Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

59 -- Keyless Card-Entry System - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25617N0697
 
Archive Date
7/7/2017
 
Point of Contact
Winston P. Graber Jr.
 
E-Mail Address
6-8466<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Special Notice This is a Sources Sought notice to award a firm fixed contract in accordance with FAR 6.203. The Department of Veterans Affairs Michael E. DeBakey Medical Center at 2002 Holcombe BLVD. Houston, TX. 77030 has a requirement for specific equipment: Keyless Card Access System. This notice is published to conduct market research to determine if there are available distributors of the KEYLESS CARD ACCESS SYSTEM brand name or equal products/services. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance; (3) any other pertinent company documentation. This is not a request for proposal any notice received must show clear and compelling evidence that competition would be advantageous to the Government please see statement of work attached. A determination to compete this proposed action is solely within the discretion of the Government. All submission should be sent to Winston.graber@va.gov or in GSA eBuy no later than May 12, 2017. STATEMENT OF WORK Keyless Card-Entry System to secure internal access points at the Charlie Wilson Outpatient Clinic and the Beaumont Outpatient Clinics 1. BACKGROUND: This Statement of Work is required for the Michael E. DeBakey VA Medical Center (MEDVAMC) - Associate Chief of Staff - Ambulatory Care Service located at 2002 Holcombe Boulevard, Houston TX 77030, to ensure compliance with physical security regulations at the following VA outpatient clinics: Charlie Wilson Outpatient Clinic (CWOPC) located at 2206 N. John Redditt Dr., Lufkin, TX 75904 Beaumont Outpatient Clinic (BOPC) located at 3420 Veterans Circle, Beaumont, TX 77707 Tomball VA Outpatient Clinic (TOPC) located at 1200 W Main St, Tomball, TX 77375 Katy VA Outpatient Clinic (KOPC) located at 750 Westgreen Blvd, Katy, TX 77450 Richmond VA Outpatient Clinic (ROPC) located at 22001 Southwest Fwy Suite 200, Richmond, TX 77469 Lake Jackson VA Outpatient Clinic (LJOPC) located at 208 Oak Dr. S, Lake Jackson, TX 77566 Texas City VA Outpatient Clinic (TCOPC) located at 9300 Emmett F Lowry Expy #206, Texas City, TX 77591 Galveston VA Outpatient Clinic (GOPC) located at 3828 Ave N, Galveston, TX 77550 These MEDVAMC remote clinics have specific areas that require a keyless card-access system with the capacity of an auditable trail of individuals that gain access to the rooms. Moreover, Federal Agencies have specific security requirements as described in the June 30, 2006, Federal Office of Management and Budget (OMB) memorandum M-06-18 to ensure Federal Information Processing Standard (FIPS) compliance with acquisition of products and services for implementation of the Department of Homeland (DHS) Security Presidential Directive-12 (HSPD-12) Policy for a Common Identification Standard for Federal Employees and Contractors with HSPD-12. 2. OBJECTIVES: The purpose of this project is to replace the existing locking system and install a new keyless card-access system to the Pharmacy access doors, the Police armory doors, and the Information Technology Closets at both CWOPC and BOPC that will meet the FIPS/PIV requirements as outlined out by the DHS FIPS (Approved Products List). 3. SCOPE OF WORK: The intent of this project is to provide the Government/ CBOC clinics with a keyless card-access system to designated areas, meeting all the requirements for intended use, installed to the highest of standards and the requirements of the contract documents. A fully complete and useable system is defined as one that meets the aesthetic, technical, and functional properties required by the Statement of Work (SOW) and Project Description and Requirements. All services and supplies shall meet or exceed what is required by this Statement of Work, and executed in a professional manner resulting in a finished product of highest quality. The contractor shall provide all materials, equipment, and other products used in the installation, shall be new or approved recyclable materials from an approved source. All new work shall be maintained in a clean condition, and shall be true to line and grade and in accordance shall comply with stated installation requirements. The work shall be properly secured, consistent in quality, fit and installation, repair and servicing. The contractor shall provide all labor, equipment, materials, testing, transportation, and any other materials or services necessary to provide and install the keyless card-access system. All components of the system be installed, tested, and viewable from the server and workstation clients. The FIPS /PIV approved software (Open Options) server shall be maintained at the MEDVAMC (2002 Holcombe Blvd, Houston, TX 77030) Police Department to allow for maintenance and monitoring by the MEDVAMC Police Department. The remote clinics FIPS / PIV Access Control Doors will report to the main server as described in the below detail. The FIPS / PIV server will house the software as described in the scope of work. All hardware and software are to be FIPS / PIV compliant as defined by the DHS FIPS APL List. All hardware and software must be Open Architecture and non-Proprietary in nature. The following information is listed on the FIPS APL Website as an approved product for DHS and meet the Open Architecture Requirement (and is NOT proprietary in nature). 3.1 PLACE OF PERFORMANCE: Installation of keyless access system: Charlie Wilson Outpatient Clinic (CWOPC) located at 2206 N. John Redditt Dr., Lufkin, TX 75904 Beaumont Outpatient Clinic (BOPC) located at 3420 Veterans Circle, Beaumont, TX 77707. Lake Jackson Outpatient Clinic located at 208 Oak Dr S, Lake Jackson, TX. Texas City Outpatient Clinic located at 9300 Emmett F Lowry Expressway Texas City Tx 77591. Katy Outpatient Clinic located at 750 Westgreen Blvd., Katy Texas 77450 Richmond Outpatient Clinic located at 22001 Southwest Fwy Suite 200Richmond, TX Tomball Outpatient Clinic located at 1200 Main Street, Tomball, Texas 77375. Galveston Outpatient Clinic located at Avenue N, Galveston Texas 77550 Installation of server: MEDVAMC, Police Service, 2002 Holcombe Blvd. Houston, TX 77030. 3.2 WORKING HOURS: Normal operating hours for the Community Based Outpatient Clinics are from 8:00 am to 4:30 pm. Monday thru Friday. The MEDVAMC maintains a 24-hour operation. The Contractor must arrange with the Contracting Officer s Technical Representative (COTR), contact information to be provided upon award of the contract, to schedule work and facility access outside these hours. All work should be accomplished during normal duty hours, Monday thru Friday, excluding federal holidays. The following are federal holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Requests for after-hours work must be submitted in writing to the COTR and CO. Coordinator two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation * Changes to the Statement of Work may only be made by a written modification which is formally executed by the contractor and the Contracting Officer. * Contract for installation shall be as indicated in the SOW (30 days from award date) and contract for service shall be for one base period and four option year periods: Base Year Period of Performance (1 April 2017 31 Mar 2018) Option Year One - Period of Performance (1 April 2018 31 Mar 2019) Option Year Two - Period of Performance (1 April 2019 31 Mar 2020) Option Year Three - Period of Performance (1 April 2020 31 Mar 2021) Option Year Four - Period of Performance (1 April 2021 31 Mar 2022) 4. REQUIREMENTS and PROJECT DESCRIPTION: The work required of the contractor shall be performed in accordance with this Statement of Work: a. General: 1. Contractor employees shall not be considered Government employees for any purpose under the contract 2. This is a turn-key installation and the contractor is responsible for performing all necessary efforts in the completion of this installation. The contractor shall identify by name a Provisioning Project Owner (PPO) who shall be the Point of Contact and responsible for overseeing the project. 3. The contractor shall be responsible for the installation of keyless card-access system hardware, to include but not limited to installing the server, workstations, hardware, switches, controllers, readers, keypads, management of the system, and preventative maintenance of the system. The contractor shall be in compliance with manufacturer s written instruction, applicable standards/specifications and in accordance with recognized industry practices. Contractor shall provide system test & inspection services for 100% of the existing and remaining security system every quarter. All preventive maintenance testing shall be performed in accordance with manufacturer s recommendations, and include a visual and functional test & inspection of all components that are part of this contract. 4. Contractor shall provide all labor, parts, materials, equipment, and supervision for the preventive and corrective maintenance services of access control components at the eight CBOCs identified in section 3.1PLACE OF PERFORMANCE as well as MEDVAMC. Contractor should be available to perform these tasks for the respective clinics for a minimum of 20 days per month and provide annual updates of the Contractors security system software and hardware components. Contractor shall provide MEDVAMC ACOS office with written documentation regarding the scheduled maintenance of equipment. Component Repair & Replacement Contractor pricing shall include the cost for repair and replacement parts. Contractor shall develop a battery replacement program to ensure all batteries in control cabinets, power supplies, network and infinity controllers, and uninterruptable power supplies are replaced annually. Response Time & Prioritization In order to account for the 24 hour nature of the MEDVAMC operation, this contract includes thirty (30) 4 hour non-scheduled emergency calls per year regardless of the day-of-week or time of- day. Contractor shall respond to all emergency calls within the allotted Emergency Call Back time period Emergency Call Back time period two (2) hours Emergency calls beyond the thirty (30) shall be billed a single time and material rate. The contractor shall test all access controlled doors throughout the CBOCs. This test shall be performed on a monthly basis. As part of this test a technician shall visit each reader, swipe a PIV card and verify the locking devices unlocks correctly. The contractor shall install a Bar Code at each reader. When the contractor gets to the reader, scan the bar code with a hand held inspection reader. This will ensure that each and every device has been visited. The contractor shall replace batteries in wireless access control readers at least monthly. The contractor shall produce a report both hard copy and electronic to show that 100% of the readers have been tested during the testing period. These reports shall be on file at the VA and available on the internet. Emergency calls to the contractor must be placed or authorized by a Contracting Officer s Representative (COR). The VA will not pay for services provided not authorized by a COR. Service Documentation & Logging Each and every system testing & service call shall be documented utilizing an inspection report and/or work order completed by the contractor. The contractor s job shall not be complete until the testing and or service call is formally documented and presented to the COR. An on-site security service log book shall also be provided and maintained by the contractor. The purpose of this log book is to allow VA security personnel to document system issues or problems in a centralized location. When the contractor arrives on-site, this shall be the first level of documentation the contractor shall review. Contractor shall submit and provide suitable marking of all documents or reports produced to the Contracting Officer or Contracting Officer Representative. Customer Call Support To quickly address customer technical questions or issues that may arise, the contractor shall provide the VA with on-line customer call support. During the hours of 8:00 AM to 5:00 PM, Monday through Friday, MEDVAMC can contact the local contractor s office, and be assured of prompt and courteous service. During hours other than those listed above, calls shall be handled directly by the contractor s answering service. Calls to the contractor must be placed or authorized by a Contracting Officer s Representative (COR). The VA will not pay for services provided not authorized by a COR. E. Training Contractor shall provide quarterly refresher training on the system as well as any security system components to the MEDVAMC Police staff. There shall be 16 hours off site technician level manufacture training to include travel and per-diem for a maximum of four VA Technicians to maintain and troubleshoot the system, as well as 12 hours of operator level training that will provide Police staff the training needed to operate the system. Refresher Training 12 total hours of training ON-SITE Training to include operation and first level troubleshooting of the following dispatch systems: A certificate of completion is required for all personnel that completed the refresher training. Technician level training 16 total hours of training, 40 hours per employee OFF-SITE VA technician training should include at a minimum: A certificate of completion is required for all personnel that completed the technician training. Police staff training 12 total hours of training ON-SITE (training shall be in 8 hour training Sessions throughout the year, not to exceed 12 total hours) Police staff training shall include at a minimum: Physical Access Control Systems. A certificate of completion is required for all personnel that completed the technician training. F. Performance Goals Review Offeror shall provide a synopsis of offeror's overall approach to quality control/quality improvement and provide information on proposed quality improvement plan. Upon execution of this agreement, and prior to commencement of services, contractor shall meet with local VA security personnel to establish specific written mutual goals for success. These goals shall ultimately become the measuring stick for success of the contract with MEDVAMC. Offeror shall provide a quality assurance surveillance plan (QASP) based on the specific written mutual goals. The QASP shall include the minimum information: Proposed scheduling Proposed testing plan Documentation procedures Battery replacement program 5. The contractor shall engineer, furnish, install and test newly installed equipment to industry and/or Original Equipment Manufacturer (OEM) specifications. The contractor shall locking systems as identified on the Performance Work Statement. All locks (25) to be replaced/ newly installed are property of the United States Government and will be turned over to the government for disposal. 6. The contractor will be completely responsible to provide a functioning operational system. The contractor shall provide all necessary equipment, materials and labor to install the system and make the system a fully operational surveillance system. In addition, the contractor will construct/provide all support infrastructures necessary to the successful installation and operation of this surveillance monitoring system. 7. The contractor shall be responsible for assembling all components and disposing of any packaging material once the work is complete. 8. For the purpose of this Performance Work Statement, general room/door locations will be provided. Exact location, height, direction and other special instructions will be recommended by the contractor during site survey in accordance with Physical Security Policy Requirements. 9. Installation Timeframe: The Contractor shall coordinate completion date and daily work hours with the designated POC not to exceed 30 days from contract award. Any technical questions regarding the installation of the system or its technical operation shall be directed through the designated POC or delegate. 10. Periodic inspections as directed by the contracting officer or representative of the keyless entry system such as: proper functioning electrical service components to include the installs and the wiring. 11. The equipment that is installed shall match similar existing work if applicable. Structural members shall not be cut or altered, except where noted on drawings and/or specifications, without authorization of the Contracting Officer. Work remaining in place that is damaged or defaced during this contract shall be restored to the condition existing at time of award of contract. 12. If the fire alarm system is deactivated, it must be reactivated the same day before the Contractor leaves the site to insure that the system is functioning properly. If not functioning, the Contractor shall restore the system to working order prior to leaving the site or shall provide an around-the-clock fire watch until the system is functioning properly. If the Contractor fails to do so, he/she shall be liable for any costs incurred by the government for providing the fire watch and/or repairing the system. 13. The Contractor is responsible for moving any furniture or equipment located in the building (except for equipment and/or paperwork that cannot be moved, in which case the Contractor shall provide adequate protection for such equipment before any preparation and painting). All moved items should be put back to their original locations as work is completed. 14. The Contractor shall coordinate work of different trades so that interference between mechanical, electrical, architectural, and structural work, including existing services, will be avoided and, within limits indicated, the maximum practical space for operation, repair, removal, and testing of equipment is provided. Keep pipes, ducts, conduit, and the like as close as possible to ceiling slab, walls, and columns to take up a minimum amount of space. Locate pipes, ducts, and equipment so they do not interfere with the intended use of eyebolts and other lifting devices. 15. When the work requires that the ground/slab/floor be disturbed, locate existing underground utilities in area of work. If utilities are to remain in place, provide adequate means of support and protection during earthwork operations. Any electrical, sprinkler, gas and other utility lines damaged during excavation due to carelessness or negligence of Contractor personnel shall be repaired or replaced at the Contractor s expense. 16. When required, the Contractor shall provide necessary barrier and direction signs so that pedestrian and vehicle traffic is routed around the area while work is in progress. 17. All personnel engaged in the contract activities specified herein must be licensed by the state, local authority, and/or the city local authority in those trades, crafts or professions that require licensing by such jurisdictions. The license must be of a grade or other level consistent with the requirement of the work being performed and/or as established by the above jurisdictions. 18. All walls, ceilings, floors, furniture, etc., will be protected from damage due to water, staining, or falling debris created during the coring/sawing process. The Contractor, at the Contractor s expense, to the original condition, will repair any damage. All areas will be cleaned after core drilling. 19. All outage requests must be submitted a minimum of 72 hours in advance. Work should be planned in advance to give as much time as possible to schedule an outage. No work is to be done until official approval of the request is given. There may be times when an outage request is denied because of insufficient lead-time or interference with ongoing activities and have to be rescheduled. 20. Any work performed by the Contractor at his/her own volition outside specified working hours will be at no additional expense to the Government. 21. No unauthorized work shall be initiated without the prior approval of the Contracting Officer or the COTR. The Contracting Officer shall approve any request, or proposal for changes in project scope and/or additional requirements, in writing prior to the Contractor proceeding with any related work. Any changes accomplished without prior written approval, will be done at the Contractor s expense. 22. Contractors should visit the job site and visit the building in order to determine if it s reasonable or necessary to ascertain the nature and location of the work to be performed in general, and the local conditions which can affect the work or the cost thereof. Failure to do so will not relieve the Contractor of his responsibility for estimating properly the difficulty or cost of successfully performing the work. 23. All measurements/locations are approximate and shall be verified by the Contractor. The Government will not be held responsible for any error or variation in any measurements or other data listed, nor will the Contractor, because of an error or variation in any measurement listed, be relieved of his responsibility to carry out the contract in accordance with the true intent and meaning of the specifications without additional cost to the Government. 24. The Contractor shall be responsible for complying with any applicable laws, codes, and regulations (federal, state and local) in connection with the prosecution of the work. Additionally, the Contractor is responsible for obtaining all permits, licenses, etc. that are required by local law or ordinance. 25. The Contractor shall haul all removed debris from the project site and dispose of it in a proper, acceptable manner off the job site property. The debris created from this project will not be disposed of at the job site, in Government dumpsters, or on Government property. 26. Disposal of all waste material shall be in accordance with all applicable Federal, State, and local environmental regulations. The Contractor shall ensure and provide appropriate documentation to Contracting Officer that all hazardous waste handlers, haulers, and disposal facilities are properly certified or licensed. The Contractor shall provide shipping manifest and documentation of disposal of any substance that is controlled by Federal, State and local regulation prior to final payment. b. Minimum Requirements: For 26 doors at 8 facilities Description Quantity 1 Open Architecture platform that should be able to meet FIPS/201 Compliance and be on GSA Approved list system should be expandable up to 24 additional doors Open Architecture Workstation License To be installed at MEDVAMC Houston QUANTITY 1 FIPS / PIV Compliant Workstation license and badging module installed at each of the two CBOCs. This will allow each site to perform critical routine reporting as well have a desktop FIPS / PIV enrollment card reader at each location for new card enrollment into the system. QUANTITY 2 Each VA CBOC clinic will have segregation in the server database that will only have the credentials for the respective clinic. QUANTITY 2 Master Server Base MEDVAMC campus. The server database (located at the VAPD main campus) will be segregated so each respective CBOC remote clinic will only see the card holders for their site. The master server database will be viewable be the VAPD and those personnel that will have designated rights to the software system. QUANTITY 1 FIPS 201 / PIV Approved Open Architecture(SSP): Each VA CBOC Clinic listed above will have installed (1) FIPS / PIV compliant main CPU Controller (SSP). The CPU controller will be the communication hub via the VA Network. This will be the CPU device that will speak to the FIPS / PIV Compliant server Located at the VAPD, this device will also retain the database in local memory. This Will allow for redundancy in the event there is network interruption. This will be The master controller for each site and all sub controllers for each door will Communicate to the main CPU controller via RS485 communications. FIPS 201/ PIV Approved Open Architecture Each VA CBOC Clinic listed above will have installed (1) FIPS / PIV compliant access Controller. FIPS / PIV Approved PAM (PIV Authentication Module): QUANTITY 13 Along with each RSC2 Access controller for every (2) doors, each controller will also require a PIV Authentication module. Each (2) doors at the CBOC remote clinics will require a PAM device for full FIPS / PIV requirements: a. 6 Card readers at BOPC; therefore, 3 AM s needed at BOPC b. 8 Card readers at CWOPC; therefore, 4 AM s needed at BOPC c. 12 Card readers needed at remaining CBOCs: two (2) Card readers at each CBOC to include TOPC, GOPC, TXOPC, ROPC, KOPC, LJOPC requires (6) AM s Open Architecture Platform: At each door of access control, the following equipment will be required; these Devices will be the framework at each door to attain keyless entry at each door. A. Open Options PVC-FXRDR-FIPS PIV-Class Care Reader Service (1 per card reader B. HID FIPS 201/ PIV Workstation Enrollment/Approved Card Reader H. HID PIV authentication card readers HID FIPS / PIV Workstation Enrollment/Desktop Card Reader Electrified Hardware/Strikes Door Status Switch Egress Motion Detector Power Supply for electrified door hardware Door Contacts PIV Enrollment Desktop Card Readers Composite Cabling from door location to panel locations in IDF closet Installation Labor Programming/Training Annual Service Agreement Performed on Quarterly Basis Quarterly c. Quality Assurance: 1. The Government will conduct inspections during the installation process to insure that the contractors are adhering to the referenced standards. 2. The Government will participate in the final test procedures. Any work deemed to be not compliant with the referenced standards and practices shall be re-worked at the contractor s expense. 5. SIGN-IN PROCEDURES: All Contractor workers are required to sign in and out at the VA Police Dispatch at the corresponding locations as directed by the COR, or designee at each facility. A valid state driver s license or state identification card is mandatory for all employees to have access to these facilities. All contractor employees are required to wear the assigned VA badge at all times. If after-hour key service is needed, contact VA Police Dispatch at 713-791-1414, extension 7106. 6. ESTIMATES: Vendors will submit one quotation and match the requirements outlined in this document. In the quotes, vendors will indicate whether their solution has MET, NOT MET or MET WITH QUALIFICATIONS for each line item in this document (MET WITH QUALIFICATIONS will require a detailed listing of non-compliance). Vendors are required to respond to each item individually. Include the specification/question number and text in your response document to facilitate review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0697/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0697 VA256-17-N-0697.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3480400&FileName=VA256-17-N-0697-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3480400&FileName=VA256-17-N-0697-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04499242-W 20170510/170508234233-0704676ac21654309106aaf78fbc2206 (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.