SOURCES SOUGHT
63 -- Security System Upgrade
- Notice Date
- 4/24/2019
- Notice Type
- Synopsis
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25519Q0406
- Archive Date
- 6/23/2019
- Point of Contact
- emilio.ballentos@va.gov
- Small Business Set-Aside
- N/A
- Description
- 1 This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. 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 businesses capable of providing the following: - Security System Upgrade *** See Statement of Work below for details *** Vendor must be an AUTHORIZED DISTRIBUTOR and provide an Authorized Distributor Letter. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.11 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov) database. All Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in VetBiz at www.vip.vetbiz.gov. If this is within your capability, please respond with the information below: Company Name Address Point of Contact Phone, Fax, and Email DUNS number Send response to Emilio.ballentos@va.gov no later than April 29, 2019 at 11am Central Time Zone. Marion, IL VA Health Care System Statement of Work: Security System Upgrade This uses a Brand Name or Equal Description of the product required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Offerors of equal products shall include equipment brochures which clearly define the equal product, or offer will not be considered. Any information submitted by an offeror for consideration will not be returned and will remain the property of the VA. All costs associated with submitting the above are the responsibility of the Contractor and all information provided must be submitted to the Contracting Officer. All offers must work with existing equipment that has already been purchased and is currently in use at the station. Description of Use: The Government has a requirement to replace the existing security system with a system that can operate entirely from a web browser. The Contractor shall provide labor, equipment, software, programming, and commissioning of an S2 brand or equivalent video surveillance, intrusion detection and access control system at the Marion VA Medical Center located at 2401 W. Main, Marion, IL 62959. Minimum Technical Specifications: 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. This project will utilize an S2 Security System or equivalent and will have to supply additional components in order to function. The current system has some Genetec proprietary equipment that will have to be replaced, an example being Synergis Master Controllers. This package should include three components: Video Surveillance, Physical Access Control, and Intrusion Detection programmed with the ability to truly integrate all three functions into a single platform seamlessly. This will be a Browser Based System that will not require individual workstations to have software specifically installed on that computer. Licensing for cameras and readers will be included as a one-time cost and not have to be renewed thereafter. Reader and camera licensing must include the ability to reassign or move that reader/camera without an additional licensing cost. This equipment will include full installation by the Contractor on-site at the Marion VA HCS campus in Marion, IL. All initial programming and database migrations will be conducted by the Contractor as this will be a Turn-Key installation. 1. Video Surveillance The video software must be compatible with all of the current cameras currently installed, primarily made by Axis. It will need to be able to accommodate at least 120 cameras, licensing should be included, and have the ability to add additional cameras from multiple manufacturers. The software must be able to accommodate at least 4 workstations that can access and control the cameras at any time over the locally supplied network. At least two of these workstations must be able to access live or recorded camera footage at the same time. Items such as Guard Tours must be able to be programmed through the software as Contractor will program Guard Tours, as defined by the Marion VA Police Service, upon initial installation. This project must archive and maintain recorded footage for a minimum period of 45 days, currently installed archivers may be utilized but will need reprogrammed for the new system. At least an additional 24 TB s of storage in the video controllers will be required. Recorded footage must be able to be accessed, downloaded, and copies made on different media types to include CD s/DVD s. /USB storage. 2. Physical Access Control (PACS) The S2 System or equivalent should have the ability to support at least 177 readers/doors with the ability to add on additional readers/doors in the future. All necessary equipment will need to be added to ensure this software works with the current equipment to include replacing all V-100 and V-200 controllers as needed. Software should be able to work with all existing door hardware. The current user database and grouping will need to have the ability to be imported into the new system from the current Genetec Security Center. Contractor will create the initial database and access groups. This system must have the ability to scan multiple card formats, but primarily will utilize VA Personal Identity Verification (PIV) smart cards for granting access in accordance with Homeland Security Presidential Directive-12 and VA Handbook 0730/4. PACS Software should be able to have multiple user levels from the Administrator, who can program the system, to the basic user level. Software will also contain functions to produce reports on demand detailing system and database details as well as user and door access history. The PACS software will also be able to control and monitor the Intrusion Detection System (IDS) to include arming and disarming remotely from user workstations. It will have the ability to program specific access to specific areas that allow persons to utilize their PIV access card to gain entry and disarm the alarm at the same time without the use of an alarm keypad. The PACS component will also include a function that will allow the printing/programming of local badging as in Identity Management. 3. Intrusion Detection The current required Intrusion Detection System (IDS) installed at the Marion VAHCS is outdated and over 15 years old. The current system utilizes aged Bosch panels that are no longer in production and not supported. Marion VAHCS has a total of 10 mandatory areas, but not limited to, that will require a retrofit of all intrusion detection components to include new control panels compatible with the above S2 package, door contacts, ceiling/wall motion detectors, floor mount door contacts, sirens, and all other components needed for a full functioning system. All areas will need to be zoned and designated by device as directed by Owner upon installation. VA Police Administrators, Marion VAHCS, must have the ability/training to conduct programming on the supplied panels. The following areas are required for IDS: Pharmacy Main Pharmacy Vault Agent Cashier Police Armory Linen Room Canteen/Retail Store IT Server Room, Telecom Room, and Storage Room Warehouse System Administrators must have the ability to program access to all IDS systems from their workstations. They must be able to manually arm/disarm all zones, grant access, program zones, and view the current status of all alarms. The integrated security system must also send visual and audible alerts to users logged into the system whenever an alarm is activated. A reset must be able to be performed by the user at their workstation. System must be able to produce reports from a user workstation that lists all access within a given a select time period. All events must be archived for at least 180 days. Description Quantity Video Controller 2 4TB Storage 6 Camera Licenses 120 Access Control Manager 1 Identity Management 1 Node Enclosure (w/2 door blade) 15 Reader Blades 75 64 Portal Expansion 1 Control Panels 10 Transformers 10 Cell Communications 10 Batteries 10 Keypads 10 Ceiling Motion Detectors 12 Wall Motion Detectors 12 Door contacts 13 O/H Floor Mount Door Contacts 4 Sirens 10 Four Point Zone Expander 1 Additionally Required: This will be a total solution bid and no partial bids will be accepted. The contractor will provide installation, programming, and check out of the supplied equipment to include all drawings and potential submittals. All panels will contain detailed drawings to include the identity of what control units are controlling what specific doors. Control Units will also be labeled individually to identify what component they are responsible for. It is the contractor s responsibility to verify existing conditions and the Department of Veterans Affairs is not responsible for failure of the contractor to verify existing conditions. All equipment will be provided and installed by the Contractor and will include technical support, system deployment/programming, and testing with the owner. One Year of Warranty will be included with this purchase on all labor and purchased equipment. During the first year, a technician must be able to be on-site within two hours for any emergency and three hours for a non-emergency at no cost to the Government. This would also be at no cost to the Government for any purchased equipment or labor covered by the warranty. A Site Survey and Product Demonstration is highly requested at NO COST to the government. To ensure that the scope of this project is fully understood, site survey will be provided on May 13, 2019 at 1pm-3pm Central Time Zone to ensure that all potential bidders have the same information. During the site survey, contractor is requested to provide an onsite working demonstration of their product to the Marion VA Police Service showing their proposed solutions, full capabilities, and options. ** NOTE** Contractor must bring own laptop/equipment for the demonstration. Contractor will not be able to use the VA Network during the demonstration. Information regarding the Site Survey will be provided during the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-APR-2019); 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/LeVAMC/VAMCKS/36C25519Q0406/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Marion VA Medical Center;2401 West Main St.;Marion, IL.
- Zip Code: 62959-1188
- Country: USA
- Zip Code: 62959-1188
- Record
- SN05291369-F 20190426/190424230023 (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 |