Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

Z -- RECOVERY Z--UPGRADE SECURITY SYSTEM - D-B

Notice Date
2/10/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA-263-09-RA-0251
 
Response Due
3/11/2010
 
Archive Date
4/10/2010
 
Point of Contact
Michael L OwenContract Specialist
 
E-Mail Address
Contracting Officer
(michael.owen@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RECOVERY ACT PROJECT RFP VA263-09-RA-0251 NIACS 236220 Z - CONSTRUCTION PROJECT - SECURITY SYSTEM UPGRADE PHASE I - DESIGN-BUILD 1. Base Bid Items: a.Provide design services to meet the requirements of this Scope of Work. b.Provide engineering support to transfer the existing VAMC security system database to populate the new security system database. c.Install a new main security computer/server in the Biomed server room in BG-111. There is sufficient racking and UPS battery capacity in the existing room for the new system. d.Install a new card access controller for Room BG-111, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. e.Install new control wiring in conduit to connect all new equipment to the new head-end security computer in Room BG-111. f.Install new security system monitoring stations (terminals) in the following five locations: Main Police Station (Building 70), Security substation at the Outpatient Entrance, Telephone Operator substation, HR/Photo ID station on 4M, and the Police Unit Control Center in Building 10. Connect these five stations together and to the new head-end security computer in Room BG-111. Include all vendor provided computer hardware (terminals) and software as required. g.The new security system software shall be licensed for a minimum of 256 card readers and any additional licensing for ID management and data exchange shall be provided. The DB Contractor shall provide licensing for additional card readers in the base bid or any of the selected Optional Items, should their design require such. h.Provide the following spare parts at the completion of the project: 1)5 spare card readers 2)5 spare door controllers 3)5 spare electric strikes 4)5 spare mag locks 5)5 spare door contacts 6)5 spare request to exit switches/devices 7)2 spare power supplies i.Install a new card access controller for three doors into Room BH-111, complete with card access readers, electric strikes, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. j.Replace existing card access system with a new card access controller for the Doctor's gate at Parking Lot #1, complete with new card access reader, wiring, and gate exit detection device. Connect gate controls to existing gate and new security system. Demo old card reader equipment. k.Connect the existing alarm system for the VA Agent Cashier (1S), First Floor Canteen Retail and Office (1A-113), and Canteen Storage Rooms BF-122 and BM-123j with the new security system. l.Install a new keypad alarm, door contact, and wiring for Canteen Storage Rooms BW-MRI, 1B-103, and 4A-102. Connect the alarm keypad to the new security system. m.Install a new card access control for the following list of IRM data closets, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)1A-107 2)1C-119 3)1H-120 4)1M-101 5)1N-102 6)1P-110 7)1Q-116 8)1Q-124 9)1T-102 10)1T-104 11)1T-107 12)1U-152 2.Optional Items: a.Optional Items may be selected by the Government in any order. b.Optional Item #1: Replace existing card access system for the following list of existing doors, complete with new card access reader. Reconnect electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)Basement Floor Dock Entrance, CB-86 2)Basement Floor Supply Entrance, BM-123 3)Basement Floor Dock Door, BP-103 4)Basement Floor MRI, BW-127 5)Basement Floor PET Scan, BW-101d 6)First Floor Visitor's Entrance, C1-22 7)First Floor Outpatient Entrance, C1-1 8)First Floor Emergency Entrance, C1-152 9)First Floor Employee's Entrance, C1-110 10)First Floor Employee's Entrance, at Loading Dock Walkway 11)First Floor Psych Entrance, C1-85 12)First Floor ER Entrance, NE in 13)First Floor ER Entrance, NE out 14)First Floor ER Entrance, NW in 15)First Floor ER Entrance, NW out 16)First Floor Urgent Care Entrance, SW in 17)First Floor Urgent Care Entrance, SW out 18) First Floor Wellness Center, 1G-117 c.Optional Item #2: Replace existing card access system for the following list of existing doors, complete with new card access reader. Reconnect electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)Third Floor Research Entrance, 3Q 2)Third Floor Research Entrance, 3Q at Stair 12 3)Third Floor Research Entrance, 3P 4)Third Floor Research Entrance, 3P at Stair 10 5)Third Floor Research Entrance, 3P to 3J Entry 6)Third Floor Research, 3P-129 7)Third Floor, 3R-141 8)Fourth Floor Research Entrance, 4Q 9)Fourth Floor Research Entrance, 4Q at Stair 12 10)Fourth Floor Research Entrance, 4P 11)Fourth Floor Research Entrance, 4P at Stair 10 12)Building 68, Daycare Entry 13)Building 68, Rear Door 14)Building 68, three doors on Second Floor 15)Building 73, Front Door 16)Building 73, Rear Door 17)Building 76, Front Vestibule 18)Building 76, Main Entry 19)Building 76, Room 145 20)Building 76, Room 138 (two doors) d.Optional Item #3: Install a new card access control for the following list of IRM data closets, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)BT-102 2)BD-101d 3)BA-111 4)BH-105 5)BP-107 6)BN-102 7)BQ-110d 8)BQ-110b 9)BW-124 10)BT-105 11)BD-101a 12)BD-101e 13)BC-101 14)BG-101 15)BA-103 16)BT-104 17)1K-120a 18)1F-119d 19)1F-119b 20)1D-120c 21)1E-117c 22)1Q-117a 23)1J-121a e.Optional Item #4: Install a new card access control for the following list of IRM data closets, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)2B-105 2)2T-104 3)2C-121 4)2J-132a 5)2J-132d 6)2Q-103 7)2V-153b 8)2V-153d 9)2V-153f 10)2U-155 11)2D-122a 12)2E-122b 13)2F-121b 14)2F-121d 15)2K-122a 16)2H-116 17)2C-121 18)2T-101 19)2T-102 20)2T-104 21)2T-105 22)2A-107 23)2M-116 f.Optional Item #5: Install a new card access control for the following list of IRM data closets, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)3J-124a 2)3U-138 3)3T-101 4)3D-122b 5)3E-122b 6)3F-122a 7)3F-122d 8)3K-122a 9)3H-123 10)3J-124d 11)3N-108 12)3Q-118a 13)3Q-118f 14)3Q-118c 15)3T-108 16)3T-106 17)3A-114 18)3C-121 19)3M-101 g.Optional Item #6: Install a new card access control for the following list of IRM data closets, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. 1)4M-106 2)4B-149 3)4U-108 4)4D-122a 5)4E-122b 6)4F-121a 7)4F-121d 8)4K-124a 9)4J-121a 10)4J-121d 11)4N-107 12)4Q-118c 13)4P-126 14)4T-106 15)4T-104 16)4T-101 17)4B-119 18)4H-122 19)4Q-118b Building 9, Room 324 20)Building 9 Server Room 21)Building 10, Room 107 22)Building 10, Room 3a 23)Building 49, Room SV03 24)Building 49, Room 124 25)Building 68, Room 200 26)Building 69 - Energy Center, Room 112 27)Building 72 - Maintenance Garage 3.Optional Item #7: Install a new wireless pendant duress/panic device system in the Emergency Room. Provide five pendants with chargers. System must meet the requirements of the Mission Critical Facilities, Physical Security Design Manual for VA Facilities, Section 10.4.3.4. Also provide a cost per pendant and charger for additional pendants. 4.Optional Item #8: Install a new wireless pendant duress/panic device system in the 4E Ward. Provide four pendants with chargers. System must meet the requirements of the Mission Critical Facilities, Physical Security Design Manual for VA Facilities, Section 10.4.3.4. Also provide a cost per pendant and charger for additional pendants. 5.Optional Item #9: Install a new wireless pendant duress/panic device system in the 2K and 2L Wards. Provide four pendants with chargers. System must meet the requirements of the Mission Critical Facilities, Physical Security Design Manual for VA Facilities, Section 10.4.3.4. Also provide a cost per pendant and charger for additional pendants. 6.Optional Item #10: Install 32 new duress (panic) alarms in the following rooms: 4K101, 4K102, 4K103, 4K104, 4K106, 4K108, 4K111, 4K115, 4K118, 4K120, 4K123, 4K125 (2 desks), 4K126, 4K127, 4K128, 4K129, 4K131, 4K132, 4K133, 4K135, 4K136, 4K138, 4K139, 4K140, 4K141, 4K142, 4K142a, 4K143, 4L139 (2 desks). These alarms shall be an under desk hidden panic alarm type similar to the style in current use in the Medical Center. Provide all interface cards/boards, cabling, conduit, etc. to connect the alarms to the new security system. 7.Optional Item #11: Provide video integration of the existing security cameras for Building 70. If a software upgrade of the existing Lenel video security system is required to interface with the new security system, it shall be included. 8.Optional Item #12: Modifications of existing card access and new card access as follows: a.Install a new card access controller for three double-doors into Radiology, complete with card access readers, electric strikes, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. b.Replace existing card access system with a new card access controller for Room 2B-105, complete with card access reader, electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. Demo old card reader equipment. c.Install a new card access controller for one double-door and two single doors into Post Anesthesia Recovery, complete with card access readers, electric strikes, wiring, and door exit device hardware. Install new automatic door opener hardware on one double-door and one single door. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. d.Replace existing card access system for the following existing doors in Building 49. Reconnect electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. Connect the existing alarm keypad to the new security system. 1)Building 70 to Building 49 double doors. 2)Front door. 3)Loading dock door. 4)Rear corridor near Scientific Apparatus Shop. 9.Optional Item #13: Replace existing card access system for the following existing doors in the Pharmacy Service. Reconnect electric strike, wiring, and door exit device hardware. Connect door controls to new security system. Program door to recognize a door held alarm and door forced alarm. Connect the existing alarm keypad to the new security system. a.Three doors in the Inpatient Pharmacy (Room BR-113). b.The Narcotics Cage in the Inpatient Pharmacy. c.The Investigational Cage in the Inpatient Pharmacy (Room BR-116). d.Outpatient Pharmacy (Room 1R-101), two hallway entry doors, one door in the Profile Area, one door in the Narcotics Vault, Narcotics Cage, and the Counseling Room. e.Satellite Pharmacy (Room 3T-102). f.Install a new card access controller for one door into the Hem/Onc Inpatient Pharmacy (3F), complete with card access reader, electric strike, wiring, and door exit device hardware. Install a new alarm pin keypad at the card reader to operate the same as the other Pharmacy keypads. Connect door controls and keypads to new security system. Program door to recognize a door held alarm and door forced alarm. The VA has scheduled a site visit for this project on February 22, 2010 at 9:00 am at the VA Medical Center, Facility Engineering Service, Project Section, Room BR-145. Solicitation and scope of work documents are expected to be available at www.fbo.gov on or about February 11, 2010. Tentative Schedule: Request for proposal issued 2/11/2010 Site walks2/22/2010 Proposal submitted3/11/2010 Contract award3/22/2010 Pre-Construction Conference and Notice to Proceed (NTP)- Design 3/31/2010 65% Design package submittedNTP+60 65% VA design review complete NTP+75 65% Design review meetingNTP+77 100% Design complete NTP+105 100% Backcheck completeNTP+115 Notice to proceed - ConstructionNTP+116 Construction startNTP+116 Construction completeNTP+210 Schedule Objectives - The anticipated completion of this project is 210 calendar days after "Notice to Proceed (NTP) - Design." Note: A construction notice to proceed (NTP) will not be issued until the 100% back check is complete and the COTR has notified the Contracting Officer that the second NTP can be issued. In accordance with the VA Acquisition Regulations (VAAR 836.204) Disclosure of the Magnitude of Construction Projects, the range for this project is between $500,000 and $1,000,000. Liquidated Damages: $200.00 per calendar day, including holidays and weekends. NAICS 236220 - $31.0M applies. In accordance with PL 109-461 this project is 100% set-aside for Service disabled veteran-owned small business (SDVOSB) concerns. All responsible and interested offerors should submit a proposal in accordance with RFP VA263-09-RA-0238. Offerors are to complete and submit their proposals (original and one copy required) not later than Thursday, March 11, 2010 at 4:30 p.m. CT. POC: Michael Owen, Contracting Officer, E-mail: michael.owen@va.gov Facsimile or other electronic methods WILL NOT be acceptable for the purposes of submitting a proposal. If proposal is to be mailed or delivered by third party courier the address is: Department of Veterans Affairs, Minneapolis Contracting and Purchasing Office, 708 South Third Street, Suite 200E, Minneapolis, MN 55415 ATTN: M. Owen. If proposal is to be hand delivered the delivery address is the same as above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA-263-09-RA-0251/listing.html)
 
Place of Performance
Address: ONE VETERANS DRIVE;MINNEAPOLIS, MN
Zip Code: 55417
 
Record
SN02062661-W 20100212/100210234931-265f4dca0ef881c6a34ea5dd3305709f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.