Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
DOCUMENT

D -- Velocity Software Upgrade - Attachment

Notice Date
5/24/2017
 
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
VA26217N0988
 
Response Due
5/26/2017
 
Archive Date
6/25/2017
 
Point of Contact
WON CHAE
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621 (size standard of 20.5 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a VELOCITY SOFTWARE UPGRADE meets the following statement of work (SOW) for the VA San Diego Healthcare System: STATEMENT OF WORK (SOW) SCOPE The purpose of this Statement of work is to outline tasks and responsibilities for the contractor to upgrade Velocity access control system from version 3.1 to version 3.6 SP2 at the VASDHS Medical center located at 3350 La Jolla Village Drive, San Diego CA 92161. SPECIFIC TASKS 1. Consult with the VA Police and VA-OIT to confirm the proper operating systems on the Velocity Server and confirm all Velocity Clients' locations and operating systems. 2. VA-OIT to provide Vendor administrative rights to the Velocity Server (software and SQL if they are on separate VMs) and all Velocity Clients. If this is not possible, then a VA-OIT representative must accompany Vendor while updating and upgrading the Velocity software on the Velocity Server and Velocity Clients. Delays caused by limited/restricted access issues to the VA servers and LAN will be documented and may result in additional costs that will be issued as change orders. 3. Vendor and VA-OIT will back up the Velocity Database. 4. Vendor will update 65 DIGPTrac Command and Control Module (CCM) firmware to version 7.5.28 on each controller located in the various VA Hospital buildings. This is done at each controller with a CCM FlashMaster device. 5. Vendor will update all ScrambleNet Interface Board version 2 (SNIB2) firmware located in the various controllers to version 6.42. This is done from the server or a connected Client to each SNIB2. 6. Vendor to confirm that all DIGPTrac controllers and SNIB2 interfaces are operating correctly. Vendor will also provide 5 spare Command and Control Modules (CCM) and 5 spare ScambleNet Interface Boards Version 2 (SNIB2) on hand, should any of the existing units fail. 7. Vendor and VA-OIT will back up the Velocity Database. 8. Vendor will log off ALL Velocity Clients from the Velocity server and network. 9. Vendor will install the Velocity KB640 update on the Velocity Server. 10. Vendor and VA-OIT will back up the Velocity Database. 11. Vendor will log on to ALL Velocity Clients, allowing the KB640 update to install at each Velocity Client, and confirm proper connection and operation of each Velocity Client, then log off each Velocity Client. 12. Vendor and VA-OIT will back up the Velocity Database. 13. Vendor will upgrade the Velocity software on the Velocity Server and from all Velocity Clients Version 3.1 to Version 3.5 and confirm proper operation of Velocity Server and all Velocity Clients. 14. Vendor and VA-OIT will back up the Velocity Database. 15. Vendor will upgrade the Velocity software on the Velocity Server and from Version 3.5 to Version 3.6 and confirm proper operation of Velocity Server and all Velocity Clients. 16. Vendor and VA-OIT will back up the Velocity Database. GENERAL REQUIREMENTS Work Permit issued by VA prior to start of work. [ICRA & ILSM] Vendor must be Hirsch certified. Vendor must demonstrate ability to handle an upgrade project in a large medical center (or other large facility) which utilizes Hirsch as primary access control system and provide previous work experience equivalent in scope. All work will be conducted on and around highly sensitive Police and Security Service Network and equipment. All employees of vendor in any way associated with this project must have a recent background check (within 90 days) prior to any work being completed. Vendor is responsible for completing background checks and vetting the background checks to ensure that anyone working on this project does not have a criminal background or anything in their background that would jeopardize the security of the VA or present a security risk for the VA. The vendor must provide a written certification that this has been completed prior to a work permit being granted. Felons, individuals with dangerous criminal history or other history with law enforcement shall be denied access to work on this project and the VA Police network. Inability of the vendor to meet these requirements will be grounds for disqualification from this contract. Vendor will provide certification that all work is performed by licensed trades. Notes/Exclusions: Contractor will use existing network to install these systems. Contractor shall provide a 12 month warranty on all provided equipment and installation. All work is to be done during regular office hours. VA will provide vehicle parking and access to all work areas as required. Vendor is responsible for integrating new software with existing system. Vendor will test and ensure existing system is compatible and fully functional with new software. Any deficiencies or problems with existing system that would cause the new installed software to not function properly should be reported to the COR and a change order will be generated upon approval by the COR and CO for the vendor to make immediate repairs. ENDSTATE PERFORMANCE: Vendor must ensure that all installed equipment and systems are fully tested and operational. Any compatibility or interface with existing systems must be ensured to achieve a fully operational system. All installation must be completed per VA Standards & Manufacturers installation requirements All installation per specifications. [Section D.iv.3.a) Completed work will be inspected by qualified VA OIT, Engineering and Police and Security Staff for quality assurance. Safety Precautions Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. All necessary precautions shall be taken by the Contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. No flammable liquids shall be stored or used in the medical center for a duration period greater the time scheduled to perform the work. Site Conditions VA San Diego Building 1 has Asbestos containing material in the interstitial space, where the substantial amount of this contract work will be performed. Contractor shall have a 16 hour Operations and Maintenance Asbestos training and fit testing of employees for respirator use to gain entry in the interstitial space to perform work under this contract. Training Contractor to complete Talent Management System (TMS) training provided by VA to gain access to VA network and provide necessary identification and pass background investigation to gain EPASS access to network server. Inspection and Acceptance Criteria: The COR can perform inspection of the work performed without the presence of the contractor and determine whether the work performed is within standards expressed in this scope of work. It is VA prerogative to hire an independent qualified third party to check the validity of the work conducted. Risk Control The medical services at the designated locations will remain operational during the execution of this work; Contractor shall take all precautions to minimize disruption to daily routine tasks performed in those services. Patients care shall remain a top concern for the Contractor and his employees while performing the work. 11. Place of Performance: VASDHS, 3350 La Jolla village Drive, San Diego CA 92161 12. Anticipated Period of Performance: 6/1/2017-10/15/2017 - - - END- - - The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Won.Chae@va.gov Telephone responses shall not be accepted. Responses must be received no later than Friday, May 26, 2017 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N0988/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-0988 VA262-17-N-0988.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3524653&FileName=VA262-17-N-0988-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3524653&FileName=VA262-17-N-0988-000.docx

 
File Name: VA262-17-N-0988 S05 RFI_Sources Sought.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3524654&FileName=VA262-17-N-0988-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3524654&FileName=VA262-17-N-0988-001.pdf

 
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: Department of Veterans Affairs;VAMC San Diego;3350 La Jolla Village Drive;CA
Zip Code: 92161
 
Record
SN04520773-W 20170526/170524235408-7412f19b63b98df6a9171d9d986a95e9 (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.