DOCUMENT
63 -- 550-15-4-529-1101 Security Access Control System Replacement - Attachment
- Notice Date
- 9/5/2015
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- VA25115R0611
- Response Due
- 9/18/2015
- Archive Date
- 12/17/2015
- Point of Contact
- Calynda Baines
- E-Mail Address
-
8-1528<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation VA251-15-R-0611 is issued as a request for proposal (RFP). The North American Industry Classification System (NAICS) Code 561621 Miscellaneous Alarm, Signal, and Security Detection Systems and a Business Size Standard of $20.5 million is applicable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. No telephone requests will be accepted. Proposals are requested for the following: Performance Work Statement Intrusion Detection and Access Control System The Government has a requirement to replace the existing security system with a system that is capable of operating entirely from a web browser. The Contractor shall provide labor, equipment, software, programming, and commissioning of an S2 based intrusion detection and access control system at the VA Illiana healthcare System located at 1900 East Main Street, Danville, Il 61832. Contractor shall provide a system capable of operating entirely from a web browser and integrate access control, alarm monitoring, video surveillance and temperature monitoring. The system shall provide the capability to be operated as a partitioned system. Contractor shall be capable of providing onsite maintenance support within three (3) hours upon phone notification of security system failure. A separate maintenance agreement shall be requested after install of the new system. Contractor shall provide and install at a minimum the following required/identified equipment. Description Quantity A.S2 Network Nodes55 B.Access Control Extension Blades74 C.Input Blades99 D.S2 Enterprise Exacta 100 With 128 Portal License2 E.64 Portal Expansion2 F.High Availability automatic auto1 Redirect failover controller The existing operational capabilities of the current system shall be maintained during the upgrade and is the responsibility of the contractor. Contractor shall mount, trim and terminate all devices. Software/Programming, set-up, graphics and training at authorization, operator and maintenance levels are to be included. Testing and commissioning all installed components will be completed and appropriate documentation provided to the VA Contract Officer Representative (COR) prior to acceptance. As-builds/Engineering drawings shall be provided to the COR in both PDF and Auto Cad format prior to acceptance. All work to be completed during normal working hours Monday- Friday 7:45 AM- 4:15 PM. Work will be done in such as manner as to minimize disruption to ongoing patient activities. Any required replacement of peripheral devices found to be non-operable during installation shall be brought to the attention of the COR and Contract Officer. The Government will pay fair market value for any peripheral device not working, including install, contingent on approval by the Government. Contractor shall be responsible for acquiring above ceiling permits from Engineering Services prior to the removal of any ceiling tile. Any penetrations through ceilings, smoke or firewalls are the responsibility of the Contractor to completely seal with fire retardant materials that shall be pre-approved by the COR. Inspections in an area of work will be completed and approved prior to permits being issued for subsequent areas of work. Infection control permits, where required, will be issued by the Infection Control staff prior to commencement of work. (Engineering will assist with coordination) All personnel working on VA property are required to complete VA Privacy training and comply with VA Handbook 6500.6 Appendix C, sections 1,6,7,9a(3) and 9b (to be provided upon award of this contract). All personnel working on this project shall be required to be in possession of a valid VA flash pass badge prior to beginning work. Application forms (0711) are available from the COR and shall be submitted by fax or email to the COR two weeks prior to commencement of onsite work. Applicant shall report to Building 102 PIV Badge office, or any VAMC location, minimum of one week prior to start of work to have fingerprints taken and National Agency check initiated. VA to Provide: 110 volt dedicated circuits where needed and possible. Circuits will be identified by VA personnel; Contractor shall be responsible for locking and tagging circuits out of service prior to working on them if required. Energized work is not authorized. Ethernet connection (minimum Category 5E capability) at each Network device with an IP address provided for each connection. Fire alarm interface shall be done by Simplex technicians at VA expense. Proposals must include pricing for equipment, supplies, labor, training, and any shipping charges. A site visit and walk through is scheduled for Friday, September 11, 2015 at 10:00AM CDST. All interested contractors are to report to building 102 to sign in and receive a visitor badge. Full text of the following clauses and/or provisions can be viewed through Internet access at http://farsite.hill.af.mil. The clause at FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirm this has already been completed in their SAM registration. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34. Offerors shall submit their proposals by e-mail to calynda.baines3@va.gov. All questions must be submitted in writing. Offers are due no later than 4:00 pm. EDST, 18 September 2015. The successful offeror must be registered with SAM to be awarded a contract. You may register or update your registration on-line at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25115R0611/listing.html)
- Document(s)
- Attachment
- File Name: VA251-15-R-0611 VA251-15-R-0611.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301963&FileName=VA251-15-R-0611-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301963&FileName=VA251-15-R-0611-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-R-0611 VA251-15-R-0611.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2301963&FileName=VA251-15-R-0611-000.docx)
- Record
- SN03874542-W 20150907/150905233355-5986188215b07db3b9088adf5e0fc8e9 (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 |