SOURCES SOUGHT
70 -- HIRSH SCRAMBLEPADS & INSTALL
- Notice Date
- 8/18/2020 7:53:03 AM
- Notice Type
- Sources Sought
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1367
- Response Due
- 8/24/2020 3:00:00 PM
- Archive Date
- 09/23/2020
- Point of Contact
- LATRICIA WILLIAMS, Purchasing Agent, Phone: 562-766-2245
- E-Mail Address
-
LATRICIA.WILLIAMS2@VA.GOV
(LATRICIA.WILLIAMS2@VA.GOV)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) 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). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334112 (size standard of 1,000 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, 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 SCRAMBLEPADS and Installation for the VA San Diego Healthcare System: 1 Hirsch DS47L-SSP-TS Scramble Pad with MELM, Mounting Hardware, and 250' Composite Wire Installation 50 EA 2 Hirsch Mx-8 controller, Altronix AL600 Power Supply, and 250' Category 6 wire Installation 8 EA 3 Power Receptacle Installation for MX Controller 8 EA 4 ELECTRIFIED STRIKE-SINGLE DOOR 50 EA SCOPE OF WORK: IDENTIV HIRSCH SCRAMBLE PAD MODEL INSTALLATIONS. The intent of this Request for Quote is to enter into a Firm Fixed Price contract for the purchase and installation of 50 IDENTIV Hirsch scramble pads Model DS47L-SSP-TS, with PIV Access, and 8 MX8 Controllers to support the Velocity Physical Access Control System (PACS) throughout VA San Diego Healthcare system. Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform a site visit to better understand the requirement. The vendor shall install a Hirsch scramble pad at the locations designated by the COR. The installation of each scramble pad will differ depending on the location but will consist mainly of a scramble pad and a connection to an existing MX8 controller. If it is determined that a new MX8 controller is needed in the area, it will be installed to accommodate the scramble pad. It has been determined that 8 new controllers will be needed for this request. The following items are what will be purchased: Hirsch TS Scramble pad Reader & Installation (Item 1): Hirsch Scramble Pad DS47L-SSP-TS Up to 250 feet composite wire Cable supports MELM3 alarm line module Miscellaneous material and connectors for panel and reader Required Licenses for Velocity Application Hirsch MX8 Controller-Material Installation (Item 2) Altronix AL600 Power Supply To include Alarm Input Expansion Board (AEB8) To Include Relay Expansion Board (REB8) CAT6A data cabling run to nearest IT closet up to 250 Feet Required Licenses for Velocity application e. Power Receptacle Installation for MX controller (Item 3) Vendor to connect MX controller to building High Voltage power. Vendor Responsibilities: The Vendor shall install Item 1 at the requested location throughout VA San Diego Health Care System. It will be connected to the nearest Identiv Physical Access Controller with an available scramble pad connection. Pad is to be installed in drywall and cabling will go through the building interstitial to the required controller. The Cabling will be labeled at the controller connections to designate what door is being controlled. It is to be added to the existing software and programmed to align to internal policies required by the VA Police. The availability of the scramble pad connection will be determined and communicated to the Vendor by the Contracting Officers Representative (COR). If it is determined that installation of further items is required for Item 1 to function, COR must be informed of which items and their quantities before the installation can commence. MX8 controllers shall be installed in the building interstitial area. All cabling to the controllers will be labeled to designate what doors are being operated. Vendor will hardwire controllers to facility on high voltage circuit. CAT6A cable will be terminated and connected to nearest network switch. The Vendor shall furnish all labor, transportation, materials, tools, supplies and spare parts required to perform the installation of the scramble pad reader and for dust containment. The Vendor assumes that the installation teams will be working in areas that will contain asbestos or other hazardous material that would require additional time or alternative installation procedures. Vendor shall utilize only parts of original manufacturer design and specifications or equal thereto. Used parts are prohibited. Modifications and/or maintenance to install scramble pad readers outside the scope shall be communicated to COR to determine the appropriate purchase authorization. Vendor shall provide the COR an electronic copy of the installation report within 7 calendar days. At a minimum, this report must contain the location of installed scramble pad, the location of the Physical Access Controller connection, and verification of functionality. Working hours: Installation of scramble pad reader shall be accomplished during working hours generally between 7:00AM and 5:00PM Monday through Friday, National Holidays excluded, unless other arrangements have been made by the ordering COR with the Vendor. Vendor must check-in with Healthcare Technology Management (HTM) COR when coming on-site. All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. The vendor is available outside normal business hours upon submittal of a written modification. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: The FAR Clause 52.211-6 Brand Name or Equal applies to this RFI. Any items stated as equal not confirming to the requirements will be considered non- responsive. 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) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, 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 a distributor of the items being researched above? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? (5) If you do, state how and what is altered; assembled; modified? (6) Does your company have FSS GSA/NASA SEWP/NAC or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NASA SEWP/NAC or federal contract holder, are the items you are providing information for available on your schedule/contract? (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 the salient characteristics. Responses to this notice shall be submitted via email to latricia.williams2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 3:00PM PST, August 24, 2020. 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 source sought. Responses to this source sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26220Q1367. If possible, please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa8db3d9e4544104baeb1fb7ddda8b52/view)
- Place of Performance
- Address: VA SAN DIEGO HEALTHCARE SYSTEM 3350 LA JOLLA VILLAGE DRIVE WAREHOUSE BLDG. 1 SAN DIEGO, CA 92161, USA
- Country: USA
- Country: USA
- Record
- SN05764314-F 20200820/200818230209 (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 |