Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2015 FBO #4937
DOCUMENT

58 -- Complete Physical Access Control System (PACS) installation across Gainesville VAMC - Attachment

Notice Date
5/29/2015
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8;Commerce Building;300 E. University Ave. Ste. 170;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24815Q1338
 
Response Due
6/12/2015
 
Archive Date
8/11/2015
 
Point of Contact
Kim Plummer
 
E-Mail Address
Contract Specialist
(kim.plummer@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Introduction This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-80 January 29, 2015. This RFQ is Restricted to Service Disabled Veteran Owned Small Business (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $20.5M. The purpose of this RFQ is to identify qualified contractors who are able to meet the Department of Veterans Affairs (VA) requirements, determine if commercial items are available or, could be modified to meet VA's requirements, understand commercial pricing practices and other market information readily available. Background The Malcom Randall VA Medical Center, Gainesville FL is looking to improve the physical security with the addition of IP cameras throughout the facility. Contractor is to install a turnkey IP cameras base surveillance system to existing Lenel security system. All work will be in accordance with the Statement of Work below: NOTE: Site Visit will be conducted on Friday at 10:00 AM EST, June 5, 2015. Interested contractors shall meet in the main lobby of Engineering Service - Engineering Conference Room, located in the basement of the Malcom Randall VA Medical Center, 1601 SW Archer Rd, Gainesville, FL 32608 Attendance at the Site Visit is highly encouraged and expected prior to submission of a quote for this project. Please contact Kim Plummer by e-mail at kim.plummer@va.gov to sign-up for the Site Visit no later than Noon, on Thursday June 4, 2015. All questions regarding this RFQ must be in writing and may be sent by e?mail to kim.plummer@va.gov Questions must be received no later than June 10, 2015 at 4:00 PM. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Bay Pines VA Health Care System employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contract Specialist. SCOPE OF WORK PART I - GENERAL 1.1SCOPE Work covered under this contract consists of furnishing all labor, materials, tools, equipment, supervision and necessary transportation to improve the physical security on the Malcom Randall VA Medical Center through additional IP cameras. A. COMPLETION TIME: 365 calendar days after receipt of notice to precede letter. 1.2 STATEMENT OF BID ITEMS A. Contractor to furnish all labor, materials, tools, equipment, supervision and necessary transportation to install a turnkey IP cameras base surveillance system to existing Lenel security system to address physical security vulnerabilities identified during Vulnerability Assessment Survey dated October 2011, per the Mission Critical Design Manual, to improve the physical security at Gainesville VA Medical Center. B.New IP Camera Additions include, but is not limited to the following locations: "Building 1, including E-Wing, ACA, Main Hospital and the Bed Tower "Community Living Center, Building 12 "Building 25, Building 14 "Office Trailers (T1-A, T1-B, T2, T3, T4, T5, T6, T7) "Parking Garage "A total of 101 interior 1.3 MP IP cameras "A total of 34 5MP exterior IP cameras "A total of 36 3MP exterior IP cameras C. Special notes: "The vendor "must" be a Lenel VAR (Verified Authorized Reseller). "The vendor "must" have at least one Master Level Certified technician within a 90 mile radius of the Malcom Randall VAMC. "The vendor "must" have at least 6 Silver Certified Level technicians within a 90 mile radius of the Malcom Randall VAMC. "5 year parts only service contract with option to renew. "All wires within the control panels are marked - listing the applicable device and programming sequence. "Cat-6 wires must be enclosed in ¾ inch conduit where exposed outside of the Telecommunications Closets. "All IP cameras installed must record at least one month at 15 frames per second. "All Lenel License fees are to be included. 1.3SPECIAL REQUIREMENTS "VA Police will issue identification badges to contractors, employees and sub-contractors which must be worn at all times when on VA property. "Contractor shall keep the area cleaned daily and haul away all construction debris. All materials and construction debris must be in a covered cart when entering and exiting the building. 1.4 QUALIFICATIONS/CERTIFICATIONS A. The contractor shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. The vendor "must" be a Lenel Elite VAR (Verified Authorized Reseller) with Master Level Certified technicians within 90 miles radius of Malcom Randall VAMC. "The contractor shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. All employees of General Contractor or Subcontractors shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training records of all such employees for approval before the start of as determined by VA CP with input from the ICRA team. "The field superintendent for the entire project and one employee of every subcontractor shall have the 30 hour OSHA certified construction safety course and/or other relevant competency training as determined by the VACP with input from the ICRA team. "Submit training records of all such employees for approval before the start of work. "The contractor shall designate a "competent person" in accordance with 29 CFR 1926.32(f) which states, "One who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to employees and who has authorization to take prompt corrective measures to eliminate them." The contractor shall instruct each of his employees in the recognition and avoidance of unsafe conditions and the regulations applicable to his work environment to control or eliminate any hazards or other exposure to illness or injury. Additionally, the contractor shall comply with the following requirements: "Develop a plan detailing project specific fire-safety measures. "Maintain site and building access free and unobstructed to facility emergency services. "Separate temporary facilities from existing buildings and new construction by appropriate distances. "All temporary construction partitions must meet fire-safety requirements. "Temporary heating and electrical installations must comply with OSHA 1926, NFPA 241 and NFPA 70. "Means of egress shall not be blocked. "Egress routes for construction workers must be maintained free and unobstructed. "Contractor furnished fire extinguishers must be provided and maintained in construction areas and in temporary storage areas. "Flammable and combustible liquids must be stored, disposed and used in accordance with OSHA 1926, NFPA 241 and NFPA 30. "Existing fire protection must not be impaired. Provide fire watch for impairments more than 4 hours in a 24 hour period. "Prevent accidental smoke detector operation. "Perform Hot Work in accordance with NFPA 241 and NFPA 51B. "Conduct weekly fire hazard prevention and safety inspections and report finding and corrective actions. "Prohibit smoking in and adjacent to construction areas. "Dispose of waste and debris from buildings DAILY. 1.5EQUIPMENT "All equipment, tools, etc., shall be properly maintained while on the project and shall be adequate, in quality and capacity, for proper execution of the work. 1.6 SCHEDULING AND HOURS OF WORK "All work in areas involved shall be scheduled with the VA Engineering Service representative. "Work shall be scheduled for proper execution to completion of this contract. "The contractor will perform this work during normal business hours; however, some work areas access will be after hours and /or during the weekends. "The 10 holidays observed by the Federal Government, i.e., New Year's Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas or any other day specifically declared by the President of the United States to be a national holiday. 1.7 SITE VISITS "Job site shall be visited to verify all existing conditions and dimensions and the extent of work involved with the VA Engineering Service representative. Visits to the site may be made by appointment only, during regular business hours, with the VA Contracting Officer Representative (COR). 1.8 INSPECTIONS "All work shall be inspected during installation and at final completion by the VA technical representative. 1.9 SAFETY REGULATIONS "All applicable safety regulations shall be observed during all work of this contract. "The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract. "Provide the necessary barricades/signage where required. 1.10 SUBMITTALS "Submit OSHA training records of all employees for approval before the start of work (For other submittals information see the specifications.) 1.11 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by designation only. "National Fire Protection Association (NFPA): 70-02, 101-00, 8099 "Underwriters Laboratories, Inc (UL): 844-95, 924-95, 935-01, 1029-94, 1598-00, 555-02 "American National Standards Institute (ANSI): C78.1-91, C78.2-91, C78.3-91, C78.376-91 "American Society for Testing and Materials (ASTM): C11-02, C11-97, C36-01, C79-01, C79-97, C442-98, C475-01, C475-94, C840-01, C840-98, C954-00, C1002-98, C1047-99, E84-98, E497-99, B209-01, B209/B209M-00, F1066-99, F1344-00 PART II - PRODUCTS "Plenum Rated Cable "Power Supply with Enclosure, with in-line Surge Suppressor and UPS Backup. "Software License includes; System Administration; Alarm Monitoring; Map Designer and Login Drive. "Digital Video Servers "Camera Day/Night Fixed Dome, Interior/Exterior, 6MM -12MM Zoom. "Field Wireless Antennae, Wireless Transmitter 5Mbps Throughout 4.9-5.8 GHz / integrated 90 degrees sector antennas. "Security Screen: 42" Monitor Video Display DVI/HDMI out with Wall Mounts. "Miscellaneous Materials PART III - EXECUTION 3.1 GENERAL "After scheduling work (including phasing) with the VA/COR, provide the required signage and barricades as required to maintain safety and protection of work and around construction site. 3.2 SITE PREP "None required for this project. 3.3 DEMOLITION "See 1.2 above, Statement of Bid Items. 3.4 FINAL COMPLETION AND CLEAN-UP "Remove all debris, rubbish, and any excess material from the VA premises. 3.5 FINAL INSPECTION "Request final inspection from VA/COR. Please email submissions NO LATER THAN June 12, 2015 at 12:00 P.M. EST to kim.plummer@va.gov. Please include "PACS Installation-VAMC Gainesville" in the subject line of your email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24815Q1338/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1338 VA248-15-Q-1338_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2074707&FileName=VA248-15-Q-1338-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2074707&FileName=VA248-15-Q-1338-000.docx

 
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: Malcom Randall VAMC;1601 SW Archer Rd;Gainesville, FL
Zip Code: 32608
 
Record
SN03747605-W 20150531/150529235659-d93d5563b7e3a5bb39554cd216ca9f76 (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.