Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2020 SAM #6925
SOURCES SOUGHT

J -- Sources Sought Physical Security Service

Notice Date
11/12/2020 7:46:58 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24521Q0079
 
Response Due
11/20/2020 12:00:00 PM
 
Archive Date
12/20/2020
 
Point of Contact
jameel.gordon@va.gov, Jameel Gordon, Phone: 410-642-2411 26911
 
E-Mail Address
Jameel.Gordon@va.gov
(Jameel.Gordon@va.gov)
 
Awardee
null
 
Description
VETERANS AFFAIRS MEDICAL CENTER, VISN 5 GENERAL INFORMATION FOLLOWED BY A TENTATIVE STATEMENT OF WORK NOTICE: This is not a solicitation but rather a Request for Information (RFI) (Sources Sought) to determine capability of potential sources and is for information and planning purposes only. Veterans Health Affairs, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify capable firms to repair inoperable components of the Physical Security System at the VA Maryland Health Care System (VAMHCS) for VISN 5. Responses must be submitted by 11/20/2020 3:00PM EST. Submit responses to the information requested above via email to Jameel.gordon@va.gov. All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes and shall include as part of their response a brief capability statement that covers the information in the following tentative statement of work. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Tentative/Sample Statement of Work: Background: Contract Title. Repair inoperable components of the Physical Security System at the VA Maryland Health Care System (VAMHCS), provide routine preventive maintenance and repair services per manufacturers recommendations for all the systems components listed in this SOW. VAMHCS includes the following locations. VA Baltimore Medical Center 10 N. Greene Street, Baltimore, MD 21201 Loch Raven Medical Center 3900 Loch Raven Blvd, Loch Raven, MD 21090 Perry Point Medical Center 59 Avenue D, Perry Point, MD 21902 Annex 209 West Fayette St, Baltimore, MD 21201 Pocomoke CBOC 1701 Market Place Suite 211, Pocomoke, MD 21851 Cambridge CBOC 830 Chesapeake Dr, Cambridge, MD 21613 Ft. Meade CBOC 2479 5th St, Ft. Meade, MD 20755 Eastern Baltimore CBOC 5235 King Avenue Suite 200, Rosedale, MD 21237 Glen Burnie CBOC 808 Landmark Dr Suite 128, Glen Burnie, MD 21061 Scope of Work. Contractor to supply all labor, supervision, equipment, tools, and necessary materials to repair and correct inoperable components of the Physical Security Systems throughout the VAMHCS locations and provide routine preventive maintenance, repair, and new work services as required. The Physical Security System incorporates closed circuit television system (CCTV), physical access control system (PACS), intrusion alarms, duress alarms, and Aiphone systems. The Contractor is responsible for validation of the equipment inventory upon award, any discrepancies in inventory shall be immediately discussed with the COR and the Contracting Officer and shall be included as part of this contract. Deficiencies will require immediate validation and correction upon award, refer to section 4 for a list of noted deficiencies (this list is not all inclusive). Preventive maintenance schedule is to follow each system s manufacturers recommendations, refer to sections 5 & 6 for the equipment list and preventive maintenance requirements. The contractor is to provide routine repair services and new work, refer to sections 7 & 8, as necessary to keep the systems operational at all times. Noted System Deficiencies (will require validation) Baltimore CCTV 27 surveillance cameras have been identified in need of repair or replacement. Intrusion alarms 42 alarms have been identified in need of repair or replacement. Duress alarms 253 alarms have been identified in need of repair or replacement. Loch Raven CCTV 71 surveillance cameras have been identified in need of repair or replacement. Perry Point CCTV 15 surveillance cameras have been identified in need of repair or replacement. Annex CCTV 2 surveillance cameras have been identified in need of repair or replacement. Pocomoke CCTV 11 surveillance cameras have been identified in need of repair or replacement. Cambridge CCTV 13 surveillance cameras have been identified in need of repair or replacement. All locations CCTV server/software upgrades are required. Equipment to be maintained. CCTV 465 cameras (105 at Baltimore; 95 at Loch Raven; 147 at Perry Point; 65 at Annex; 11 at Pocomoke; 13 at Cambridge; 21 at Eastern Baltimore; 13 at Ft. Meade). Baltimore and Loch Raven cameras are a combination of analog and IP cameras. The remaining locations are IP cameras. Most cameras are AXIS with ExacqVision software. PACS 616 PIV II Card Readers (268 at Baltimore; 54 at Loch Raven; 214 at Perry Point; 11 at Annex; 9 at Pocomoke; 15 at Cambridge; 9 at Glen Burnie; 26 at Eastern Baltimore; 10 at Ft. Meade). PACS System PIV II 75 bit AC+SC+CN Wiegand Format card format with four bit output keypads. Type LNL-1320 Dual Interface Wiegand/Prox and LNL-500W wireless gateway Wiegand/Prox output. Onguard 7.3 system at all locations except Ft. Meade and Annex. Ft. Meade is Star Watch. Intrusion Alarms 145 intrusion alarms (42 at Baltimore; 35 at Loch Raven; 30 at Perry Point; 35 at Annex; 3 at Ft. Meade). Centurion at Baltimore; Loch Raven & Annex Access-n-Site Duress Alarm 679 duress alarms (253 at Baltimore; 47 at Loch Raven; 245 at Perry Point; 132 at Annex; 2 at Ft. Meade). Centurion at Baltimore; Loch Raven & Annex Access-n-Site Aiphone AX-8MV Preventive Maintenance. The Contractor shall provide all labor, parts, materials, and supplies necessary to perform preventive maintenance (PM) for the equipment listed in Section 5, and the cost of labor, parts, materials, and supplies shall be included in as part of the contract. The Contractor shall be responsible for the cost of all manufacturer/industry standard PM replacement parts/materials/lubricants. The Contractor shall ensure that the level of preventive maintenance (tasks, frequency, etc.) is adequate to preserve the manufacturer s warranty on the systems/equipment, and that Contractor personnel that are used to perform scheduled maintenance during the warranty period are qualified by the systems/equipment manufacturer where necessary to preserve the warranty on the systems/equipment. Preventive Maintenance Schedule. The contractor shall research equipment manufacturers recommendations for operations and maintenance requirements to ensure these requirements are included in the PM schedule. In the event that there is no recommended PM frequency identified by the manufacturer, the Contractor will notify the COR and reach an agreement to implement a workable schedule, which shall not be less than annual. The Contractor will submit the PM requirements/schedule for approval to the COR. The Contractor shall schedule routine maintenance for each system with the COR at least 2 weeks prior to start. Submit a PM report to the COR within one (1) week. The report, at minimum, shall include the system serviced, location of each component, result of the PM (pass/fail) for each component and the deficiency, if any. Identified deficiencies shall be repaired within one (1) week of discovery. Repair Services. VAMHCS will require repair service on each system of the Physical Security on routine basis. The repairs shall be submitted to the Contractor via COR and must be completed within one (1) week of notice, unless deemed an emergency at which time the repair must be completed one (1) day after notification. An emergency is considered when a system affecting patient care is malfunctioning (Pharmacy, Canteen, ICU, OR, etc). Repair services shall be billed per hourly rate and replacement parts required to repair the equipment. All repair work must be priced and approved by the COR and the Contracting Officer prior to commencement. Replacement parts and components must be approved by the COR prior to purchase. Replacement Parts and Components. New parts and components will be provided when accomplishing scheduled maintenance and repair services. Factory reconditioned (comparable to new) parts and components may be substituted for new, only when the new parts or components are no longer available by the OEM manufacturer. Factory reconditioned substitutes shall be approved by the COR prior to installation. All replacement parts and components to be used in the maintenance and repair of facilities, systems, equipment, and components will be compatible with the existing item, will be of equal or better quality as original item specifications, will conform to the applicable specifications and used according to original design and manufacturer intent. Items without technical specifications will be of acceptable industrial grade and quality. If the original manufacturer has updated the quality of parts for current production, parts supplied under this task order will equal or exceed the updated quality. New Work. New Work is work that does not involve repairing or maintaining existing equipment, but rather involves additions to accommodate new requirements. VAMHCS will periodically require installation and commissioning of CCTV, PACS, intrusion, duress alarms and Aiphones. New work shall be reimbursed under New Work CLIN. All new work must be priced and approved by the COR and the Contracting Officer prior to commencement. All new work shall be turnkey to include required licensing and programming to ensure a fully operational system. At some locations head end equipment expansion might be required to support new work; all new head end equipment shall be compatible with the VA IT requirements. Government s Points of Contact- Will be provided later Name Campus Phone number Certification. Contractor personnel working on any part of the Physical Security Systems must be factory certified in that system. Submit worker certifications to the COR prior to work commencement. Training. Training of VA staff and maintenance employees on the operation and maintenance of the new system components/equipment shall be provided by a factory-authorized service representative experienced in operation and maintenance procedures and training of the actual equipment being installed. Submit qualifications for approval. Infectious Control Risk Assessment/Interim Life Safety Measures Contractor bid, and schedule shall include consideration of all Infection Control Risk Assessment (ICRA) requirements as well as any Interim Life Safety Measures (ILSM) deemed necessary. Project may involve a shutdown of utility systems. All shutdowns require prior approval from the COR. Contractor shall take necessary steps in their work phasing plan to limit the duration and impact of the shutdown on normal medical center activities. Shutdown shall be scheduled at least 2 weeks in advance of planned shutdown date with the COR. Scheduling shall also account for testing and certification of the system prior to putting the equipment into service. Safety Precautions. The Contractor shall comply with all applicable Federal, State and local legal 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. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially about exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. No flammable liquids shall be stored or used in the medical center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241. The Contractor shall receive from the COR a permit for all cutting, welding, and soldering. All permits shall be prominently displayed during all activities. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. Parking. Parking is not available at the VA Baltimore Medical Center; the contractor is responsible to pay for parking off-site. Period of Performance. The period of performance for this contract is one (1) year plus four (4) renewable option years.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0bbbf49690c141ccb4e7e1721d10f099/view)
 
Place of Performance
Address: Veterans Integrated Service Networks 5
 
Record
SN05852044-F 20201114/201112230143 (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.