designated SSHO must meet the requirements of all applicable OSHA standards and
be capable (through training, experience, and qualifications) of ensuring that the
requirements of 29 CFR 1926.16 and other appropriate Federal, State and local
requirements are met for the project. As a minimum the SSHO must have completed the
OSHA 30-hour Construction Safety class and have five (5) years of construction industry
safety experience or three (3) years if he/she possesses a Certified Safety Professional
(CSP) or certified Construction Safety and Health Technician (CSHT) certification or have
a safety and health degree from an accredited university or college.
1.6 Infection Control
1.6.1 An Accident Hazard Analysis associated with infection control will be performed by the
Lessor and VHA COR 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. Construction Matrix (ashe.org)
1.6.2 The approved ICRA shall be reviewed and approved by the VHA Infection Prevention
service and posted at the work site.
1.6.3 The Lessor shall implement all measures required by the ICRA.
2. STATEMENT OF WORK:
2.1 The Lessor shall ensure all below requirements from the VA Office of Electronic Healthcare
Modernization Site Infrastructure and End User Device Requirements are met.
2.2 Local Area Network (LAN)
2.2.1 Reference: Infrastructure Standard for Telecommunications Spaces, Version 3.1,
https://www.cfm.va.gov/til/dguide/OIT-InfrastrucStdTelecomSpaces.pdf.
2.2.12 Network Infrastructure devices supported by UPS and Emergency Power / Backup
Generator as described below in 2.3.
2.3 Power
South Texas Veterans Health Care System
7400 Merton Minter Blvd
San Antonio, TX 78229
2.3.1 UPS Functional Requirements: This Scope of Work includes UPS requirements for OIT
equipment only. All OIT equipment in the Telecommunications Room shall be connected to the
UPS.
2.3.1.1 All UPS units supporting Information Technology infrastructure shall be
functional and maintain a 10-minute run-time. Existing UPS to be reused;
capability for remote monitoring to be installed by lessor under this project.
2.3.1.2 UPS shall be managed and report the following information to a management
system.
2.3.1.2.1 Overload
2.3.1.2.2 Battery Temperature High
2.3.1.2.3 Battery Charge Low
2.3.1.2.4 Battery Failure
2.3.1.2.5 Critical Condition (fan failure, low output voltage, etc)
2.3.1.3 UPS shall support both monitoring and remote management to include full
compliance with RFC-1628 UPS Management Information Base Support for
Simple Network Management Protocol (SNMP) v3.0, BaCnet and Modbus
protocols.
2.3.1.4 UPS shall be connected to a monitoring system by Ethernet (wired or wireless)
or serial interface (RS-232 or RS-485).
2.3.2 Upstream bonding requirements to the Secondary Bonding Busbar or Primary Bonding
Busbar must use two lugs. Bonding 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, November 2015.
2.4 Heating, Ventilation, and Air Conditioning (HVAC) Design Requirements
2.4.1 Reference: U.S. Department of Veterans Affairs Office of Construction & Facilities
Management HVAC Design Manual, dated May 1, 2019,
https://www.cfm.va.gov/til/dManual/dmHVAC.pdf.
2.4.2 Telecommunications Rooms, Class B space temperature range 41°F to 95°F, relative
humidity: 8 to 80% noncondensing.
2.4.2.1 Temperature and humidity shall be monitored in proximity to the OIT
equipment rack. Place sensors either on populated rack or within 6 feet of
rack.
2.4.2.2 Temperature and humidity shall be connected to a monitoring system by
Ethernet (wired or wireless) or serial interface (RS-232 or RS-485).
South Texas Veterans Health Care System
7400 Merton Minter Blvd
San Antonio, TX 78229
2.5 Physical Security Design Requirements
2.5.1 Reference: Infrastructure Standard for Telecommunications Spaces,
https://www.cfm.va.gov/til/dManual/dmTelecomm.pdf .
2.5.2 Provide an electronic Security Management System (SMS) with a Physical Access Control
System (PACS). The system shall be compatible with existing PACS, coordinate with COR
and obtain approval from STXVHS police.
2.5.3 Doors shall include a mechanical spring loaded deadlocking feature (not separate
deadbolt lock), PACS associate electronic Personal Identity Ve rification (PIV) card
access device with keypad, electric strike and digital Closed Caption Television (CCTV)
color camera routed to and directly controlled by the facility SMS.
2.5.4 Telecommunication Room security system shall be connected to a UPS or emergency
backup power system.
2.5.5 Facility programmable door controller shall be fully functional in a standalone status if
connection to the SMS is lost. Once the connection is restored, the local door control
system shall update the SMS, regarding all operations that occurred after the
connection was interrupted. Then, the SMS shall update the local door control units to
current operational function.
2.5.6 The PACS and SMS shall be fully compliant with VA s PII, PIV "Smart" ID Card and at a
minimum, FIPS 201-1 and NRTL (i.e. UL) listed and labeled.
2.6 Lessor/Contractor Provided Equipment
2.6.1 Rack Sensor
2.6.1.1 Manufacturer: APC
2.6.1.2 Model: NetBotz Rack Sensor Pod 150 NBPD0150
2.6.2 IT Equipment Room CheckPoint Wireless Temperature and Humidity Sensor
2.6.2.1 Manufacturer: Medical Resources
2.6.2.2 Model: TEMP125
3. PERIOD OF PERFORMANCE:
3.1 Work timelines and completion progress shall be communicated to the COR for tracking purposes.
3.2 Work shall be completed in accordance with milestones in the following paragraph (project schedule
table). Note: Completion date should be 6 months prior to station Go-Live date.
3.3 Work shall meet project milestones as outlined here.
South Texas Veterans Health Care System
7400 Merton Minter Blvd
San Antonio, TX 78229
Award Day 0
In itial meetin g with Go v t Day 10
Schematic Design due to VA Day 20
AE meeting (Schematic Design) Day 25
35% Design due to VA Day 40
AE meeting (35%) Day 45
95% Design due to VA Day 60
AE meeting (95%) Day 65
100% Design due to VA Day 70
AE meeting (100%) Day 75
Final CD submission due to VA Day 78
Go v t ap p ro ves CD Day 90
Construction Complete Day 150
4. MANUALS, STANDARDS AND DESIGN GUIDES: The work will be completed in compliance with the
following manuals, standards, and design guides. Where there appear to be contradictions, VA shall
make a final determination on applicability of manuals, standards, and design guides.
4.1 VA OEHRM Site Infrastructure and End User Device (EUD) Requirements Version 2.0 (Attachment
1)
4.2 Infrastructure Standards for Telecommunications Spaces Version 3.1 (dated July 1, 2021)
4.3 HVAC Design Manual (dated November 1, 2017 with Rev dated March 1, 2020)
5. GENERAL REQUIREMENTS FOR PRIVACY INFORMATION:
5.1 Information Systems Officer, Information Protection: The contractor will not have access to VA
Desktop computers, nor will they have access to online resources belonging to the government
while conducting services.
5.2 Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will
they have the capability of accessing patient information during the services provided to the VA.
5.3 Records Manager: There will be no federal records created, maintained, used or dispositioned
with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e -mail,
fax, etc.].
Attachments/Links
Contact Information
Contracting Office Address
  • 3230 PEACEKEEPER WAY
  • MCCLELLAN , CA 95652
  • USA
Primary Point of Contact
  • Dr. Vinicky Ann Ervin Ph.D.
  • vinicky.ervin@va.gov
  • Phone Number 210-694-6303
  • Fax Number All Q&A shall be via email only to Dr. Ervin
Secondary Point of Contact


History
  • Apr 25, 2023 08:37 am 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 >