SOURCES SOUGHT
N -- Improve Physical Security
- Notice Date
- 12/15/2010
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Contracting Officer (248);Network Contracting Activity 8;4300 Duhme Road, Suite 300;Madeira Beach FL 33708
- ZIP Code
- 33708
- Solicitation Number
- VA24811RP0068
- Archive Date
- 12/30/2010
- Point of Contact
- Thomas Lucas
- E-Mail Address
-
ct
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5). NCA 8 seeks contractors with extensive experience: 1.Creating a security local area network (LAN). 2.Upgrading and expanding access control and surveillance systems using a dedicated LAN. 3.Replacing a campus wide key locking system at Bay Pines VA and the leased VA clinics. The applicable NAICS Code is 238210, the size standard is $14 Million, and the magnitude of construction is between $2,000,000 and $5,000,000. Any interested contractor should respond via e-mail ONLY to Thomas.Lucas@.gov, by 27 December 2010 with the following information: Email Subject Line "Improve Physical Security Bay Pines", Name of company and address, DUNS number, point of contact and phone number, Business size, Socioeconomic classification, applicable examples of experience, and a business capabilities statement. Interested parties must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov/. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal. The Project Statement of Work SOW- Improve Physical Security- General Information This design build project is to improve physical security at Bay Pines Medical Center and Lee County/Cape Coral Outpatient Clinic (OPC). The design team will include the contractor, the contractors AE, and key subcontractors. The design review team will be the VA's CO (Contracting Officer), the COTR (Contracting Officers Technical Representative), SME (Subject Matter Experts) from the VA's Engineering shops, and representatives from the VA Police. The design team is to determine systems and components to meet all referenced specifications and requirements. The design team will supply all VA specifications, appropriately edited, for the construction of this project. Design and construction is to meet NFPA, VA design requirements, VA specifications, VA Handbooks 0730/2 and 6500, VA Directive 0735, NIST Special Publication SP800-53REV3 and FIPS 201. Requirements referenced in multiple publications will be designed to the most stringent requirement and the multiple references will be specifically brought to the design review team's attention. Design is to include wiring standards for all devices and provide written requirements and schematics for construction. Design and construction of communications closets and computer rooms as far as locations, sizes and required support equipment is to be determined by the areas covered, the number of and type of existing or additional points and subsystems needed in that area. All electrical, structural, mechanical, or architectural work required to support the network is the responsibility of the contractor. Design and construction is to include all pathways and is the responsibility of the contractor. Connections between communications closets and system points within the closets zone and all pathways and connections between buildings is the responsibility of the contractor. All connections between buildings will be established using existing manhole systems, new trenching and/or horizontal boring, or overhead conduits for adjacent or connected buildings. Method of connecting buildings is to be determined by the design team. If the existing manhole system or conduit pathways are used, it will be the contractor's responsibility to clear the pathways of abandoned conductors prior to use. As part of the base bid of the contract, contractor is to provide pricing for pathways between buildings by horizontal boring or trenching. With the probability the current communications manhole system will be used for a portion of the pathways, the contractor is to bid as if all pathways and ground work will be new and provided as part of the project. Contractor is to provide a per lineal foot price for both horizontal boring and trenching. Contract lineal foot pricing for horizontal boring pathways $________L. F.. Contract lineal foot pricing for trenching $ _______L. F.. All pricing indicated above shall be part of the contractor's base bid and any horizontal boring or trenching not required, shall be credited back to the VA. If horizontal boring or trenching exceeds quantities listed, contractor shall be compensated in the amount listed above. All conductors are to be unbroken from end device to the controllers or nodes and between controllers or nodes. The type of conductors for different applications in this project will be determined using sound engineering principles and will include, but will not be limited to, voltage, current, bandwidth, distance, and subsystem(s) being supported. Notice to contractor on special, certified training for VA maintenance personnel for bid items 2 and 3. All maintenance training, for five (5) VA Engineering technical staff shall be at the manufactures factory or the manufactures official training site and the VA technicians shall receive certification in the specific system(s). Technician training will include travel, lodging, per diem for food and ground transportation at a rate of $70.00 per day, and tuition for training. The VA will pay only VA salaries for the training. Only one (1) VA technician will be permitted per training session, so bidders are advised to account for five (5) sessions. This project is to include the following components- a)LAN Infrastructure- Contractor is to provide a secure Local Area Network (LAN) infrastructure with controlled pathways, communications closets and computer rooms for security systems. This network will connect all buildings on Bay Pines campus except the NCA Cemetery Office, the VBA Regional Office, and Bay Pines Credit Union. Buildings to be included are 1, 2, 11, 12, 13, 13A, 17, 19, 20, 22, 23, 24, 35, 36, 37, 54, 56, 71, 100, 101, 102, 103, 107, T203, and 300. The security network is to be designed, engineered, and installed by the contractor. The network shall integrate the physical security system and the new digital security surveillance system into one event driven, cohesive, station wide security network. The network shall be designed for a minimum backbone bandwidth of 1GBPS with 100 MBPS bandwidth to field devices. Contractor will build communications closets and computer rooms in strategic locations throughout the Medical Center and Cape Coral OPC to accommodate and secure the network and security equipment such as Nodes (controllers), power supplies, Network Video Recorders (NVR) switches, routers, patch panels or other required devices. The network shall be designed with a minimum of three multimode fiber pairs and three single mode fiber pairs to each communications closet, server rooms, and computer rooms. Communication closets, server rooms, computer rooms will be designed to have adequate conditioning to support initial equipment heat load plus 30%. Communication closets, server rooms, computer rooms will be designed and constructed to have UPS power supplied to all equipment. UPS circuits will be sized for initial load plus 50%. Where feasible and capacity being available, existing house UPS circuits are to be used. In areas not served by existing house UPS's, the contractor will provide UPS's sized appropriately for the equipment loads, plus 50% and shall carry the required electrical load for 30 minutes. Design and construction is to use existing pathways where feasible and require new pathways where needed. Design and construction will size pathways to a maximum fill rate of 50%. Existing pathways are to be cleared of any abandoned conductors, prior to using the pathway. No splices or connections will be permitted outside of communications closets, except for end device connections, unless specifically approved by the COTR. b)Physical security and access control system- Contractor shall replace the existing physical security and access control system with a system that is FIPS 201 compliant, and meets requirements of- VA Directive 0735, "Personal Identity Verification (PIV) of Federal Employees and Contractors". VA Handbook 0730/2, "Security and Law Enforcement". VA Handbook 6500, "Information Security Program". NIST Special Publication SP800-53REV3, "Recommended Security Controls for Federal Information Systems and Organizations". The contractor will supply all software, hardware, database conversions, programming, and additional equipment required for the upgrade. All card readers are to function by Smart Card with the ability for secondary PIN verification on critical doors. Design and construction is to include one for one replacement of existing field points. In addition to equipment replacement, contractor is to standardize wiring, color coding, and device configurations as equipment is replaced. All detection devices on the system are to be configured and installed as three state devices. All peripheral equipment shall be secured in the security network communication closets, with the exception of end of line field devices. All buildings will have at minimum, first floor perimeter security (exterior doors monitored by the system) and one door per building is to be controlled by a card reader from the system. Additional perimeter door readers will be selected by the design team using the number of staff occupants, type of security required for function, size of building, and distance between entrance doors. 100 employees or more shall require additional reader doors. An employee only controlled areas such as Pharmacy shall require additional reader doors. A distance of 150 feet or more between entrances shall require additional reader doors. This system is to monitor, control, and operate both the Bay Pines campus and the OPC in Cape Coral. This system will operate under a single database allowing for global, instantaneous configuration changes. Buildings to be excluded from the design and construction will be NCA Cemetery buildings, the VBA Regional Office, and Bay Pines Credit Union. The system will also be expanded to control the road/gate entrances to the Medical Center and OPC by using hydraulic bollards or electrical wedge gates. The expansion shall allow full electrical/electronic control of all first floor building entrances and station entrance gates, to include securing or unlocking and monitoring from the system work stations. Electronic locking of doors to be fail secure for ingress and shall allow free egress, except in the CLC- buildings 71 and 101. In the CLC doors are controlled by time code for card in/card out operation. Design and construction is to use existing pathways where feasible and require new pathways where needed. Design and construction will size pathways to a maximum fill rate of 50%. Existing pathways are to be cleared of any abandoned conductors, prior to using the pathway. No splices or connections will be permitted outside of communications closets, except for end device connections, unless specifically approved by the COTR in writing. All Nodes (controller) to device wiring to be new and unbroken. c)Security Surveillance TV System- Contractor shall expand existing analog security surveillance TV system (SSTV or CCTV), replacing existing cameras with cameras of like function and of current technology. Contractor shall add analog Pan, Tilt, and Zoom (PTZ) cameras on the four corners of buildings 1, 2, 20, 24, 37, at a serviceable height, and on building 100 on the parapet walls to provide the capability to track persons of interest on the center grounds. Contractor shall convert all analog cameras to digital to incorporate into a new digital head end system; this head end is to replace the analog head end currently in operation. Contractor shall add digital cameras, expanding the surveillance system to cover of the following critical areas- parking lots 1, 2, 3, 16, 16A, 16B, 28, East and West station entrance gates, building 11 entrances, Bldg#100 North Side patient and visitor entrances, all perimeter doors controlled or monitored by the access control system (estimated at 110 each, actual number to be contractor field verified). This expansion is to include the following general surveillance camera's- Exterior- areas of the OPC, buildings 1, 13, 36 and 100 loading docks, buildings 71,101, and 102 perimeters, recreation areas-the pier, inter-coastal waterways, basketball courts, and fresh water lakes. Interior- Pharmacy entrances and vaults building 100, Nuclear Medicine radiation storage and work rooms building 100, Logistic warehouses building 100 and 36, Laundry and New linen storage facility buildings 13 and 13A, and animal research building 23. Monitoring of all interior cameras will be event driven and will alarm by door opening and/or motion detection when in the secure mode. All event driven cameras will, on alarm, automatically be displayed to a call up monitor(s) in the Communications center in building 100. All digital cameras are to be color and are to automatically adjust for changing light conditions, the minimum acceptable pixels per foot/meter will be 50/164 PIX/ft/m for identified critical areas such as parking lot entrances, all first floor perimeter doors controlled or monitored by the access control system, and grounds entrance and exit gates. For general surveillance cameras 30/98 PIX/ft/m will be acceptable. All SSTV network recording equipment shall be secured in the network communication closets. All cameras are to be controlled and monitored in the Police Communications Center in building 100 and in the Police administration area of building 11. All cameras are to be under the tree canopy in parking lots and the design team is to determine a minimum trim height for Bay Pines Grounds crew to maintain. All cameras are to be recorded for a minimum of 30 days. d)Mechanical keying system- The contractor shall implement a comprehensive key control hierarchy and re-key the entire VA Bay Pines Campus and other owned and leased spaces, replacing existing cores with a new mechanical (metal keys) keying system. Work will include replacement of the total keying system at the VA Bay Pines Campus with a 7-pin system compatible with the existing small format interchangeable core "IC" style core system. The existing keyway will be replaced and all new keys cut and distributed to the service level key control for each service at the Bay Pines VA Medical Center Campus. The number of keys per series will be determined by the survey. Prices submitted will reflect a firm fixed price on an indefinite quantity of Cores and keys. Minimum quantity will be 3000 with a maximum of 10000 Cores and 10000 to 15000 keys. Contractor is to provide pricing for 5000 Cores and 12000 keys, but can expect the actual numbers to be between 3000 and 5000 cores and 11000 to 12000 keys. Contractor shall only invoice for the number of cores and keys provided. Cores and keys for the locks are the only indefinite quantity portion of this acquisition; all other items are definite quantities. CONTRACTOR RESPONSIBILITIES: Site Survey: Inventory the facility to determine number of cores required. After survey is complete, vendor will provide a systematic layout of the key system with growth potential, following a hierarchy based on a code system. This system will comprise of a "Great Grand Master" (Control Key), and four "Grand Master" keyways. Two "Grand Master" keyways will be actually utilized at this time, one for Bay Pines and one for OPC. The remaining "Grand Master" keyways will be utilized as spares for future expandability and security purposes. All supplies or parts needed at this time will be for current uses under the first "Grand Master" series only. Sub-masters and Sub-Sub-Masters will likely include all services except Pharmacy, Canteen, Research Services, Logistics warehouses, which will be under special key - A key which can only open a lock in a high risk or sensitive area (locally determined), and which cannot be opened by a grand master, master or any other individual key. Special keys may also include those that can only open certain doors for cleaning, maintenance, construction, mental health units, etc. All exterior doors to be outfitted with MX-8 style keyways. Only keys utilized on the Bay Pines campus and its extensions will be included in this contract. Rekey and replace all designated door cores on the VAMC campus: the Bay Pines VA anticipates 12,000 keys and a range of 3,000 - 5,000 cores, based on 30 buildings and 21 separate services designations. Labeling and Marking: All keys will be cut, labeled by core mark codes, and sequentially numbered with a serial number within the keying system to identify each key within the system and the individual assigned the key. All cores are to be stamped with a core mark code on the cylinder. All uncut keys and lock cylinders which have not been installed at the end of the period of performance will be turned over to the VA Locksmith. If any keys are distributed elsewhere by the contractor, it is understood that this constitutes a security breach per VA Directive, and a redesign of the system will be provided by the contractor at no additional cost to VA. Data entry of key hierarchy into a contract provided, key control database will be conducted by the contractor to ensure accurate record keeping of all doors being rekeyed. End result will be a database fully populated with all work done by the contractor which includes core to door, key to core and employee to key data. Key lock software to have a minimum of 30 client seats, allow multiple user levels with security controls, allow multiple simultaneous seats to be logged on, will be networked on the security LAN, and will run on a PC based operating system that is NT network compatible. Training for database will be arranged for 30 VA employees to ensure operation knowledge on the database. Training is expected to include Site training which will consist of half day training at a minimum, with a WebEx or equal follow up refresher course. Contractor to provide new, unused, industrial quality Key Cutting Machine and Engraving Machine for the VA's locksmith to perform key reproduction after the period of performance for this contract expires. The contractor shall not use these machines for the work performed but will instead use their own equipment. Key cutting machine must work with the A2 key and be a Punch Type key cutter. PHASES OF WORK for key/lock portion of project PHASE I: Notice to Proceed (NTP) and meetings with the VA regarding the contractor responsibilities and current key lock hierarchy. Site Survey to start after NTP +30 days. PHASE II: Database build phase and validation, NTP +45. PHASE III: Is the installation phase where all locks will be replaced and rekeyed in accordance with the agreed on hierarchy and key distribution, NTP +90. PHASE IV: Training and delivery of the Key Cutting Machine, engraver, and spare parts to the VA, NTP +110
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24811RP0068/listing.html)
- Place of Performance
- Address: Bay Pines VAHCS;10000 Bay Pines Blvd.;Bay Pines FL 33708
- Zip Code: 33708
- Zip Code: 33708
- Record
- SN02344669-W 20101217/101215234208-f52f2f079a4482da8289fe20c8e90ee7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |