Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
DOCUMENT

N -- Upgrade Camera CCTV System Include installation. See SOW. - Attachment

Notice Date
5/29/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q0798
 
Response Due
6/8/2018
 
Archive Date
7/8/2018
 
Point of Contact
Melisha Evans (Bradley)
 
E-Mail Address
8-7148<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 7 COMBINED SYNOPSIS/SOLICIATION 36C24618Q0798 This is a combined synopsis/solicitation for commercial service 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 for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.5 million. This procurement is set-aside to SDVOSB businesses and all eligible offerors may submit quotes. If your firm is Service-Disabled Veteran Owned, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The Network Contracting Office 6-SAO EAST intends to award a firm-fixed price contract to procure septic pumping service (per SOW below) for the Asheville Department of Veterans Affairs Medical Center (VAMC), 1100 Tunnel Road, Asheville, NC 28805. CLIN DESCRIPTION OF SERVICES QTY UNIT 0001 Upgrade to Existing Camera CCTV system at Fayetteville VAMC. Include installation. See SOW. 1 JB STATEMENT OF WORK (SOW): CCTV Upgrade, Installation and Training GENERAL INFORMATION: The Fayetteville VA Medical Center, 2300 Ramsey Street, Fayetteville NC 38201, has a requirement for a Security Surveillance Television System, also known as a Closed-Circuit Television System. New Cameras and Digital Recorders for facility wide Closed-Circuit Television monitoring system will be provided and installed consisting of the following items, equipment and services. SUPPLIES: (4) POLE MOUNT PTZ 4 SN680D-B-WNIR 1080P PTZ IP DOME 30X D/N 4 V660-HDB242* PENDANT ARM WALL MT PTZ 4 V660-HCM154* PENDANT ADAPTER FOR POLE 4 V660-HCM151* POLE MOUNT ADATER PTZ 4 FMC-TRM-A* 2-PORT MINI MEDIA FIBER CON 4 FMC-TRM-B* 2-PORT MINI MEDIA FIBER REC 4 ADSPOT OUTDR DOME PWR SUPPLY (16) PTZ EXT. WALL MOUNTED 16 SN680D-B-WNIR 1080P PTZ IP DOME 30X D/N 16 V660-HDB242* PENDANT ARM WALL MT PTZ 8 V660-HCM154* PENDANT ADAPTER FOR POLE 8 V660-HCM150* CORNER MOUNT PTZ 16 ADSPOT OUTDR DOME PWR SUPPLY (42) 360 - 6MP HALLWAY 42 V9360-6 HEMISPHERIC 360 D 6MP 42 V9360-1BA 4S UNIV BOX ADAPTOR (3) 180 INTERIOR - 6MP 3 V9360-6 HEMISPHERIC 360 D 6MP 3 V9360-WM-1 INDOOR 180 WALL MT (2) EXT 180 - 12MP 2 V9360W-12 HEMISPHERIC EXT 180- 12MP 2 V9360-2MK PENDANT KIT EXT 12MP 180 2 SVFT-UWM-1 WALL MOUNT FOR 2MK PENDAT 1 V24CMB-1 OUTSIDE CORNER MT (22) INDOOR FIXED DOMES 22 V802D-W310MIR* INDOOR 2MP IR DOME (1) OUTDOOR FIXED DOMES 1 V942D-W312MIR* OUTDOOR 2MP IR DOME NITEK COAX TO ETHERNET 3 ER16500C 16 Port IP Over Coax RX 48 ET1500C IP Over Coax TX VALERUS HEAD-END 2 VLR-45.5TB-R5 VALERUS NVR 45.5TB R5 1 VLR-APPSRV-RK VALERUS APPLICATIONS SERVER 121 VLR-VPRO-LIC VALERUS PRO LICENSE 121 VLR-PRO-UPP-5 VALERUS PROTECTION PLAN 5 2 VLR-CLIENT VALERUS VIEWING CLIENT 2 OUT 2 VLR-CLIENT-4 VALERUS VIEWING CLIENT 4 OUT CONSTRUCTION MATERIAL 1 DPIM INSTALLATION MATERIALS NETWORK SWITCHES 4 V1920-24G-POE HP V1920-24G-POE SWITCHES 8 FIBER GBIC FIBER OPTIC TRANSCEIVERS ADDITIONAL 17 CAMERAADD ADDITIONAL HEAD-END STORAGE/LI 1 VLR-45.5TB-R5 VALERUS NVR 45.5TB R5 17 VLR-VPRO-LIC VALERUS PRO LICENSE 17 VLR-PRO-UPP-5 VALERUS PROTECTION PLAN 5 (4) EXTERIOR PTZ WALL MOUNT 4 SN680D-B-WNIR 1080P PTZ IP DOME 30X D/N 4 V660-HDB242* PENDANT ARM WALL MT PTZ 4 V660-HCM154* PENDANT ADAPTER FOR POLE 4 FMC-TRM-A* 2-PORT MINI MEDIA FIBER CON 4 FMC-TRM-B* 2-PORT MINI MEDIA FIBER REC 4 ADSPOT OUTDR DOME PWR SUPPLY (3) 360 DEGREE 6MP INDOOR 3 V9360-6 HEMISPHERIC 360 D 6MP 3 V9360-1BA 4S UNIV BOX ADAPTOR (9) INDOOR 2MP DOMES 9 V802D-W310MIR* INDOOR 2MP IR DOME (1) OUTDOOR 2MP DOMES V942D-W312MIR* OUTDOOR 2MP IR DOME INSTALLATION: The installation work required is a partial upgrade of an existing analog video surveillance system to a new IP-Based, High Definition, Megapixel Video Surveillance System at the Veterans Affairs Medical Center (VMAC) in Fayetteville, North Carolina. The system shall consist of a total of (109) new high definition cameras throughout the facility (81 new interior 2-megapixel HD ceiling domes cameras and 28 new exterior 1080P PTZ IP DOME 30X D/N). All existing cameras which are not replaced under this statement of work will be re-connected to the Network Video Recording System using applicable Video Encoders. The contractor shall provide and install Pan/Tilt/Zoom (PTZ) Day/Night cameras. The additional surveillance system provided shall be capable of interfacing a door access control system in order to have the capability of automatic camera view upon an access door alarm. Video workstations will be located in the Police Dispatch Center where there are large wall-mounted high definition monitors for easy viewing of all cameras. All cameras will be set for motion activation to record only when motion is detected in the camera field of view. 3 network video recorders should have storage capacity of 45.5 Terra Bytes each to accommodate for a full 30 days of video storage on all cameras. All existing wiring shall be used to reduce the overall cost of the upgrade and reduce, substantially, disruption to hospital operations during the upgrade process. Portions of the existing CCTV system will remain in service as part of this scope of work. All existing camera and head end equipment must be manufactured by VICON Inc. to maintain compatibility with existing components to remain. Installation (upgrade to IP solution) of new cameras, DVRs, and associated wiring, power sources and data switches shall be done in order to make the CCTV system ready for recording and surveillance operations per manufacturer's specifications. All cameras shall be properly focused to provide a clear picture as agreed upon by the local Police Chief or designee. All camera power supplies shall have individual fused outputs for each camera. The contractor shall coordinate with the VAMC engineering group to ensure that power supplies are hard wired to the hospital's emergency power circuit. Mounting cameras, power boxes and switch gear can be expected during this work phase. All non-functioning wirings (if any) will be removed and some boring to lay data lines (no more than 10%) will be required as well. Vendor shall clean and return landscape and interior work areas to original condition. The contractor shall be responsible for ensuring that all cabling and power wiring used for the cameras is labeled properly at both ends. The contractor shall ensure that all Cat 6 cabling and power wiring that are run for new camera installations have no splices. All cabling and wiring shall be one continuous pull. The contractor will be responsible for providing the cost of all labor and items. Contactor must be Safety Act Certified and Vicon / Valerus certified. Camera Locations - New: 1. PTZ exterior building 4, Southeast corner 2. Exterior PTZ on light pole 3-K 3. Fixed exterior on building 40T, storage 4. Fixed exterior on building 11, Boiler Plant 5. Fixed interior building 1, D wing, by room 0041 6. Fixed interior building 1, D Wing, by Coffee Shop 7. Fixed interior building 1, D Wing intersection by room 0034 8. Fixed interior building 1, D Wing intersection by room 0038 9. Fixed interior building 1, D Wing intersection by room 114 10. Fixed interior building 1, D Wing intersection by room 1011, Radiology 11. Fixed interior building 1, 2nd floor stairwell behind Food and Nutrition 12. Fixed 360 interior by room 202A 13. Fixed interior building 3, 3rd floor facing auditorium 14. PTZ interior building 1, 5C East, by room 545 15. PTZ exterior on Outpatient Entrance. Camera Locations - Replacements for analog camera: 1. Parking lot 1 2. Valet Parking Lot 3. Decon Parking lot 2 4. SE Corner Building 1, Parking lot 2 5. Basketball Court 6. Inbound lane 7. Outbound lane 8. Geriatric Park 9. SW Corner building 4 10. SE Corner building 4 11. Building 21 IRM 12. Building 21 IRM west 13. Building 21 IRM east 14. Loading Dock 15. UCC entrance Foyer 16. UCC Hallway 17. ER Back corner PTZ 18. Compensation and Pension, adjacent to room 0115 19. Pharmacy waiting area 20. Holding Cell 21. Arms room 22. Dental Clinic 23. 1st floor lab/x-ray elevator 24. Outside PIV Office 25. Retail store door 26. Pharmacy Vault inner, outer, window and back areas 27. Coffee shop Camera Locations - Replace IP Cameras not working: 1. Outside Dock, Building 10 2. Prosthetics 3. Dental Clinic 4. Building 45 Lobby 5. Building 47 Lobby 6. 3rd Floor Auditorium 7. Performance improvement, adjacent to room 0079 8. Surveillance room TECHNICAL REQUIREMENTS: The system shall be functional, operate as designed, and free from anomalies. The new NVR's, Encoders, VMDC, Workstations and SAN storage units shall connect to network and allow viewing of live and archived video from any workstation on the private network, with the proper passwords. The system will archive segments of video to a DVD-R/DVD-RW with viewer for playback on a standard PC. The system shall be capable of printing images to a contractor provided color printer. The system shall have the ability to record at 4 CIF (Common Intermediate Format) and 30 FPS (Frames per second) for each camera. DELIVERY: Vendor will travel to location and initiate work according to GSA contract standards and requirements. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. The C&A requirements do not apply and a Security Accreditation Package is not required. TRAINING: Upon completion of the installation of all systems, the Vendor shall train appropriately identified staff on the operations of the system, routine user maintenance requirements and standards, password protection features and user accounts if any. Additionally, vendor shall instruct end user of the methods required to transfer data to media storage devices for external storage. Vulnerabilities and limitations shall be disclosed prior to Vendor departing premises. Vendor shall be available for consultation if questions arise. MAINTENANCE & ASSISTANCE: As required by warranty. The Vendor will be available for consultation regarding routine maintenance, warranty work and operational assistance for the system itself. Warranty: The contractor shall provide one-year full parts and labor warranty, with technical support available 24 hours per day, seven days per week. End of SOW Period of Performance: within 30 days ARO The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://acquisition.gov/comp/far/index.html. FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items Addendum to 52.212-4 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items -52.232-33 Payment by Electronic Funds Transfer- System for Award Management VAAR Clauses: 852.203-70 Commercial Advertising 852.211-70 SERVICE DATA MANUALS, MECHANICAL EQUIPMENT 852.211-73 BRAND NAME OR EQUAL 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance 852.232-72 Electronic Submission of Payment Requests 852.237-70 Contractor Responsibilities 852.246.70 Guarantee 852.246-71 Inspection FAR Provisions: 52.204-7 System for Award Management 52.211-6 BRAND NAME OR EQUAL 52.212-1 Instructions to Offerors- Commercial Items 1. Offeror shall provide an itemized list of the items 2. Offeror shall provide a written quote addressing all CLINS Addendum to 52.212-1 52.212-2 Evaluation-Commercial Items: The Government intends to award a firm-fixed-priced contract resulting from this solicitation to the responsible vendor whose quote conforming to the requirements in this request for quote will be most advantageous to the government, price and other factors considered. The following factors (in order shown) shall be used to evaluate offers: Lowest firm-fixed price that meets the factors below. Quote considered or not considered based on whether proposed service meets the requirements of the SOW. Vendor will be considered for award only after meeting factors 1 and 2 above and meeting all other requirements of IV VIII above. 52.212-3 Offeror Representations and Certifications Commercial Items VAAR Provisions: 852.273-74 Award Without Exchanges Questions concerning this solicitation shall be addressed to Melisha Evans, Contracting Officer, and emailed to Melisha.Evans@va.gov. All questions or inquires must be submitted no later than 04:00PM Eastern Standard time on June 1, 2018. No phone calls will be accepted. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). Quotes are due by 04:00PM Eastern Standard time on June 8, 2018. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Written quotes shall be submitted via email to Melisha.Evans@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0798/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q0798 36C24618Q0798.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4339791&FileName=36C24618Q0798-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4339791&FileName=36C24618Q0798-000.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: Fayetteville VA Medical Center;2300 Ramsey St;Fayetteville NC
Zip Code: 28301
 
Record
SN04936492-W 20180531/180529230822-bd6f6208b7deba1e7c236a8d9088b3b8 (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.