SOLICITATION NOTICE
N -- New-Design and install Cameras in Waco Laundry
- Notice Date
- 1/30/2020 11:41:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0288
- Response Due
- 2/18/2020 8:59:59 PM
- Archive Date
- 04/18/2020
- Point of Contact
- POC: Matt Lee (Contract Specialist)Email: matthew.lee5@va.govPOC: Oneka RobertsonEmail: Oneka.Robertson@va.gov
- E-Mail Address
-
matthew.lee5@va.gov
(matthew.lee5@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is 36C25720Q0288. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective September 10, 2019. The associated North American Industrial Classification System Code (NAICS) for this procurement is 238210 with a small business standard of $16.5 size standards. This acquisition is solicited as a 100% set-aside for Service Disable Veteran Owned Small Business SDVOSB. Network Contracting Office 17 requests responses from qualified sources capable of providing the following item(s): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB $00.00 $00.00 The contractor shall provide the requested Cameras and NVRs (American Dynamics) to provide coverage within the building and integrate the building into the existing Victor Software and American Dynamics system. The Contractor will be required to supply all License, equipment, material, tools and parts needed for this requirement. The Contractor will install an esteemed 58 Cameras (cameras do not need live analytics) at the Laundry building and 2 on the side of the Boiler plant that will provide the surveillance of the back dock of the building. The Contractor will be required to incorporate the existing Boiler plant cameras (12) into the new NVR's. The Contractor will be required install conduit for the cameras in all areas that would have the Cabling openly exposed. The Contractor is required to provide a Technical drawing of the finished installation and at least a 1-year replacement warranty on all material and services if issues arise. There will be an estimate of 58 cameras 8 of them are outside PTZ's. this can vary depending on the contractor's recommendations in providing a full coverage of the building inside and out. Period of Performance: 30 Days after receipt of award Place of Performance: VHA in Central Texas (VHACTX), Waco VA Medical Center, 4800 Veterans Memorial Dr., Building 226 (Laundry), Waco, Texas 76711 Contractor Info: Company name:_____________ Company DUNS number:___________ Point of contact:___________ Telephone:___________ Performance Work Statement (PWS) Design and Installation of Cameras in the Waco Laundry 1.0 Introduction The VHA in Central Texas (VHACTX) requires Cameras installed in the Waco Laundry building to oversee and assist in controlling the Buildings security. 2.0 Background At current Time there is no coverage in the building to protect the employees and equipment in it. 3.0 Scope The Contractor should attend the Pre-bid site visit to ensure they understand the scope and amount of work that will be required. The contractor shall design the Cameras layout to provide the coverage pointed out in the Pre-bid site visit. The requested Cameras and NVRs (American Dynamics or other that will integrate into the Victor software system) to provide coverage within the building and integrate the building into the existing Victor Software and American Dynamics system. The Contractor will be required to supply all License, equipment, material, tools and parts needed for this requirement. The Contractor will install an esteemed 58 Cameras (cameras do not need live analytics) at the Laundry building and 2 on the side of the Boiler plant that will provide the surveillance of the back dock of the building. The Contractor will be required to incorporate the existing Boiler plant cameras (12) into the new NVR s and should be capable of recording 30 days of Video at a 90% activity rate. The Contractor will be required install conduit for the cameras in all areas that would have the Cabling openly exposed. The Contractor is required to provide a Technical drawing of the finished installation and at least a 1-year replacement warranty on all material and services if issues arise. There will be an estimate of 58 cameras 8 of them are outside PTZ s. this can vary depending on the contractor s recommendations in providing a full coverage of the building inside and out. The contractor shall be Certified on the American Dynamics system and Victor Software. 4.0 Applicable Directives None 5.0 Performance Requirements (Identify what the contractor is required to do (major tasks and subtasks). The Contractor is required to provide a Prebuilt drawing to the VA COR for verification and approval of the cameras locations and installation paths being used. The Contractor will be required to provide all tools and equipment need to install the cameras. The Contractor will be required to perform the work on Weekends and after hours to prevent work stoppage or delays in the Laundry s daily operation. The Contractor must provide a full listing of all Cameras and NVR s Serial Nr. And Mac Address to the COR prior to the installation of the cameras. (Needed to secure the IP spaces and Network POE Ports for the cameras.) 6.0 Deliverables (List all data required to manage or monitor contractor performance). The Vendor will be required to provide all parts, Tools, Labor, and equipment need to perform the entire scope of the contract, there is no promise from the VA that will provide any need items for the installation. The Contractor will be required to perform a full testing of the cameras and system to ensure there is no issues with the installation or the operation of the cameras or NVR s. The Contractor is required to deliver the completed installation drawings and a reference documentation for the camera location Serial number and IP space. The Contractor must ensure all components used in this procurement meets all standards required by the TAA and any other government mandate for security system. 7.0 ����� Government Holidays: The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day��������������������������������������� January 1st Martin Luther King's Birthday���������������� Third Monday in January Washington s Birthday���������������������������� Third Monday in February Memorial Day������������������������������������������ Last Monday in May Independence Day����������������������������������� July 4th Labor Day������������������������������������������������ First Monday in September Columbus Day����������������������������������������� Second Monday in October Veterans Day������������������������������������������� November 11th Thanksgiving Day����������������������������������� Fourth Thursday in November Christmas������������������������������������������������� December 25th In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation.� In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked. 8.0 Invoices and Payment Payment to be made monthly, in arrears, following satisfactory performance by Contractor s personnel and upon receipt of a properly prepared invoice. Contractor shall be required to invoice through the Tungsten System at http://www.tungsten-network.com/us/en/veterans-affairs/. Additional information regarding Tungsten shall be provided upon award. The contract shall have current registration in the System for Award Management (SAM) for this solicitation; URL: www.sam.gov. The invoice MUST be itemized to include the following information. Any information listed below, and not provided on an invoice, will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services performed. Unit Cost billed. Extended amount due. Invoice number, date, and; Contract and obligation numbers. Program Office Points of Contact: Contracting Officer s Representative (COR): Billie McLaughlin, Electronic Mechanic Supervisor Engineering Service, 254-743-2638, billie.mclaughlin1@va.gov Supervisory POC: Victor Gaw, Associate Chief Engineering Service, 254-743-0665, victor.gaw@va.gov Salient Characteristics Minimum Requirements System Requirements: All New Equipment must integrate into the existing Unified system of Victor Software / C-Cure 9000 system. All Wiring that is openly exposed must be in Conduit. Point to Zoom Cameras (PTZ): All PTZ cameras must have a minimum of 2 Megapixel and a full range 340 of motion Left right and 175 for up down, 30x Optical zoom and 12x Digital Zoom, Day and night video recording with use of IR. PTZ Cameras should have Varifocal lens 40 Pixels per foot. Indoor/outdoor Stationary cameras: All Cameras will require at least 135 field of view with a minimum of 3 megapixels, and a distance up to 100 feet. Cameras should have Varifocal lens and 40 Pixels per foot. Cameras should capture 15 Frames per second. Network Video Recorder (NVR): All NVR s must record all video and be designed to maintain the recording for an estimated 30 Days. Site Visit Scheduled for Thursday Feb 6, 2020 at 10:30 AM CST Waco VA Medical Center 4800 Veterans Memorial Dr. Building 226 (Laundry) Waco, Texas 76711 POC:� Billie R. McLaughlin (254)733-1767 Billie.McLaughlin1@va.gov The following FAR and VAAR provisions in their latest editions apply to this solicitation. 52.204-7 System for Award Management 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunication and Video Surveillance Services or Equipment 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price 52.212-3 Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 852.270-1 Representatives of contracting officers 852.273-74 Awards Without Exchanges The following clauses will be incorporated in full text. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items The following clauses shall be considered marked within 52.212-5 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combatting Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.219-13 Notice of Set-Aside Orders 52.219-27 Notice of Service-Disabled Veteran Owned Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 52.252-2 Clauses Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 852.203-70 Commercial Advertising 852.211-70 Equipment Operation and Maintenance Manuals 852.219-10 Service-Disabled Veteran Owned Small Business set-aside 852.232-72 Electronic submission of payment requests 852.237-70 Contractor Responsibilities 852.246-70 Guarantee The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, TAX ID#, Shipping and Handling if applicable, and point of contact information. All questions related to this acquisition shall be submitted via email to matthew.lee5@va.gov and Oneka.Robertson@va.gov. All questions are to be received no later than 5:00PM CST 7 Feb 2020. Quotes shall be submitted via email to matthew.lee5@va.gov and Oneka.Robertson@va.gov. All quotes and additional required documentation are to be received no later than 5:00PM CST 18 Feb 2020. WAGE DETERMINATION (Attached) Attachment Pages Revision Date WD No. Wage Determination 12 12/23/2019 2015 5261
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/628736e8ccaf4618920b994d557ad2e9/view)
- Place of Performance
- Address: Waco VA Medical Health Care Center;4800 Veterans Memorial Dr.;Building 226 (Laundry);Waco, TX 76711, USA
- Zip Code: 76711
- Country: USA
- Record
- SN05547530-F 20200201/200130230202 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |