DOCUMENT
J -- CCTV MAINTENANCE CONTRACT - Attachment
- Notice Date
- 3/30/2015
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25115Q0252
- Response Due
- 4/10/2015
- Archive Date
- 6/9/2015
- Point of Contact
- Chris Hinson
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THE DUE DATE FOR REQUEST FOR QUOTES FOR VA251-15-Q-0252 IS HEREBY EXTENDED TO FRIDAY, APRIL 10, 2015 AT 2 PM. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation VA251-15-Q-0252 is issued as a Request for Quotes (RFQ). No questions will be accepted via the telephone, questions must be submitted in writing via email to Ms. Hinson. Only written, faxed or emailed RFQ's submitted from the vendor are acceptable. If submitting by FAX, you may send your RFQ to 734-845-3268, ATTN: Chris Hinson, email, Chris.Hinson@va.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80. The North American Industry Classification System (NAICS) number is 561621 and the business size standard is 500 employees. Requestors shall state their business size on their proposal. The proposed contract listed herein is Set-Aside 100% for Small Disadvantaged Veteran Owned Business (SDVOSB). All responsible sources may submit a proposal, which shall be considered by the contracting officer. Base Year (April 1, 2015 thru September 30, 2015) 2 quarters; Unit Price $__________; Total Base Year Cost $________________. Option Year I (October 1, 2015 thru September 30, 2016) 4 quarters; Unit Price $__________; Total Option Year I Cost $________________. Option Year II (October 1, 2016 thru September 30, 2017) 4 quarters; Unit Price $__________; Total Option Year II Cost $________________. Option Year III (October 1, 2017 thru September 30, 2018) 4 quarters; Unit Price $__________; Total Option Year III Cost $________________. Option Year IV (October 1, 2018 thru September 30, 2019) 4 quarters; Unit Price $__________; Total Option Year IV Cost $________________. AGGREGATE CONTRACT TOTAL BASE AND ALL OPTION YEARS $_______________________ The Contractor shall furnish all labor, supervision, tools, material, equipment, transportation, and management necessary to provide preventive maintenance, repairs and modifications for the existing CCTV System at the VA Medical Center (VAMC), located at 4646 John R, Detroit Michigan. The contractor shall maintain qualified personnel, supervision, and equipment to accomplish work on schedule, and to the satisfaction of the Contracting Officer, as specified under this contract. Employees and supervisors shall be capable and experienced in performing maintenance and repairs of the security system as specified in the contract. Technician shall be certified, trained and experienced with the Vicon Industries ViconNet CCTV system and its components. Provide evidence of all prior experience and training, as well as documentation of the qualifications of personnel. The listing of prior experience shall include the names, addresses, telephone numbers and point of contacts of previous maintenance contracts for verification by the Contracting Officer. This information shall be provided with contract solicitation offer. The major components of the Vicon Closed Circuit Television System at VAMC Detroit include: approximately 260 CCTV cameras (218 analog and 38 IP cameras); 14 Digital Video Recorders; One (1) Network Video Recorder; 11 ViconNet Viewing Stations; IFS & Comnet digital transmitters and receivers; wiring, cabling, mounting equipment, etc. The video system components are located throughout the Detroit VAMC campus in Building's 100 (Medical Center), 101 (South Parking Structure), 102 (North Parking Structures), and 103 (Energy Center), as well as, the VA CBOC in Pontiac, Michigan. A log of all events, trouble calls and alarms are kept at the Police Command Center in Building 100. The contractor shall perform periodic maintenance, repairs and modifications during normal working days/hours, which are Monday through Friday between the hours of 7:00 am and 4:00 pm, except on Federal Holidays listed below. Approval to perform periodic maintenance and repairs after normal working days/hours shall be approved by the Contracting Officer Representative (COR). The ten Federal Holidays observed by the Government are: New Year's Day, Martin Luther King Jr.'s Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and any other day proclaimed by the President of the United States as a Federal Holiday. In order to adequately complete the contract requirements, contractor shall be on site at the VAMC for a total of five (5) days or 40 hours per quarter and a total of twenty days (160 hours) per year. Contractor shall also provide an additional 16 hours of telephonic support per year of this contract. All scheduled site visit shall be coordinated/approved by the COR. All periodic inspections, tests and maintenance shall be performed in accordance with the manufacturer (Vicon Industries Inc.) recommendations including a quarterly inspection including: All CCTV cameras and housing for loose cable connections, damage or frayed cables, missing hardware and visible damage to the housing assembly; clean housing assembly as necessary; Clean camera lens, adjust field of view, orientation, and focus as necessary; Repair faulty cameras, fiber transmitters/receivers, DVR, NVR, cabling or other system components to keep systems working fully. Contractor shall work off repair list provided by COR; Install any Government Furnished Equipment purchased for CCTV system. Relocate existing CCTV System equipment as requested by the VAMC; Provide any operator, systems administrator or maintenance training requested by the VAMC; and, Install any manufacturer provided software and firmware updates. The contractor shall maintain management and maintenance records. All records and copies of reports shall be turned over to the COR within seven (7) working days of completion of visit. This shall be done by email. All security requirements must be met. No later than three (3) days prior to the start of this contract, the contractor shall furnish the COR with a list of employees who shall work on-site under this contract. The COR will furnish VA Visitor/Contractor ID Badges for each employee working under the contract and badges shall be worn at all times while on VA property. The contractor shall report lost ID badges within one working day of the loss to the VA Police Office. At the conclusion of this contract or termination of any employees work contract, the contractor shall return the ID badges to the VA Police Office. Each employee working on VA property shall complete VA Privacy Training annually and provide certificates upon completion to the COR. The contract must comply with all Fire Prevention and Safety Regulations. The contractor shall, in the performance of this contract, comply with all VA Safety regulations, policies and procedures; as well as with recognized commercial safety practices and procedures. The contractor shall provide all necessary equipment, tools, and supplies to perform the work, and at no time shall the contractor be permitted to use government equipment. Contractor shall be allowed to store their equipment and tools on site between visits to avoid transporting items back to their office. VAMC will provide access of a man-lift to the contractor for the inspection and repair of pole mounted CCTV cameras in the parking structures. Delivery shall be FOB destination as described within this synopsis. Invoicing shall be quarterly. Provision 52.212-1 Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Item, applies to this acquisition. The Government will award a 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. To be technically acceptable the item shall meet the Government's specifications. Technical & Past Performance will be evaluated slightly higher than price. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the offer. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to 52.212-4, the following clauses are incorporated into 52.212-4: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.(End of Clause);and 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause); 52.224-1 PRIVACY ACT NOTIFICATION (APR 1984) The Contractor will be required to design, develop, or operate a system of records on individuals, to accomplish an agency function subject to the Privacy Act of 1974, Public Law 93-579, December 31, 1974 (5 U.S.C. 552a) and applicable agency regulations. Violation of the Act may involve the imposition of criminal penalties. (End of clause); 52.224-2 PRIVACY ACT (APR 1984) (a) The Contractor agrees to- (1) Comply with the Privacy Act of 1974 (the Act) and the agency rules and regulations issued under the Act in the design, development, or operation of any system of records on individuals to accomplish an agency function when the contract specifically identifies-(i) The systems of records; and (ii) The design, development, or operation work that the contractor is to perform; (2) Include the Privacy Act notification contained in this contract in every solicitation and resulting subcontract and in every subcontract awarded without a solicitation, when the work statement in the proposed subcontract requires the design, development, or operation of a system of records on individuals that is subject to the Act; and (3) Include this clause, including this subparagraph (3), in all subcontracts awarded under this contract which requires the design, development, or operation of such a system of records. (b) In the event of violations of the Act, a civil action may be brought against the agency involved when the violation concerns the design, development, or operation of a system of records on individuals to accomplish an agency function, and criminal penalties may be imposed upon the officers or employees of the agency when the violation concerns the operation of a system of records on individuals to accomplish an agency function. For purposes of the Act, when the contract is for the operation of a system of records on individuals to accomplish an agency function, the Contractor and any employee of the Contractor is considered to be an employee of the agency. (c) (1) "Operation of a system of records," as used in this clause, means performance of any of the activities associated with maintaining the system of records, including the collection, use, and dissemination of records. (2) "Record," as used in this clause, means any item, collection, or grouping of information about an individual that is maintained by an agency, including, but not limited to, education, financial transactions, medical history, and criminal or employment history and that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, such as a fingerprint or voiceprint or a photograph. (3) "System of records on individuals," as used in this clause, means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual.(End of Clause). LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.(End of Clause) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008). This contract incorporates one or more provisions or clauses by reference, with the same force and effect as if they were given in full text: 852.203-70 Commercial Advertising; 852.232-72 Electronic Submission of Payment; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition to include clauses: (b) 8, 22, 24, 25, 27, 28, 30, 33, 40, 50, 53; (c) 1 and 2. 52.222-41 Service Contract Act, Wage Determination for Wayne County (2005-2273) can be found at www.wdol.com. 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this acquisition. A completed copy of this provision shall be submitted with the offer. All offerors must be registered in the System for Award Management (SAM) to be considered for award. FAR 52.204-7, System for Award Management (July 2013) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the SAM database. (C) Lack of registration in the database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at www.fsd.gov. Offers are to be received via email to Ms. Chris Hinson at Chris.Hinson@va.gov or US Postal Service to Network 11 Contracting Office, Attn: Chris Hinson, PO Box 492, Ann Arbor, MI 48105 no later than 2:00 P.M. Eastern Standard Time on Monday, March 30, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25115Q0252/listing.html)
- Document(s)
- Attachment
- File Name: VA251-15-Q-0252 VA251-15-Q-0252_CSSA1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1949581&FileName=VA251-15-Q-0252-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1949581&FileName=VA251-15-Q-0252-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA251-15-Q-0252 VA251-15-Q-0252_CSSA1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1949581&FileName=VA251-15-Q-0252-001.docx)
- Place of Performance
- Address: John D. Dingell VA Medical Center;4646 John R. Street;Detroit, Michigan
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN03683617-W 20150401/150330235458-e714fa3d951eb13c2c2ca077a7ab1e96 (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 |