SOURCES SOUGHT
J -- Martinsburg VAMC Barrier Gates.
- Notice Date
- 5/7/2019
- Notice Type
- Synopsis
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
- ZIP Code
- 20422
- Solicitation Number
- 36C24519Q0311
- Response Due
- 5/8/2019
- Archive Date
- 6/7/2019
- Point of Contact
- 202-745-8000 x58542
- Small Business Set-Aside
- Total Small Business
- Description
- Page 4 of 8 STATEMENT OF WORK (SOW) FOR SERVICES Baker and Needy Road Lift Boom Gate Replacement for Martinsburg, WV Department of Veterans Affairs Biomedical Section TABLE OF CONTENTS 1. INTRODUCTION 3 1.1 Background 3 2. SCOPE 3 3. TASKS 4 3.1 General Requirements 4 3.2 Mandatory Tasks and Associate Deliverables 4 3.2.1 Indoor Infection Control 4 3.2.2 Implementation Plan 4 3.2.3 Training Plan 5 3.2.4 Maintenance Plan 5 3.2.5 Reporting 5 3.2.6 Change Management Plan 5 4. DELIVERABLES 5 4.1 Delivery Schedule 5 4.2 Reports and Meetings 6 5. PERIOD OF PERFORMANCE 6 6. VENDOR PERSONNEL REQUIREMENTS 7 7. VA-FURNISHED EQUIPMENT AND WORK SPACE 7 8. HANDLING OF SENSITIVE AND/OR PROPRIETARY INFORMATION 7 9. CONFIDENTIALITY AND NON-DISCLOSURE 7 10 TRAVEL 8 1. Introduction The purpose of this Statement of Work (SOW) is to detail the tasks and responsibilities of the Vendor in relation to the contract with the Department of Veterans Affairs (hereinafter referred to as the VA) for the replacement of the four (4) access control lift boom traffic barrier gates located at the Needy Road and Baker Road vehicle facility access points.. 1.1 Background VA is contracting to replace the failing traffic barrier lift gates at Baker Road and Needy Road access points. The existing gate controllers regularly fail and repairs are short lived. 2. Scope The contract goes into effect after award by the Department of Veterans Affairs Contracting Office. The Vendor shall remove the four (4) existing gate controllers, arms, and ground sensor loops and dispose of them on site. Gates will be 1 ea 12, 2 ea 13, and 1 ea 15. The Vendor shall provide and install four (4) new gates, new controllers, new ground sensor loops and ground loop sealant. The Vendor shall install EMT conduit if existing conduit cannot accommodate interconnections with existing access control system equipment. If new equipment requires key access for equipment maintenance, the Vendor shall provide two keys per installed equipment. The Vendor shall provide electrical to existing power source used for existing gates. The Vendor shall provide connection to the existing physical access control system and ensure new equipment is fully operational with current access control procedures for opening and closing the gates arms. Vendor will remove all Proximity Readers. Vendor will add Magnetic Auto Control Pendulum Support for each gate arm. Opening and closing speed for Gate Arms shall be four (4) seconds. Operable to -22 Degrees Fahrenheit, Life cycle 10 Million, 2 year limited warranty on equipment, 1 year warranty on labor. LCD Programming Screen Foam edge on Boom Must integrate with our current Identiv system. 3. Tasks 3.1 General Requirements The Vendor shall submit a project management plan addressing the tasks specified in the SOW. Subtasks not specified in the SOW will be identified by project and task, milestones, and deliverable dates, and shall include all associated costs. All written deliverables must be phrased in terms and language that can be easily understood by non-technical personnel (e.g., laypersons without subject matter expertise) All document deliverables must be in formats (hard copy and electronic) as specified by the VA - at a minimum, the formats must be in industry accepted standards (e.g., MS Word, MS PowerPoint, MS Project) The VA will complete a review of each submitted deliverable within specified working days for the date of receipt A kickoff meeting may be held at a location and time selected by the VA where the Vendor and its staff will be introduced to VA. The Vendor and/or its staff must have knowledge and expertise of the environment (e.g., platforms, software, applications, network, tools, etc.) for which work is to be performed 3.2 Mandatory Tasks and Associate Deliverables 3.2.1 Indoor Infection Control None required. 3.2.2 Implementation Plan The Vendor shall present to VA s Project Manager an Implementation Schedule detailing the timeline of installation. Deliverables: Timeline of installation 3.2.3 Training Plan The Vendor shall provide onsite training on the operation to VA s Electronics Technicians and Physical Security Specialists. The Vendor shall also provide onsite training for required preventive maintenance and corrective maintenance for repairs after expiration of warranty. 3.2.4 Maintenance Plan No maintenance plan is required, but Vendor shall ensure cabling and wiring meets or exceeds industry standards for the application. The Vendor will need to have a current verifiable certification. 3.2.5 Reporting The Vendor shall provide reporting to the Program Manager on a mutually defined basis. 3.2.6 Change Management Plan The Vendor shall provide a Change Management Plan to document procedures for additions, deletions and modifications to the installation or equipment. Deliverables: Procedures for Additions Procedures for Modifications Procedures for Deletions. 4. Deliverables 4.1 Delivery Schedule No. Item SOW Paragraph Prior to Work Start After Work Finish Recipient 1 Infection Control Plan 3.2.1 X W2 Implementation Schedule Tied to Deployment List 3.2.2 X 3 Training Schedule 3.2.3 X 4 Procedures for Additions 3.2.6 X 5 Procedures for Modifications 3.2.6 X 6 Procedures for Deletions 3.2.6 X Deliverables must be provided on the dates specified in the proposal with associated project management plan. Any changes to the delivery date must have prior written approval by the Project Manager or designee. All deliverables must be submitted in a format approved by the Project Manager. At a minimum, the deliverable must be in an industry standard format - unless otherwise stipulated. If the deliverable cannot be provided within the scheduled time frame, the Vendor is required to contact the Project Manager in writing with a reason for the delay and the proposed revised schedule. The request for a revised schedule must include the impact on related tasks and the overall project. A request for a revised schedule must be reviewed and approved by the Project Manager before being implemented. Contract Terms and Conditions may dictate penalties, costs, and other actions based on the facts related to the request for a revised schedule. 4.2 Reports and Meetings The Vendor is required to provide the Project Manager with progress reports as necessary. The progress reports shall cover all work performed and completed and shall present the work to be performed. The progress report shall identify any problems encountered or still outstanding with an explanation of the cause and resolution of the problem or; in the case of outstanding problems; how the problem will be resolved. 5. Period of Performance The Vendor will conduct and complete the work associated with the contract at sites appropriate to the task and mutually agreed upon between the Vendor and the VA. Work shall be performed during normal business hours, Monday Friday 0800 1600 excluding any Federal holidays unless a mutual agreement is made between the Vendor and the VA for off-hours work. 6. Vendor Personnel Requirements The Vendor must have specialized experience and knowledge commensurate with VA s environment, device deployments and the specified task. 7. VA-Furnished Equipment and Work Space Depending on the nature of the task, the Project Manager will provide system access for on-site and off-site work - in accordance with established company policies, standards, regulations, and rules of conduct The Project Manager will provide access to the appropriate personnel (management, technical, subject matter expertise, etc.) necessary to fulfill the contract requirements. 8. Handling of Sensitive and/or Proprietary Information The Vendor will provide personnel who have signed or will sign a Non-Disclosure Agreement (NDA) or have been granted a classification clearance commensurate with the sensitivity of the tasks to be performed. Any information assets (company owned or custodial care) no longer required to complete the prescribed tasks must be returned to a designated VA representative for storage or destruction. Unless approved by a designated VA representative, no sensitive or proprietary VA information shall be removed, copied, or otherwise replicated from VA s site or domain. 9. Confidentiality and Non-Disclosure The preliminary and final deliverables as well as all associated working papers and other material considered relevant by VA s Contracting Officer (CO) that have been generated by the Vendor in the performance of the VA s business are the property of the VA and must be submitted to the CO at the conclusion of the project for evaluation, classification, and disposition. Access and use of VA s network shall be considered sensitive, on an as-required basis, and must be appropriately protected. All documents - hard copy or electronic - produced for this project are the property of the VA. All appropriate project documentation will be given to the CO during and at the end of the contract. The Vendor will release no information without written permission from the VA, or other designated official. Any request for information relating to this contract presented to the Vendor must be submitted to the CO for a response. The Vendor s personnel will be required to have a classification clearance commensurate with the sensitivity of the tasks to be performed. These personnel will be required to sign Non-Disclosure Statements and follow all provisions, restrictions, procedures, and policies commensurate to the tasks to be performed. 10. Travel All travel shall be the responsibility of the Vendor. Whenever possible, conference calls and video conferencing (when available and cost effective) should be used. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-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/VACNAC/VACNAC/36C24519Q0311/listing.html)
- Place of Performance
- Address: Veterans Affairs Medical Center;510 Butler Avenue;Martinsburg, WV
- Zip Code: 25405
- Country: USA
- Zip Code: 25405
- Record
- SN05303727-F 20190509/190507230020 (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 |