Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
DOCUMENT

63 -- Service Contract Upgrade Hirsch Systems - Attachment

Notice Date
9/14/2015
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26215Q1340
 
Archive Date
9/15/2015
 
Point of Contact
Michael L. Jensen
 
E-Mail Address
l.jensen5@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK 1.Description of Services. Provide all labor, materials and equipment to upgrade current Hirsch Velocity 3.1 system to the 3.5 system version, or brand name equal, for the domiciliary facilities at the VA Greater Los Angeles Healthcare System (VAGLAHS). The upgrade to the current system shall integrate with the existing system so that all warranties remain unaffected. This contract will be a Small Business Set-Aside. The Offeror must be a Hirsch GSA Participating Dealer. 2.Background. The VAGLAHS is experiencing problems with the current Hirsch Velocity 3.1 system as it cannot meet the operational needs required by the VA Police Service. The current 3.1 system version is at full capacity, causing the domiciliary facility to operate on stand alone, non-networked security systems that are not monitored by the VA Police Service. The system upgrade to version 3.5 is necessary to provide the VA Police Service the capability to monitor patient safety. 3.Scope of Work. The Offeror shall furnish all labor, materials and supplies required for a complete Hirsch Velocity System 3.1 upgrade. The upgrade will include the migration of the current database to a new virtual server and the upgrade of, up to 2, Velocity workstations. The installation of the additional system shall be coordinated with the VAGLAHS Engineering Service and the tenant improvement construction schedule. 4.Specific Tasks. - Offeror Shall provide the following: 4.1Network services Verification (windows, active-directory, DNS and NTP). 4.2Configure Server System (Hardware, OS, SQL, Velocity). 4.3Review Windows configuration and attempt to resolve errors and recommend or implement changes. 4.4Verify functionality of DIGI*TRAC controllers and that all are updated to appropriate firmware version. 4.5Review and address or document system issues to ensure best possible performance. 4.6Deploy Velocity 3.5 SP2 within the new server system. 4.7Review logical configuration of Hirsch Electronics Software and attempt to resolve error and recommend or implement changes. 4.8Test Server Functionality. 4.9Test Domain Controllers. 4.10Upgrade existing Velocity databases to 3.5 SP2. 4.11Upgrade Velocity Clients to 3.5 SP2. 4.12Work with the customer to apply and information assurance control that are specific to their requirements. 5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The VAGLAHS will not provide any GFE. 6. Other Pertinent Information or Special Considerations. All persons involved from the contractor shall have extensive knowledge of the Hirsch Velocity System and recommended installation/upgrade procedures. All equipment must be maintained within manufacturer's specification, including calibration settings, complete set up and full functionality. a. Identification of Possible Follow-on Work. No follow on work is expected at this time upon completion of this awarded contract. b. Identification of Potential Conflicts of Interest (COI). All Offerors shall inform the VAGLAHS of any COI that may exist where the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor or (2) impair the contractor's objectivity in performing the contract work. c. Identification of Non-Disclosure Requirements. No sensitive or proprietary information is needed or supplied for this project. d. Packaging, Packing and Shipping Instructions. Shipping - The contractor shall provide the required shipping materials (box and packing materials) to ensure the sensitive equipment is securely packed. These shipping material costs shall be include in the overall shipping quote provided to the Government. e. Inspection and Acceptance Criteria. This project will be closely monitored by the VAGLAHS Security Specialist, Special Operations Captain, Office of Fire and Safety, and Information Resources Management (IRM) from the project start date until the system upgrade is complete and fully operational. A final inspection of the project will be conducted to ensure that the equipment installed meets the Veterans Affairs Policy on Rules and Regulations under the Standard Operating Procedure 160-10-01. 7. Risk Control The VAGLAHS is an active hospital and therefore will require consideration to those areas with patients and staff. While the Offeror will not have access to any patient records while installing the additional server, the Offeror will be able to see activity which is going on within the domiciliary area due to the need to install video camera systems in the facility. The video cameras are for the safety of the patients and employees who work and live on this facility. Offerors will meet with the VA Police Department Contracting Officer Representative, IRM and with the Security Specialist to assess the systems for any areas of vulnerabilities, discrepancies and weaknesses within the system, prior to the start of any work. 8. Period of Performance The proposed Velocity System upgrade shall be fully operational within 90 days of effective/award date of this delivery order. 9.Place of Performance VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 10. Work Hours Contractor shall coordinate and schedule work hours with the Engineering Service prior to start of work. Normal Hours: Monday-Friday between the hours of 7:30 a.m. and 4:00 p.m., -excluding Federal holidays- New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, July 4th, Labor Day, Columbus Day, Veteran's Day, Thanksgiving, and Christmas. New Year's DayJanuary 1st Martin Luther King's BirthdayThird Monday in January President's DayThird Monday in January Memorial DayLast Monday in May Independence DayJuly 4th Labor DayFirst Monday in September Columbus DaySecond Monday in October Veteran's DayNovember 11th Thanksgiving DayFourth Thursday in November Christmas DayDecember 25th When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. 11.Badges All Contractor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. 12. Security The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. IAW VA 0710 Handbook, appointees and contract personnel appointed to Low/Moderate/High Risk positions must be subjects of a background investigation conducted by OPM and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor's personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor's personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost for such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basis of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: LEVEL OF SENSITIVITYBACKGROUND INVESTIGATION LEVELAPPROXIMATE COST SACSpecial Agency Check $32.00 Low RiskNational Agency Check with Written Inquiries$279.00 Moderate RiskModerate Background Investigation$989.00 High RiskBackground Investigation$4,225.00 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of the Contractor's personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for contract personnel assigned to Low Risk/Nonsensitive positions for 180 days or less under a single contract or series of contracts. However, a Security Access Clearance (SAC) background screening will be required for appropriate preliminary checks IAW VA Directive 0710
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26215Q1340/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-15-Q-1340 VA262-15-Q-1340.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2315571&FileName=VA262-15-Q-1340-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2315571&FileName=VA262-15-Q-1340-000.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: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd.;Los Angeles, CA
Zip Code: 90073
 
Record
SN03884454-W 20150916/150914235329-ebb02a2b75b600a7bd133107a1190c44 (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.