Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2018 FBO #6131
SOLICITATION NOTICE

91 -- Department of Veterans Affairs Tennessee Valley Healthcare System Replace Existing Security Cameras

Notice Date
9/4/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9601
 
Response Due
9/13/2018
 
Archive Date
12/21/2018
 
Point of Contact
Murfreesboro, TN 37129
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 8 COMBINED SYSNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS (I) GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24718Q9601 Product or Service Code: 6350 Miscellaneous Alarm, Signal, and Security Detection Systems Set Aside: Service Disabled Veteran Owned Small Business NAICS Code: 561621 Security Systems Services (except Locksmiths) Small Business Size Standard: $20.5 Million Dollars Site Visit Time and Location: Date/Time - Monday September 10, 2018 @ 1030 CT. Alvin C. York VA Medical Center - 3400 Lebanon Pike, Murfreesboro, TN 37129. Building # 5 Room G-07 (II) DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. This solicitation is a request for quotations (RFQ). This solicitation document incorporates clauses and provisions that are in effect through Federal Acquisition Circular 2005-100, August 22, 2018. This combined/synopsis solicitation is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10. The acquisition will be made pursuant to the authority in FAR Part 13 to use simplified procedures for commercial items. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the FAR and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Only Department of Veterans Affairs Center for Veterans Enterprise (CVE) Vendor Information Pages (VIP) VetBiz verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSB in accordance with VAAR Part 819. A non-verified vendor that submits a quote will be considered non-responsive and ineligible for award as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. The VIP database will be checked both upon receipt of an offer and prior to award. (III) STATEMENT OF WORK (SOW) Replace Existing Security Cameras Tennessee Valley Healthcare System (TVHS) PART A GENERAL INFORMATION A.1 INTRODUCTION This requirement is to replace existing security cameras with 12 Mega pixel High Definition (HD) fish-eye cameras located in various locations throughout the TVHS York and Nashville Campuses described in individual vendor quotes. Cameras shall be focused to provide common area coverage. Final focusing and position will be coordinated with the project COR. The contractor provided HD cameras will be connected to the TVHS Police Service Victor video server system by the contractor. Camera to server connectivity will accomplished through the TVHS IRM Computer network by the contractor. TVHS OIT will provide Desktop Contractor at Nurses station. TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor shall provide any and all required patching cables and sundries. Contractor shall provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). A.2 BACKGROUND TVHS Police Service has a Software House C-cure 9000 brand PACS installed across its TVHS network of facilities. The TVHS Police PACS is integrated with a Lighthouse Brand PSIM. The TVHS also has main campus Police Service Victor video servers located at both the Nashville and York main hospital campuses. The new HD cameras provided by this project will be connected and an integral part of this system. Tyco IS is the TVHS Physical Access Security System (PACS), and PSIM installer, who also has a current, in place, on-site maintenance contract for all things connected to the TVHS PACS. Johnson Controls Security is the parent company of Tyco IS and their subsidiaries. Tyco IS was acquired in 2017. Any work that is performed on the TVHS PACS must be work that will not detrimentally impact the Tyco IS warranty that is currently in place. A.3 SCOPE OF WORK This requirement is to replace existing cameras with 12 Mega pixel HD fish-eye cameras located in various locations throughout the TVHS York and Nashville Campuses. Contractor shall provide all labor/installation services, materials, equipment, software, programming, internet protocol, and analytic licensing to supply a complete and working system connected to the Victor Video network. Contractor shall coordinate all work with Tyco IS who is the TVHS PACS and physical security information management (PSIM) installer and who also has a current, in place, on-site maintenance contract for all things connected to the TVHS PACS. All work and supplies shall comply with VA Regulations to include Electronic Industries Alliance /Telecommunications Industry Association (EIA/TIA) and National Electrical Code 70. Johnson Controls Security is the parent company of Tyco IS and their subsidiaries. Contractor shall add one additional encoder to accommodate all of the existing analog cameras to be converted to video edge and add on monitor. Contractor shall install new workstations on the front desk for camera viewing capabilities. Contractor shall run new cabling to new cameras being installed. TVHS OIT is providing the computer work stations 4 each. (Buildings # 7,8,11,116, York Campus.) The contractor will provide and install software and programming on these 4 computers with access assistance from TVHS OIT staff. Contractor shall replace 6 existing PTZ cameras with 12 Mega pixels HD fish-eye cameras in Building 7A, TVHS York Campus. Contractor shall also provide and install a rack mount digital video encoder. Cameras shall be focused to provide common area coverage and final focusing and position will be coordinated with the project COR. The contractor provided HD cameras will be connected to the TVHS Police Service Victor video server system. Camera to server connectivity will be accomplished through the TVHS IRM Computer network. TVHS OIT will provide Desktop Computer at Nurses station. TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor will also be responsible for providing all required patching cables and sundries. Contractor will also provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). Contractor shall replace 6 existing PTZ cameras with 12 Mega pixel HD fish-eye cameras in Building 8A, TVHS York Campus. Cameras shall be focused to provide common area coverage and final focusing and position will be coordinated with the project COR. The contractor provided HD cameras will be connected to the TVHS Police Service Victor video server system. Camera to server connectivity will be accomplished through the TVHS IRM Computer network. TVHS OIT will provide Desktop computers at Nurses station. TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor will also be responsible for providing any and all required patching cables and sundries. Contractor will also provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). Contractor shall replace 13 existing cameras with HD fish-eye cameras located in various locations throughout TVHS York Campus. Cameras shall be focused to provide common area coverage and final focusing and position will be coordinated with the project CO. Provided HD cameras will be connected to the TVHS Police Service Victor video server system. Camera to server connectivity will be accomplished through the TVHS IRM Computer network. TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor will also be responsible for providing all required patching cables and sundries. Contractor will also provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). Contractor shall provide and install 1 single 12 Mega pixel HD fish-eye cameras in Building 3, Pharmacy, set and focused to view the UPS storage area located outside the Main Vault. TVHS York Campus. Camera shall be focused to provide common area coverage and final focusing and position will be coordinated with the project COR. The provided HD camera will be connected to the TVHS Police Service Victor video server system. Camera to server connectivity will be accomplished through the TVHS IRM Computer network. TVHS OIT will provide desktop computers at Nurses station. TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor will also be responsible for providing any and all required patching cables and sundries. Contractor will also provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). Contractor shall convert the TVHS York campus Building 11 camera system over to the TVHS Police Service Video system. Cameras will be connected to the TVHS Police Service Victor video server system through Existing Video encoders. Camera to server connectivity will be accomplished through the TVHS IRM Computer network. TVHS OIT will provide Desktop Computer at Nurses station. TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor will also be responsible for providing all required patching cables and sundries. Contractor shall provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). TVHS OIT staff will assist with PC administrative rights for software programming. Contractor will be responsible for providing and installing intermediate cabling between the camera mounting locations and to the nearest available TVHS IRM Telecom closet, both determined by TVHS. Contractor will also be responsible for providing any and all required patching cables and sundries. Contractor will also provide programming services and labor for incorporating the Physical Security Information Management (PSIM) software and existing TVHS Physical Access Control System (PACS). STATEMENT OF WORK PART B CONTRACT LINE ITEM NUMBERS (CLIN) See attachment that is entitled S02_CLINs. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance The VA TVHS Nashville and York Campuses. C.2 Period of Performance 60 calendar days from contract award. C.3 Special Considerations Contractor will coordinate all work with Police Service. The Contracting Officer Representative is Hall Jenkins. He can be reached at 615-456-9840 or via email at L.Jenkins@va.gov. C.3.1 Contractor Furnished Materials All labor, materials, tools and equipment required to complete the work identified. C.3.2 Government Furnished Materials and Services There are no Government services or materials provided for this requirement. C.3.3 Qualifications of Key Personnel Information that provides proof of the following must be provided by each offeror in order for offeror s quotes to be considered technically acceptable: C.3.3.1 Offeror can work on any of the above referenced Tyco/JCI systems while keeping the warranties in place and solvent. C.3.4 Security Requirements None (IV) CONTRACT LINE ITEM NUMBERS (CLIN) See attachment that is entitled S02_CLINS. This must be provided with interest offeror s quotes. (V) DATE(S) AND PLACE(S) OF DELIVERY Delivery Address 1: Department of Veterans Affairs Alvin C. York VAMC 3400 Lebanon Pike Murfreesboro, TN 37129 Delivery Address 2: Department of Veterans Affairs Nashville VAMC 1310 24th Avenue South Nashville, TN 37212 (VI) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: The offeror shall submit their quote on company letterhead and include the Price/Cost Schedule provided with the Statement of Work. Offeror shall include unit price, total, unit quantity and item description as specified above, as quoted discounts, proposed delivery time, name, address, and telephone number of the offeror, firm s DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. All prospective offerors must include appropriate references which must include all applicable company information. In addition, the quote shall include a separate narrative to specifically and clearly communicate: 1. The offerors technical ability to meet the performance requirements and; 2. The ability to meet VAAR 852.219-10, Limitations of Subcontracting. Submitted licensing and insurance must be in the name of the prime contractor and only the prime contractor. The offeror should provide past performance evidence. The past performance evaluation results are an assessment of the offeror s probability of meeting the solicitation requirements. This assessment is based on the offeror s record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Past Performance information from the prime contractor is the only Past Performance information that will be considered. Past performance information may be obtained through other sources known to the VA and the Federal Government. In the case of an offeror not having a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable. This acquisition will utilize best value procedures. Comparative Evaluations will be conducted in accordance with FAR 13.106-2(b)(3). The Government will select the quote deemed the best value when compared to all other quotes. The Government will use the value indicators listed below to determine the best value. Lowest price may or may not be deemed the best value. The Government will directly compare quotes to each other, considering the value indicators listed below. Direct Comparative Evaluations will be based on the following: - Price - Technical Capabilities - Past Performance This RFQ is issued in accordance with FAR 12 in conjunction with Simplified Acquisition Procedures Far 13.5. A single award will be made to the lowest fair and reasonable priced quote that meets the acceptable past performance and technical capability criteria provided in this RFQ. SDVOSB Set-Aside VetBiz Status and Verification: The offeror's VetBiz listing must appear at the time quotes are submitted (VAAR 819.7003(b)) AND prior to award. Offerors should also be advised that the fast-track re-verification program ended September 30, 2012. Consequently, any offeror appearing in VetBiz at the time quotes are due AND at the time of award but only with the re-verification moniker will not be considered and will not be fast-tracked for re-verification." (End of Provision) (VII) 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS System for Award Management (SAM) located at www.sam.gov will be checked to verify ACTIVE registration status and self-certification for the required socio-economic category. FILL IN THIS PROVISION AS REQUIRED. (VIII) 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS APPLY TO THIS SOLICITATION (IX) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS The following FAR clauses identified within paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-11, 52.223-18, 52.223-20, 52.225-1, 52.225-13, and 52.232-33. (X) THE FOLLOWING FAR CLAUSES AND/OR PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 52.211-6, 52.217-5, 52.232-40, and 52.237-1. Regarding FAR 52.211-6 Brand Name or Equal, the salient characteristics are as follows: The following salient characteristics apply to ALL the items referenced within the attached document entitled S02_CLINS. All equipment provided that will be tied to the government systems must have compliant securities (network level) that monitor all authorized components, devices, and software. All equipment that will eventually be installed on the preexistent Tyco/JCI systems shall not violate the warranties that are in place and currently solvent. All equipment that is installed must have seamless interoperability with the currently installed PACS and all other systems identified within the SOW. The list of salient characteristics found in the attached document entitled S02_Salient Characteristics are applicable to each product, as clearly identified. All items referenced in the attached document that is entitled S02_CLINS are brand name or equal requirements. (XI) THE FOLLOWING VAAR CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS ACQUISITION 852.209-70, 852.219-10, 852.232-72, 852.237-70, and 852.270-1. 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (XII) THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM (DPAS) IS NOT APPLICABLE TO THIS ACQUISITION (XIII) QUOTES/OFFERS All quotes/offers will be submitted via email to the Contracting Officer, Stephen A. Clabough, at stephen.clabough@va.gov no later than 12:00 PM CT on September 13, 2018. All quotes/offers submitted must include the Solicitation Number 36C24718Q9601 and Title in the subject line of the email. Quotes received after this date and time will be not be considered for award. XIV QUESTIONS To obtain clarifications and/or additional information concerning the contract requirements and/or specifications, submit a written Request for Information (RFI) via email to the Contracting Officer, Stephen A. Clabough, at stephen.clabough@va.gov. RFIs must be specific and in question format. All RFIs submitted shall include the Solicitation Number and Title, Contractor Name, City, State, Telephone, Email Address and the RFI question(s). No RFI received after 1200 CT on September 11, 2018 will be answered unless the Contracting Officer determines it to be in the best interest of the government to do so. Telephone requests for information will not be accepted. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fbo.gov frequently. (XV) ATTACHMENTS S02_CLINS S02_SCA 2015-4647_Rev.9_7-26-2018 S02_Salient Characteristics (XVI) CONTACT INFORMATION Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 9 1639 Medical Center Pkwy. Murfreesboro, TN 37129 Primary Point of Contact: Stephen A. Clabough Contracting Officer, NCO 9 Stephen.Clabough@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-SEP-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9601/listing.html)
 
Place of Performance
Address: 3400 Lebanon Pike;Murfreesboro, Tennessee
Zip Code: 37129
Country: USA
 
Record
SN05071395-F 20180906/180905101107 (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.