Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
DOCUMENT

63 -- Security Camera AMEND: Question/Answers - Attachment

Notice Date
2/24/2011
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Nicole Lindstrom;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RQ0175
 
Response Due
3/14/2011
 
Archive Date
4/13/2011
 
Point of Contact
Nicole Lindtrom
 
E-Mail Address
.lindstrom@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION DOCUMENT THAT WILL BE PUBLISHED; A WRITTEN SOLICITATION WILL NOT BE ISSUED. IN RESPONSE OFFERORS MUST REFER TO RFQ VA263-11-RQ-0175. FAR 6.302/VAAR 810.005 authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by Brand Name Only equipment as listed below. This is a notice of intent for a Brand Name Only acquisition. The Government will consider all proposals received. (ii) The solicitation number is VA263-11-RQ-0175 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document for those in effect through Federal Acquisition Circular 2005-49 January 24, 2011 provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations Supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a Brand Name Only. The North American Industry Classification System (NAICS) Code is 561621, and the size standard is $12.5 Million Dollars. (v) This requirement consists of fourteen (14) line items: CLIN (1) Provide and install 14 IP surveillance cameras. Six (6) shall be capable of mega pixel resolution at 30 fps and Eight (8) shall be standard resolution cameras to match existing VA owned Lenel IP cameras. CLIN (2) New cameras shall be programmed for recording on existing VA owned Lenel VMS recorders. CLIN (3) Provide Cat5e cabling to the 1T-102 and 1T-104 network closets. CLIN (4) All cabling shall be run in cable tray located in interstitial space or above false ceiling where required. CLIN (5) Provide all patch cables and cable jacks to complete the installation. CLIN (6) Provide all labor, material, and programming to complete installation. CLIN (7) Upgrade existing VA owned Lenel software system. CLIN (8) Provide (1) High Definition monitor CLIN (9) Provide one (1) year warranty on all materials and/or workmanship. CLIN (10) Provide service within eight (8) working hours of notification of minor failure and within four (4) working hours of a major failure. CLIN (11) Provide expedited or non-business hour coverage beyond that included as described herein, at the prevailing time and material rates. Potential offeror MUST be able to provide service at the Minneapolis VA Health Care System within 4 hours of initial request for service. CLIN (12) Any applicable support, service, or training. CLIN (13) Training Manuals CLIN (14) Service and/or support manuals/documentation (vi) Suggested item(s) is open market. (vii) Delivery/installation FOB Destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 (viii) 52.212-1 Instructions to Offerors: commercial items, apply to this solicitation with the following addenda: FAR 52.216-1 Type of Contract, VAAR 852.233-70 Protest Content; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; 52.225-18 Place of Manufacture; 52.252-1 (ix) 52.212-2 Evaluation: commercial items: FAR provision 52.212-2 does not apply to this solicitation. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The offeror shall specify the make and model of offered Cameras/equipment and provide technical specifications and product literature with offer. (x) 52.212-3 Offeror Representations and Certifications - commercial items - Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - commercial items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Service Data Manual; VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - commercial items; The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3, 52.222-19,52.222-21,52.222-26,52.222-35,52.222-36,52.232-34,852.203-70, 852.211-70, 852.211-73,852.215-70,852.215-71,852.246-70,852.246-71; 852.273-76 (xiii) 52.211-6, 52.225-18,52.252-1,852.211-72,852.233-70,852.273-74; Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. (xiv) The Defense Priorities and Allocations Systems (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE MONDAY, March 14 by 2:00pm central standard time (CST). Electronic offers will be accepted; submit quotation to - Nicole Lindstrom, Minneapolis Contracting and Purchasing Office, 708 S Third Street, Ste 200E, Minneapolis, MN 55415, FAX 612-333-3667 or email Nicole.lindstrom@va.gov. (xvi) Point of Contact for this solicitation is Nicole Lindstrom, 612-344-2171 or email Nicole.lindstrom@va.gov. Inquires will NOT be accepted. Questions and Answers: Is there a requirement of NICET? We are not requiring NICET Certification. But NICET 3 Qualifications are needed and expected for this project. What Type of cameras, interior, exterior, dome, what type of mounts, what megapixel range, where will they be located? Do they need Lenel cameras? There is work that will be done inside the pharmacy vault that is not a typical room, it is cement and may require drilling and conduit installation. All wiring for this project is no longer than 300 feet from the camera to the data closet. All wiring will be installed and ran in our tray system between floors or conduit when needed. There will not be loose dangling wires. We are not interested in doing walk thru's with potential vendors at this time. AXIS P33 Network Cameras 3 megapixel, fixed dome, indoor/outdoor. Lenel ICT 220 DN Plus, MPEG-4, minidome Are we to assume that there is adequate storage on the existing system? Do we need to provide pricing for 14 additional channel licenses? We will not need additional storage in the mainframe. What version of software is currently being used? We are presently using Onguard 6.1.222 with Hotfix 2.0 software. What size is the HD monitor, where will it be located? Does it need to be rack mounted? We will not need additional storage in the mainframe. The monitor is to be located on furniture and will need a stand included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RQ0175/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RQ-0175 0003 VA-263-11-RQ-0175 0003.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=178299&FileName=VA-263-11-RQ-0175-0003000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=178299&FileName=VA-263-11-RQ-0175-0003000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Health Care System;One Veterans Drive;Minneapolis MN
Zip Code: 55417
 
Record
SN02387389-W 20110226/110224234907-64775dc213a2661b6ae5123d2b2ba1b2 (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.