Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2020 SAM #6712
SOURCES SOUGHT

63 -- Hirsch Keypad Upgrade

Notice Date
4/13/2020 1:03:01 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0638
 
Response Due
4/20/2020 12:00:00 AM
 
Archive Date
05/20/2020
 
Point of Contact
Mayra Barbosa Mayra.Barbosa@va.gov
 
E-Mail Address
Mayra.Barbosa@va.gov
(Mayra.Barbosa@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) 36C26220Q0638 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621 (size standard is $20,500,000.00). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Hirsch Keypad Upgrade that at a minimum meets the following salient characteristics in the Statement of Work for the VA San Diego Healthcare System: Description/Part Number Qty Unit Unit Price Amount Flash Memory (Velocity Upgrade) 1 EA � � Install Upgrade (Velocity Upgrade) and IGS Support Travel 1 JB � � Integrate Existing Pharmacy with existing Police ACS 1 EA � � Identity Global Upgrade Support Service (Velocity Upgrade) 3 EA � � Scrampledpad with TS Readers 28 EA � � Installation of Card Readers and Asbestos Areas 1 JB � � Site Survey 1 EA � � Mobilization and Project Management 1 EA � � TOTAL � Include shipping cost on the items price. Vendor Requirements: Period of Performance is 2 Months. Vendor shall quote all items under this requirement. Vendor shall provide standard warranty on the product starting from the first day of delivery. VA San Diego Healthcare System Pharmacy Service Hirsch Keypad Upgrade STATEMENT OF WORK (SOW) Scope The purpose of this Statement of work is to outline tasks and responsibilities for the contractor to upgrade the existing Pharmacy Hirsch Velocity access control system to the latest version 3.7 SP3 from 3.5 software to provide dual verification at the VA San Diego Medical Center Pharmacy locations located at 3350 La Jolla Village Drive, San Diego CA 92161. Specific Tasks Vendor shall consult with the VA San Diego Pharmacy Service and Biomedical Engineering to confirm the proper operating systems on the Velocity Server and all Velocity Clients' locations (3 Pharmacy Administration offices at VASD Main Hospital) and operating systems. Biomedical Engineering must accompany vendor while updating, upgrading, and integrating the Velocity software on the Velocity Server and vendor clients. Delays caused by limited/restricted access issues to the VA servers and Local Area Network (LAN) will be documented. Vendor and Biomedical Engineering will integrate existing Pharmacy access control system with Police access control system and test to ensure fully successful integration. Vendor and Biomedical Engineering will back up the Velocity Database for task 2.3. Vendor will provide all materials and labor required to replace twenty-five (25) existing card readers with twenty-five (25) new Hirsch ScramblePad TS with dual authentication capability that consists of PIN and Contactless Smart Card Government Reader (like RS-Hirsch Systems DS47L-SSP-TS). Vendor will provide all materials for three (3) additional card readers that will be used for future expansion. Vendor will coordinate with end user representative to identify install locations for all new card readers prior to commencing with work. 9 existing card readers in the basement 9 existing card readers on the 1st floor 1 existing card readers on the 2nd floor 3 existing card readers on the 3rd floor 1 existing card readers on the 4th floor 2 existing card readers on the 5th floor 3 card readers for future expansion that will not be installed by vendor at this time Vendor will update DIGPTrac Command and Control Module (CCM) firmware to updated version for each controller located in the various Pharmacy areas. This is done at each controller with a CCM FlashMaster device. Vendor will update all ScrambleNet Interface Board version 2 (SNIB2) firmware located in the various controllers to version 6.52. This is done from the server or a connected Client to each SNIB2. Vendor to confirm that all DIGPTrac controllers and SNIB2 interfaces are operating correctly. Vendor and VA-OIT will back up the Velocity Database. Vendor will log off ALL Velocity clients from the Velocity Server and network. Vendor will install the Velocity KB640 update on the Velocity Server. Vendor and Biomedical Engineering will back up the Velocity Database for task 2.11. Vendor will log on to ALL Velocity Clients, allowing the KB640 update to install at each Velocity Client, and confirm proper connection and operation of each Velocity Client, then log off each Velocity Client. Vendor and Biomedical Engineering will back up the Velocity Database for task 2.13. Vendor will upgrade the Velocity Software on the Velocity Server and from all Velocity Clients Version 3.5 to Version 3.7 and confirm proper operation of Velocity Server and all Velocity Clients. Vendor and Biomedical Engineering will back up the Velocity Database for task 2.15. Vendor will upgrade the Velocity software on the Velocity Server and from Version 3.5 to Version 3.7 sp3 and confirm proper operation of Velocity Server and all Velocity Clients. Vendor and Biomedical Engineering will back up the Velocity Database for task 2.17. Salient Characteristics for Keypads Must be compatible with the upgraded software Must be compatible with current controller hardware Must have dual authentication technology to include a PIN code and Contactless Smart Card Government Reader that is in compliance with VA Directive Handbook 0730 Appendix B (like RS-Hirsch Systems DS47L-SSP-TS) Must have a scrambling display Must be in compliance with VA Directive Handbook 0730/4 Appendix B and Section 5.12 of the Department of Veterans Affairs Physical Security Design Manual requirements for Pharmacy areas with regards to electronic physical access control systems Salient Characteristics for Software Must be upgradable from current version to latest version Vendor must demonstrate that software will be compatible with current software and hardware Must be in compliance with VA Directive Handbook 0730/4 Appendix B requirements for Pharmacy areas with regards to electronic physical access control systems General Requirements Vendor must be Hirsch certified. Vendor must demonstrate ability to handle an upgrade project in a large medical center (or other large facility) which utilizes Hirsch as primary access control system and provide previous work experience equivalent in scope. All work will be conducted on and around highly sensitive Pharmacy and Security Service Network and equipment. All employees of vendor in any way associated with this project must have a recent background check (within 90 days) prior to any work being completed. Vendor is responsible for completing background checks and vetting the background checks to ensure that anyone working on this project does not have a criminal background or anything in their background that would jeopardize the security of the VA or present a security risk for the VA. The vendor must provide a written certification prior to start of the contract to the VA POC that this has been completed prior to a work permit being granted. Felons, individuals with dangerous criminal history or other history with law enforcement shall be denied access to work on this project and the VA Police network. Vendor will provide certification prior to start of the contract to the VA POC that all work is performed by licensed trades to perform server/software upgrade and hardware upgrade. Notes/Exclusions: Contractor will use existing network to install these systems. VA will provide vehicle parking and access to all work areas as required. Vendor is responsible for integrating new software with existing system. Vendor will test and ensure existing system is compatible and fully functional with new software. Any deficiencies or problems with existing system that would cause the new installed software to not function properly should be reported to the VA Point of Contact (POC). Installation/Inspection Performance Vendor must ensure that all installed equipment and systems are fully tested and operational. Any compatibility or interface with existing systems must be ensured to achieve a fully operational system. Completed work will be inspected by qualified Biomedical Engineering for quality assurance. Pharmacy will ensure that system is fully operational such that physical access to Pharmacy spaces can be managed via the upgraded hardware and software. Vendor is not responsible for disassembling or moving desks or other office furniture in order to gain proper access to perform work. Vendor exercises care in the removal, storage and reinstallation of existing (used) ceiling tiles. Vendor is responsible for damage that they cause to existing hospital structures. Safety Precautions Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. All necessary precautions shall be taken by the Contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. No flammable liquids shall be stored or used in the medical center for a duration period greater the time scheduled to perform the work. Site Conditions VA San Diego Building 1 has Asbestos containing material in the interstitial space, where the substantial amount of this contract work will be performed. In reference to task 2.6, there are 3 controllers located in the interstitial space on floors 1, 2, and 5 that contain asbestos. Contractor shall have a 16-hour Operations and Maintenance Asbestos training and fit testing of employees for respirator use to gain entry in the interstitial space to perform work under this contract. Vendor shall wear the Proper Protective Equipment when working in the interstitial space. Training Contractor to complete Talent Management System (TMS) training provided by VA to gain access to VA network and provide necessary identification and pass background investigation to gain EPASS access to network server. Vendor shall work with the VA POC to get access to this training. Inspection and Acceptance Criteria The VA POC can perform inspection of the work performed without the presence of the contractor and determine whether the work performed is within standards expressed in this scope of work. It is VA prerogative to hire an independent qualified third party to check the validity of the work conducted. Risk Control The medical services at the designated locations will remain operational during the execution of this work; Contractor shall take all precautions to minimize disruption to daily routine tasks performed in those services. Patients care shall remain a top concern for the Contractor and his employees while performing the work. Place of Performance VASDHS, 3350 La Jolla Village Drive, San Diego CA 92161 Period of Performance 05/01/2020-06/30/2020 All work is to be done during regular office hours. Regular office hours are: 8:00 AM to 5:00 PM Pacific Time. Warranty Contractor shall provide a 12 month warranty on all provided equipment and installation. Asbestos Certification Vendor shall submit the asbestos certification at the time of award to the Contracting Officer or Contract Specialist. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, 20 April 2020 at 1:00 PM Pacific Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26220Q0638, Hirsch Keypad Upgrade.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0ca82f6fab4b4ea7ae2c4f6edf7fbbff/view)
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;Warehouse Building 1;San Diego, CA 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN05619656-F 20200415/200413230149 (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 |
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.