DOCUMENT
N -- Network elevator cameras installation - Attachment
- Notice Date
- 1/10/2013
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25013Q0200
- Response Due
- 1/25/2013
- Archive Date
- 3/26/2013
- Point of Contact
- Wallace Larson
- E-Mail Address
-
Contract Officer
(wallace.larson@va.gov)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis solicitation for commercial services prepared in accordance with the format in Subpart 12, Acquisition of Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA250-13-Q-0200 is being issued as a Request for Quote (RFQ), and the intent is to award a firm fixed price order for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This is a total small business set-aside. Service Disabled Veteran-Owned Small Businesses and Veteran Owned Small Businesses will be given preferred consideration. REQUIREMENTS: The VISN 10 Network Contracting Office, 6150 Oak Tree Blvd., Independence, OH 44131, is seeking quotes. Any quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Cleveland VA Medical Center 10701 East Blvd. Cleveland Ohio 44106 Work requested by Tim Wasdovitch Electric Shop Supervisor (W) COTR Randy Vinson Wade Park Maintenance and Operations (W) Office - 216-791-3800-ext. 3033 Cell- 216-701-3873 email randv.vinson@va.gov General description of work needed: Add network cameras and to the basement, second floor, third floor, fourth floor, fifth floor for service elevators and patient elevators in the main facility. Third floor camera to provide clear line of sight for the ATM Machine as well as the elevator lobby. Do not use the IRM network. The network cameras are to expand the ability for clear line of sight of all the floors specified above. Contractor must be Lenel Certified to Program and install items to our security network. General description why work is needed: At the present time there are a variety of blind spots on the in the Elevator lobbies and no surveillance for the ATM Machine. Elevator doors have been damaged in the past on multiple floors costing the facility valuable time and resources. Surveillance will allow video research when the elevator doors have been damaged. The additional network cameras will add greater patient safety and security. Scope of Work: Turnkey installation of (5) New Elevator Lobby 1MP IP Cameras, (5) New Elevator 180 ° Panoramic 20MP IP Cameras on 5-Different Floors of the Hospital. included with this proposal is also (2) New VA Police Security Dedicated Network Backbone locations for current & future expansion of the entire Lenel OnGuard Security System. These (2) locations will occupy (2) existing Multi-Mode Fiber port on the VA Police Core Switch in the 3rd FL IRM Room. Both ends Fiber Head-End Termination patching only use existing spare dark VA Multi-Mode Fibers back to the 3rd FL Main IRM Rm. Existing VAPD spare Lenel camera licenses will be utilized for this installation. All camera cables are to be marked on both ends at or near the termination point so as to be easily traced in the future. All camera cables are to be labeled with Brady wire labels or equal. Provide a cable schedule for all new cables that pertain to the additional security system. Provide a 48 port Sysco switch in the basement and a 24 port Sysco switch on the fifth floor. All wire and conduit to tie in the switches to the existing equipment are to be included. All wiring must be enclosed in either Electrical Metallic Tubing or cable tray. All required conduit and wire to be included from the main hospital IRM rooms to the specific camera location shown on the provided drawings. Supply all required cables and wires for installation of new camera security system. All control wiring material and labor pertaining to the camera security system will include all wiring, materials and labor needed to produce the results stated in the scope of work. Any and all additional control, feeder and modification to existing wiring will be included in the scope of work. No additional cost to the VA will be allowed due to miscalculations or under estimating by the contractor. A site visit is a must by the contractors before signing a contract with the VA to do what is stated in the scope of work. The site visit will be on Friday, January 18, 2013 at 10:00am. Tim Wasdovitch can be contacted at 216-791-3800, extension 2614 or at timothy.wasdovitch@va.gov for any additional information. Also as follows: 1.Provide the modifications required to add camera #2 fixed-focus for surveillance of service elevators and 180 degree camera#1 for surveillance of patient elevators for the basement elevator lobbies. Refer to drawing for exact location. 2.Provide the modifications required to add camera #4 fixed focus for surveillance of service elevators and 180 degree camera#3 for surveillance of patient elevators for the 211d Floor elevator lobbies. Refer to drawing for exact location. 3.Provide the modifications required to add camera #6 fixed focus for surveillance of service elevators and 180 degree camera#5 for surveillance of patient elevators and ATM Machine for the 3rd Floor elevator lobbies. Refer to drawing for exact location. 4.Provide the modifications required to add camera #8 fixed focus for surveillance of service elevators and 180 degree camera#7 for surveillance of patient elevators for the 4th Floor elevator lobbies. Refer to drawing for exact location. 5.Provide the modifications required to add camera #10 fixed focus for surveillance of service elevators and 180 degree camera#9 for surveillance of patient elevators for the 5th Floor elevator lobbies. Refer to drawing for exact location. 6.Provide the modifications required to add 48 port Sysco Switch to room E24C. 7.Provide the modifications required to add 24 port Sysco Switch to room 3A-101. 8.Provide any necessary fiber and fiber connections from existing server to new Sysco switches if necessary to complete the project. 1-Catalyst 3750X 24 Port PoE IP Base 1-Catalyst 3750X 48 Port Full POE IP Base 2-Catalyst K-X 1G Network Module 4-AO SFP, LC connector SX transceiver 2-Zenith Systems IT In-House Initial Bench Set-up Configuration 2-5M,Mm, Lc-Sc,Fbr Patch Cord 1O-6P6C Srfc Mt Jack Iv 1O-Ptch Cord Cat 6 Molded Bt 3'Gn 10-Ptch Cord Cat 6 Molded Bt 1'Gn 3-Cat6 Plenum, Green, 1M 2-12 Strand RIM Fiber Patch Panel 1-24 Port C6 T568A/6 Patch Panel 1-48Prt Patch Panel Universal Wrd2Rms 2-1Mtr St/St Fiber Optic: Duplex Pc 5-Axis Ultra-discreet fixed dome camera for recessed mounting in drop ceilings. Fixed lens, 5-20 Megapixel Day/Night H.264/MJPEG 180. Camera, 10240x1920, 4 x 6.2mm MP Lens, 5-False Ceiling Flush Mount Adapter for Day/Night Panoramic Series 4-Outreach Passive Lan/Poe Extend All work will be completed 30 days from the day the contract is signed. The quote will include all labor, material, equipment, software, firmware, freight charges, and testing to produce the end results described but not limited to the scope of work. Shut downs will be scheduled with the VA. Shut downs are on Sundays at 6am start time. Work hours are 7:00am to 3:30pm. Off hours can be coordinated with VA to meet schedules. When the scope of work is completed the vendors will give VA Electric Shop (W) employees 8 hours training on the equipment operation and programming of Lenel security systems and installation and removal of cameras and switches. This includes full administrative rights will be given to the Electric Shop (W) upon completion of the scope of work for any and all software or firmware. Any special tools, passwords needed to program repair or replace equipment or parts will be supplied to the Electric Shop (W) upon completion of the scope of work. PRICING: Offeror shall provide pricing as described in requirements above. The total price offered shall include all charges. PROVISIONS AND CLAUSES: This solicitation lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. "Must be Dell certified for programming into storage array. "Must be Lenel master certified to program new cameras into the enterprise Lenel system. (2) Past performance: please include references of customers for whom your company has performed a similar service. Past performance with VA or other Government agencies is preferred. Please include the company name, the point of contact information, the purchase order or reference number, and the dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performances when combined are significantly more important than price. NOTE: The Government reserves the right to award without discussions. Vendors shall submit the most favorable terms. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination. SUBMISSIONS: All questions must be submitted to Wallace Larson, Contracting Officer, by e-mail only no later than 12:00pm EST on Tuesday, January 15, 2013. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information must be submitted no later than 12:00 p.m. EST, Friday, January 25, 2013. Technical questions and quotes must be sent by email to Wallace.Larson@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25013Q0200/listing.html)
- Document(s)
- Attachment
- File Name: VA250-13-Q-0200 VA250-13-Q-0200.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=579722&FileName=VA250-13-Q-0200-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=579722&FileName=VA250-13-Q-0200-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-13-Q-0200 VA250-13-Q-0200.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=579722&FileName=VA250-13-Q-0200-000.docx)
- Place of Performance
- Address: Cleveland VA Medical Center;10701 East Blvd;Cleveland, OH
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN02962978-W 20130112/130110234305-e7a353a9e4d0106e4d443116d741d07a (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 |