Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2017 FBO #5586
DOCUMENT

J -- POLICE ACCESS CONTROL M&R VAMC SALISBURY, NC - Attachment

Notice Date
3/8/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24617Q0621
 
Response Due
3/17/2017
 
Archive Date
4/16/2017
 
Point of Contact
Darla J Hurlock
 
E-Mail Address
8-3120<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center (VAMC) at Salisbury, North Carolina, has a need for Maintenance, Preventive Maintenance, and Repair Services for the Police Access Control System at the Medical Center. The system is Lenel ® brand and shall require Contractor services with no less than the Lenel ® Gold Certification level of care. The NAICS code for this requirement is 811219; size standard is $20.5m. This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Department of Veterans Affairs is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to quote should the requirement go to solicitation. Sources for the following Lenel ® Police Access Control Maintenance and Repair Services are being sought. The following is a draft Statement of Work and may be subject to change should the requirement go to solicitation: DRAFT Salisbury VA Medical Center Access Control Maintenance Statement of Work GENERAL REQUIREMENTS: VA Medical Center at Salisbury, North Carolina requires Maintenance, Preventive Maintenance, and Repair Services of a Lenel ® Certified Technician for maintaining operation of all access control systems at the Medical Center (VAMC) and associated Community-Based Outpatient Center (CBOC). PLACE OF PERFORMANCE: Salisbury VAMC, 1601 Brenner Avenue, Salisbury, NC 28144; and Charlotte CBOC, 8601 University East Drive, Charlotte, NC 28213 SPECIFIC REQUIREMENTS: Planned services are to be performed during normal business hours (8:00 a.m. 5:00 p.m. Monday thru Friday) with the exception of emergency service calls. Emergency service calls will be performed on an as needed basis with a guarantee of a three hour response time. Contractor shall provide service by a Lenel ® certified technician who shall serve as the primary focal point for all access control needs and shall provide guidance on all service related issues and requirements as it pertains to the access control systems. Certification on Lenel ® systems shall be at a minimum of Gold Level Certification. Contractor shall have a clear understanding on how to install VA directed equipment, while trouble shooting technical issues. Contractor shall assist VA employees and others with any questions or concerns relating to access control. At any time, should the Lenel system malfunction or the access control equipment have defects; Contractor shall serve as a liaison between the VA Physical Security Specialist and the manufacturer to resolve the issue. Contractor shall be responsible for assessing the exact cause of the issue by troubleshooting the system to verify/confirm if the issue has been created by the following: Network issue/failure Lenel ® software issue/failure Lenel ® controller issue/failure Power supply issue/failure Backup battery issue/failure Card reader issue/failure Door contact issue/failure REX issue/failure Electronic Lock issue/failure Cabling issue/failure Once it has been determined what part/parts of the system is creating the issue, Contractor shall repair the issue/issues and verify the system is working correctly. SECURITY: The C&A requirements do not apply. A Security Accreditation Package is not required. TECHNICAL REQUIREMENTS: Contractor providing customer service and support shall be minimally fully certified at the Lenel ® Gold standard level; evidence of this certification shall be presented upon request by the Contracting Officer (CO) or Contracting Officer s Representative (COR). Contractor shall have extensive knowledge of the Lenel ® On-Guard ® system and shall effectively trouble shoot technical issues. Contractor shall effectively work will Lenel ® customer support to mitigate all technical issues which may arise. Contractor shall provide As-Built drawings throughout the duration of contract for any new Lenel ® additions made to VA structures. Contractor shall ensure compliance with all local low voltage codes and shall be registered with the North Carolina Private Protective Services. Contractor will ensure that all technicians are certified on OSHA 10 requirements as directed by VA. Contractor shall provide eighty (80), 8-hour service calls per annum by a certified Lenel ® technician (certified minimally at the Gold Level). Contractor shall be responsible for assessing the exact cause of the issue by troubleshooting the system to verify/confirm if the issue has been created by any of the following: Network issue/failure Lenel ® software issue/failure Lenel ® controller issue/failure Power supply issue/failure Backup battery issue/failure Card reader issue/failure Door contact issue/failure REX issue/failure Electronic Lock issue/failure Unlimited Service Portal Support Unlimited Email Support Unlimited Telephone Support EQUIPMENT LIST: Contractor shall be responsible for replacing defective equipment as needed to keep Lenel ® system functioning as designed by the OEM requirements. The following equipment will be provided under this service contract: Lenel ® Annual Software Support Lenel ® Server Lenel ® Workstations Lenel ® Reader Licenses Lenel ® 3300 System Controllers Lenel ® 1300 Single Reader Module Lenel ® 1320 Dual Reader Modules Lenel ® 1100 Input Modules Lenel ® 1200 Output Modules Lenel ® Enclosures 12/24VDC Power Supplies 12VDC Batteries HID Proximity Readers Door Position Sensors with Magnets Request to Exit Motion Detectors Request to Exit Buttons Emergency Release Buttons Security Surveillance Cameras Incorporated with Lenel System HID Key Fobs Electrified Mortise Locking Systems TB & OSHA REQUIREMENTS: Contractor shall comply with the Federal/California OSHA Blood borne Pathogens Standard. The Contractor shall: Have methods by which all employees are educated as to risks associated with blood borne pathogens. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. SPECIAL CONTRACT REQUIREMENTS: KEY PERSONNEL Key personnel will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval at least thirty (30) business days in advance. Contractor will have no less than four (4) delegated service specialists assigned to the VA Medical Center. WORK HOURS The services covered by this contract shall be furnished by the contractor as defined herein.   The contractor shall not be required, except in case of emergency, to furnish such services on a Federal Holiday or during off duty hours as described below. The following terms have the following meanings:  (1)   Normal working hours:  Monday through Friday, 8:00 a.m. 5:00 p.m., excluding federal holidays. (2) Federal Holidays:   The 10 holidays observed by the Federal Government are: New Year s Day Martin Luther King s Day President s Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Christmas  Any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. CONTRACT ADMINISTRATION Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The CO is the only person authorized to approve changes or modify any of the requirements of this contract. Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the CO is authorized to make commitments or issue changes that shall affect price, quantity or quality of performance of this contract. The COR shall be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. POINTS OF CONTACT: Contracting Officer - TBD Network Contracting Office 6 100 Emancipation Drive, Building 27 Hampton, Virginia 23667 Contracting Officer s Representative (COR) David Taylor Department of Veterans Affairs Captain, Physical Security Specialist, Police Service 1601 Brenner Ave Salisbury NC 28144 (END OF DRAFT SOW) This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought Notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com), capability statement, and the geographical location the respondent is able to service. (1) Business size (small or large business concern), and number of employees; (2) Type of small business a. Service Disabled Veteran Owned Small Business b. Veteran Owned Small Business c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business Responses to this notice should be emailed to the Contracting Officer at e-mail address: darla.hurlock@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 8:00AM EDT, March 17, 2017. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government shall be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0621/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-17-Q-0621 VA246-17-Q-0621.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3323036&FileName=VA246-17-Q-0621-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3323036&FileName=VA246-17-Q-0621-000.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 MEDICAL CENTER;1601 BRENNER AVENUE;SALISBURY, NC
Zip Code: 28144
 
Record
SN04428458-W 20170310/170308235010-de6d093ab2314300c2242c43378f4e7b (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.