Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

63 -- CCTV SYSTEM

Notice Date
6/8/2020 12:05:12 PM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0558
 
Response Due
6/10/2020 9:00:00 PM
 
Archive Date
07/11/2020
 
Point of Contact
John J Summers Contract Specialist 757-315-3421
 
E-Mail Address
john.summers2@va.gov
(john.summers2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Veterans Health Administration (VHA), Durham VA Medical Center (VAMC) located at 508 Fulton Street, Durham, NC 27705 will be soliciting quotes for CCTV System and Installation.� The contractor shall provide a CCTV video system for the Clayton CBOC located at Clayton Summit, Suite Split 100, 11618 US 70 Business Highway, Clayton, NC 27520. The system is required to be turn-key solution which will include all (to include, but not limited to) design, engineering, management, supervision, labor, tools, materials, cable, hardware, equipment, software, licenses, programming and safety materials or systems required for completion of the project as described. A request for Quote (RFQ) 36C24620Q0558 will be issued on or about June 11, 2020.� The Government intends to award a firm-fixed price contract in accordance with all terms, conditions, provisions, and specifications of the solicitation. The estimated period of performance is contract award date to 60 days from contract award date). The solicitation will provide instructions to contractors about the offer submission process.�� In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) to be eligible for award; contractors may obtain SAM information at https://www.sam.gov. �The applicable NAICS Code is 238210 Electrical Contractor and Other Wiring Installation with a Small Business Size Standard of $16.5 million.� The solicitation will be issued as a 100% Service Disabled Veteran Owned Small Business Set-Aside.� All offerors are responsible for downloading all documents including amendments at the Contract Opportunities website without further notification from the Contracting Officer. Page 4 of 4 This is a Sources Sought Notice for CCTV Security System. This Sources Sought Notice is intended to locate Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses. The NAICS Code for this requirement is 238210. This is not a Request for Quotation and quotes shall not be reviewed at this time. The Department of Veterans Affairs shall not be responsible for any costs incurred by the contractor as a result of this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Scope of Work The contractor shall provide a CCTV video system for the Clayton CBOC located at Clayton Summit, Suite Split 100, 11618 US 70 Business Highway, Clayton, NC 27520. The system is required to be turn-key solution which will include all (to include, but not limited to) design, engineering, management, supervision, labor, tools, materials, cable, hardware, equipment, software, licenses, programming and safety materials or systems required for completion of the project as described. The system will initially be standalone, with the ability to network video to Durham VAMC in the future. Acceptance will be based on the visual inspection and performance testing. The visual inspection will verify all equipment for the system has been properly installed per local and state codes and meet all federal requirements. Performance testing will verify that all cameras are properly visible on the police monitors. The video must be clear with no distortion. Video will be able to be recalled, reviewed and saved to external media from the workstation computer to meet VA Police evidence requirements. Contractor is responsible for field verification of all dimensions and conditions prior to starting work. All work will be completed within 60 days of notice to proceed. Specific Requirements NVR (1 required) Must be capable of future networking to Durham VAMC. Include ExacqVision software to be compatible with Durham VAMC. Minimum 16 TB raw video storage. Must have minimum 12GB of ram. Minimum 50 camera capacity Must be rack mountable. Must include all licensing for software. Operating system must be at least Windows Server 2016/Windows 10 Cameras (17 required, 9 on 1st floor, 8 on second floor) May be indoor or outdoor cameras. Must be IP based with a minimum of 3MP quality. Must include all licenses required for operation. Must be capable of dual stream configuration Workstation (1 required) Must have Window 10 operating system Must have at least i5 Processor or better Must have DVD/CD RW to meet VA police evidence requirements. Must be capable of dual monitor operation. Must have Minimum 16GB Ram Must have at least one USB 3.1 and two USB 2.0 Equipment List (to be installed where shown on diagram) Police Office on 1st floor (COR/POC to verify exact mounting location in office) Floor Mount 24U Lockable Cabinet with Casters, power strip, fans Minimum of 24 port PoE switch. APC 1500 UPS rack mountable ExacqVision Server (see #1 for minimum requirement) Workstation 24-inch desktop LED monitor connected to workstation 50-inch wall mounted display for camera views (includes mount) All cable (plenum Cat6), video cables, power cables, licenses, sleeves, firestop, j-hooks, wire ties and other materials as needed for turnkey installation. General Requirements VA to provide 120-volt outlets Training to be provide for all system. All programming passwords, user codes, admin codes will be provided to COR/POC. A minimum of one-year warranty to be provided on all work, labor and material from date of acceptance. General VA Site Requirements Employees may also be subject to inspection of their personal effects when entering or leaving the project site. The Contractor and subcontractor employees will all be required to attend a safety briefing and sign indicating completion prior to performing any work on site. All contractor employees who will be working on site must provide proof of a negative TB test within the last year. Competent, experienced, licensed or certified workers shall perform crafts requiring specialized skills. Work shall be performed to minimize disruption to the operations of the medical facility. Normal working hours shall be 7:30 AM to 5:00 PM, Monday through Friday Federal Holidays or any other Holiday designated by the President of the United States excluded. For working outside the normal working hours as defined in this contract, the vendor shall give 3-day notice to the COR/POC so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. No photography of VA premises is allowed without written permission of the Contracting Officer. Execute work to interfere as little as possible with normal functioning of Clayton CBOC including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR/POC where required by limited working space. No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR/POC. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR/POC, in writing, 48 hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. VA reserves the right to close or shut down the project site and order the vendor s employees off the premises in the event of a national emergency. The vendor may return to the site only with the written approval of the Contracting Officer. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR/POC. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR/POC. Obtain permits from facility Safety Manager at least 24 hours in advance. Buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris so that equipment and affected areas to be used in the medical facility s operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that medical facility operations will continue during the installation period. The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. The contractor shall provide a dumpster if it is determined to be necessary and shall work with the COR/POC in advance for a spot-on site to establish the dumpster. The contractor will be required to be compliant with all VA infection control requirements including requirements listed in the Infection Control Risk Assessment (ICRA) if required. The vendor will supply all materials and equipment necessary to meet these standards. A fire-retardant polystyrene, 6-mil thick or greater plastic barrier meeting local fire codes may be used where negative air is maintained and dust control is the only hazard. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment, work and installation will conform to the VA Master Specifications available at https://www.cfm.va.gov/til/spec.asp. No departures from specification requirements will be permitted without written approval. The Supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to Energy Independence and Security Act of 2007 (EISA 2007), National Electrical Manufactures Association (NEMA), Underwriters Laboratory, Inc (UL), National Electric Code (NEC), Occupational Safety and Health Administration (OSHA), and American National Standards Institute (ANSI) Standards and conform to the Standard Building Code and the Standard Mechanical Code. The contractor shall provide all labor, tools and equipment needed for any site work including but not limited to electrical conduit with pull strings, back boxes, raceways, core drilling, concrete patching, and painting. Minimum of � conduit shall be approved to be used for installation. All wire and cabling to be installed in accordance with current VA Master Specifications and current building codes. All wall penetrations must be properly sealed with approved fire caulked. New work shall be installed and connected to existing work neatly, safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed, and reinstalled or remedial action performed as directed at no additional cost to the Government. The contractor will not be allotted any parking permits for onsite parking. On-site parking is very limited and not guaranteed by the VA. No storage area will be provided. The VA is not responsible for the security of parts, tools or equipment for the duration of the project. The contractor shall check in each day with the Administrative Officer at the CBOC. They need to have knowledge of all personnel in the facility The contractor shall provide all software, access keys, codes, or any external devices that may be required for the operation, calibration, or repair of the equipment purchased. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. All responses shall be submitted via email by Tuesday, May 12, 2020 at 8:00 AM EST. Responses shall be submitted to John Summers at John.Summers2@va.gov. Phone calls shall not be accepted for this notice. In response, please include the following: Company/individual name, Address, Point of contact with phone number Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Sufficient documentation to demonstrate the ability to provide/perform according to the statement of work If your firm is a Service-Disabled Veteran-Owned or Veteran-Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). The Veteran Administration is required to give priority to SDVOSB and then VOSB concerns if there should be sufficient firms available to compete under a set-aside. If insufficient veteran owned small business responses are received, the acquisition will be set-aside for small business participation if there are sufficient firms available. If insufficient small business responses are received, the action will be advertised for full and open competition. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) at https://sam.gov/SAM/ to be considered for an award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e0bf59382c164b92b9f12e8c71fb0808/view)
 
Place of Performance
Address: Clayton Community Based Outreach Clinic (CBOC);Clayton Summit Suite 100;11618 US 70 Business Highway;Clayton, NC, NC 27705, USA
Zip Code: 27705
Country: USA
 
Record
SN05683852-F 20200610/200608230153 (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.