Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2018 FBO #6028
DOCUMENT

J -- Syracuse CCTV and Card Reader 528A7 - Attachment

Notice Date
5/24/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
VISN 2 NCO;Department of Veterans Affairs;Western New York Healthcare System;2875 Union Road Suite 3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218Q9369
 
Response Due
6/7/2018
 
Archive Date
7/7/2018
 
Point of Contact
Wiatrowski, Kimberly
 
Small Business Set-Aside
N/A
 
Description
Sources Sought only. This solicitation is a REQUEST FOR INFORMATION only. This Sources Sought Notice is not a request for formal proposals or quotes. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The intent is to award a Firm Fixed Price contract. Place of Performance: VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. Behavioral Outpatient Clinic 620 Erie Blvd. West Syracuse, N Y 13210. Veteran Wellness and Recovery Clinic 572 South Salina Street, Syracuse, NY 13210 Dental Clinic 910 Erie Blvd East, NY 13210 CBOC Rome 125 Brookley Rd, Rome, NY 13441 CBOC Binghamton 203 Court St. Binghamton, NY 13901 Period of Performance: October 1, 2018 to September 30, 2019 with four (4) option years to expire September 30, 2023 that may be exercised at the discretion of the Government. Purpose and Objectives: The contractor shall provide a full service firm fixed-price contract for preventative maintenance (PM)/service and repair of Facility Commander System Field Card Access Control Components, Including the Bosch and GE CCTV Components, both Headend and Cameras. This will include the Parking Garage Cameras, and to provide a Facility Commander Software Service Agreement (SSA) Level 1 Plan for 12 months. This will also facilitate the upgrade of Facility Commander Software to OnGuard Software Service, See attached Statement of Work (SOW). The contractor shall provide a no charge invoice summarizing the maintenance of the units. The contractor shall have the necessary skills, OEM training and experience to be qualified to repair and service the equipment. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The preventive maintenance / service shall be in accordance with OEM. All work shall be performed by OEM certified personnel, experienced and qualified to work on the specific equipment. If any offeror can provide OEM certifications for the purposes of performing preventive maintenance on the equipment named above, please submit proof. Responses should include the following information: Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. A summary of your related capabilities to provide preventative maintenance / services listed above. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 1-3 pages in a Microsoft Word compatible format. Address your approach to how the service would be provided as requested above. Provide no more than five contract history matrices for any contract relevant to this effort. (Include information about current work or work completed within 3 years of date of this notice) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.) a. Company/Division Name b. Program Title c. Contracting Agency d. Contract Number e. A brief description of the contract effort, indicating whether it was development and/or production f. Type of Contract g. Delivery Date h. Original Contract & Value and Current Contract & Value i. Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO). Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Response Date: The North American Industry Classification Systems (NAICS) code for this requirement is 561621 Security Systems Services (except Locksmiths) with a Small Business size standard of $20.5 million. Any offeror capable of providing this service shall notify the Contracting Officer by email no later than June 7, 2018, 10:00 AM EST. All information is to be submitted via e-mail to: kimberly.wiatrowski@va.gov. Statement of Work (SOW) Background: The Syracuse VA Medical Center, located at 800 Irving Avenue, Syracuse, New York 13210-2716 is soliciting a full service firm fixed-price contract for preventative maintenance (PM)/service and repair of Facility Commander System Field Card Access Control Components, Including the Bosch and GE CCTV Components, both Headend and Cameras. This will include the Parking Garage Cameras, and to provide a Facility Commander Software Service Agreement (SSA) Level 1 Plan for 12 months. This will also facilitate the upgrade of Facility Commander Software to OnGuard Software. This coverage shall include full support for all components, and software. A. Period of Performance The base period of performance for this contract shall begin on October 1, 2018, unless otherwise specified, and shall expire on September 30, 2019. This solicitation includes the provision of quotations for this base year and four options that may be exercised at the discretion of the Government. Normal working hours are 8:00 AM EST 4:30 PM EST, Monday through Friday. Excluding Federal Holidays observed by the VAMC. B. Scope of Work: 1. Contractor shall furnish all labor, tools, and equipment as applicable to perform: full service maintenance and repairs on identified equipment and associated software, unless otherwise specified, during normal working hours, unless otherwise specified. Normal working hours are 8:00 AM EST 4:30 PM EST, Monday through Friday. Excluding Federal Holidays observed by the VAMC which are: New Year s Day Martin Luther King Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day 2. All work performed shall be in accordance with OEM manufacturing practices. Contractor shall be Certified GSA Technician for GE/Lenel security and safety products. It is the Contractors responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. Scheduled preventive maintenance will include, but not be limited to diagnostic troubleshooting, and repair for the existing access control system by a OEM certified technician. At the conclusion of the preventive maintenance visit, the instrument(s) and/or equipment shall be returned to the operating condition stipulated by the manufacturer's factory specifications. Contractor shall make all adjustments/repairs needed to insure proper operation of the system. The services shall include all travel, fees, accommodations, and any other costs incurred by the contractor. Contractor shall use only OEM parts. 3. Contractor's service representative shall contact Syracuse VAMC Physical Security Officer prior to any service performed. Service tickets will be signed and filed with the Police. In lieu of presenting service tickets while on-site, service tickets may be emailed to the Physical Security Officer. Failure to provide signed service tickets will result in non-payment. 4. Contractor shall provide Facility Commander Software Service Agreement (SSA) Level 1 Plan for base year and option years. In addition, Contractor will provide service or any repairs for the OnGuard Software which is scheduled to be implemented October 1, 2018. Work not covered by this contract shall not be performed without first obtaining permission of the Contracting Officer. Any Service or repairs which are approved by the Contracting Officer will be consistent with current labor rates. Bills resulting from additional work performed without prior approval will not be honored. 5. The contractor shall be responsible for informing the COR of any uncorrected deficiencies or deficiencies which poses a hazard to patients, staff, or other equipment. All deficiencies will be noted on the service ticket. Notation will include the type of deficiency, dated and initialed. Contractor shall draw attention to, and specifically describe any additional benefits or options that are incorporated in their standard maintenance agreement that are not included in the above specifications. Examples may include remote diagnostic monitoring, discounted labor rates for repairs outside of normal working hours, extended normal working hours, discounted/no charge hardware and/or software upgrades, discounted additional hardware and/or software options, discounted labor rates for emergency repairs, downtime protection guarantees, etc. C. Places of performance 1. VAMC Syracuse 800 Irving Avenue, Syracuse, N Y 13210. 2. Behavioral Outpatient Clinic 620 Erie Blvd. West Syracuse, N Y 13210. 3. Veteran Wellness and Recovery Clinic 572 South Salina Street, Syracuse, NY 13210 4. Dental Clinic 910 Erie Blvd East, NY 13210 5. CBOC Rome 125 Brookley Rd, Rome, NY 13441 6. CBOC Binghamton 203 Court St. Binghamton, NY 13901 D. Inspection E. Equipment list 1. The Syracuse VAMC is currently using Facility Commander WNX Version 7.7 and the current system parameters are as follows: 1 Ea. WXLISSA-ENT-SERV= 1 Server/1 Client/16 Reader License/16 Cameras 1 Ea. WXLISSACAMLIC0128CAP = 128 Camera License 1 Ea. WXLISSARDRLIC0512CAP= 512 Reader License 1 Ea. WXLISSASWOPT-PHOTOID= Photo ID Addition 9 Ea. WXLISSASWOPT-001 CLIENT= 9 Client Licenses The following equipment is to be covered by the terms and conditions herein: Facility Commander System Software On Guard System Software 128 Camera License 512 Reader License Photo ID Imaging 9 Client Licenses Field Access Control Panels Field PIV Proximity Card Readers WIU-4 Interface Cards Monitoring Devices Alarm Devices Annunciators Request to Exit Motion Detectors Request to Exit Push Buttons Magnetic Door Locks Electric Door Strikes Electric Door Locks Regulated Power Supplies Power Supply Battery Backup Panic Buttons Fixed Closed Circuit Television Cameras (CCTV) PTZ Closed Circuit Televisions DBOS Head End Digital Recording Units BRS Bosch Head End Recording Stations Bosch Client Recording Stations Bosch CCTV System Software Flat Screen CCTV Viewing Monitors Parking Lot & Garage Parking Gates Lobby & Police Dispatch Intercom Emergency Department Intercom
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218Q9369/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9369 36C24218Q9369.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332808&FileName=36C24218Q9369-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332808&FileName=36C24218Q9369-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Syracuse VA Medical Center;800 Irving Avenue;Syracuse, NY
Zip Code: 13210
 
Record
SN04933649-W 20180526/180524230522-88a2945c17f16ba7334c891ce8649355 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.