SOURCES SOUGHT
J -- INSTALLATION FOR POLICE SERVICE SECURITY CAMERAS
- Notice Date
- 6/23/2020 3:39:49 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
- 36C26220Q0999
- Response Due
- 6/30/2020 2:00:00 PM
- Archive Date
- 07/15/2020
- Point of Contact
- Robert Regan, ROBERT REGAN, Phone: 562-766-2299
- E-Mail Address
-
robert.regan2@va.gov
(robert.regan2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. RFI # 36C262-20-Q-0999 1. Responses to this Sources Sought Notice must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) concerns interested and capable of performing the work. 2. The NAICS/PSC for this requirement is: NAICS Code: 561621 Security Systems Services PSC: J065: Main/Repair/Rebuild of equipment-Medical, Dental, and Veterinary Equipment and Supplies Size Standard: $17.5 M Description of Requirement: This is a contract for the installation, removal, relocation, and certification of IP security surveillance cameras, network video recorders (NVR s), and uninterruptible power supplies (UPS ) into locations identified by VA San Diego. 3. Please review the attached Draft Statement of Work. 4. Interested and capable Contractors should respond to this notice not later than Tuesday June 30th, 2020 - 2:00 PM PST by providing the following via email only to Robert Regan, Contracting Officer, at Email: robert.regan2@va.gov (a) company name (b) address (c) point of contact (d) phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 6 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described herein. 5. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $250,000, an 8(a) contract, an SDVOSB/SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 6. The Contractor shall provide the services stated herein the attached Draft Statement of Work (SOW). 7. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can provide the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. 8. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- STATEMENT OF WORK Scope: This is a contract for the installation, removal, relocation, and certification of IP security surveillance cameras, network video recorders (NVR s), and uninterruptible power supplies (UPS ) into locations identified by VA San Diego. Installation includes connection of required power, connection to identified switches, connection to identified NVRs, license allocation, and required cabling. All installations will be in accordance to manufacturer specification, applicable VA Technical Information Library (TIL) guidelines, and any system configuration necessary for operation. Equipment to be installed includes a variety of IP security surveillance cameras, standard NVR, and UPS. All additional equipment, necessary labor, supervision, and material required to complete the project will be the responsibility of the contractor to procure. All existing equipment that has been identified for removal will be returned to the VA San Diego Police Service. Once a work request is placed by VA San Diego the vendor has 30 business days to complete the request. Service Units Issued Qty Labor & Materials to remove and install 1 provided UPS each 2 Labor to remove, install, and configure 1 provided IP camera & license each 100 Installation and configuration of 1 provided NVR each 2 Cat 6 cable ft 30,000 Fiber Optic Patch Cables ft 600 Specific Tasks: Contractor shall conduct site preparation to include; set up barriers for any breach of walls and ceiling barriers at any location where dust generation activities may occur due to installation of security cameras. Contractor shall install all devices, cables and system accessories in accordance with the manufacturer s specifications. Contractor shall perform any configurations to the system, if necessary, to ensure the camera functions as intended. The security system shall be installed and tested to ensure all components are fully compatible as a system and can be integrated with all associated security subsystems. Provide a pre-installation and as-build design package in electronic format; drawing submittals shall be per the established project schedule. Contractor shall implement and maintain infection control measures for the duration of the project including site construction barriers, negative pressure measures. Construction barriers shall be in accordance with VASDHS Infection Control Risk Assessment. Contractor is responsible for providing all tools and equipment necessary for installation. Upon completion of work, Contractor shall leave the work site in a clean and orderly condition. The contractor must provide a work plan prior to the installation of the new security cameras. The plan should identify infection prevention control measures and the proposed sequence of work. The contractor shall follow the Technical Information Library for all work performed. Ceiling Mounts: This enclosure and mount shall be installed in a finished or suspended ceiling. The enclosure and mount shall be fastened to the finished ceiling, and shall not depend on the ceiling tile grid for complete support. Suspended ceiling mounts shall be low profile, and shall be suitable for replacement ceiling tiles. Wires and cables installed will be carried in enclosed conduit system. All conduits will be sized and installed per the NEC. All conduit, pull boxes, and junction boxes shall be clearly marked with colored permanent tape of paint that will allow it to be distinguished from all other conduit and infrastructure. At all locations where there is a wall penetration or core drilling is conducted to allow for conduit to be installed, fire stopping materials shall be applied to that area. Deliverables: Shop drawings of the new system (cable runs & equipment locations within the designated areas) prior to the start of installation. The contractor will have a meeting with the COR to review the shop drawings and system layout prior to the start of work. The contract must provide a project schedule within 7 calendar days of NTP. The contract will provided As Built drawings of the installation in full size drawings and electronic format in PDF format at the end of the project. Safety: Contractors 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. In the performance of this contract, the contractor shall take such safety precautions as necessary while operation in construction area. Construction shall provide all necessary tools, equipment, labels, and Personal Protective Equipment to perform the work safety, effectively, and timely. Work may be conducted in areas identified as containing asbestos materials. Contractor shall therefore comply with the public laws and statutes including all changes and amendments of federal, state, and local environmental statutes and regulations governing asbestos containing materials (ACM). Contractor shall be licensed, qualified, and certified to meet all EPA regulations under National Emission Standards for Hazardous Air pollutants-NESHAPS and all applicable federal, state, and
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e03dce0ccf7c442e990baa6144a93bc8/view)
- Place of Performance
- Address: DEPARTMENT OF VETERAN AFFIARS 3350 LA JOLLA VILLAGE DRIVE, SAN DIEGO 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05700661-F 20200625/200623230143 (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 |