DOCUMENT
63 -- Duress Alarms VARO and VRE Outbases - 334 - Attachment
- Notice Date
- 8/7/2017
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V17Q0383
- Response Due
- 8/21/2017
- Archive Date
- 11/19/2017
- Point of Contact
- Rebecca S. Quilhot
- E-Mail Address
-
rebecca.quilhot@va.gov
(rebecca.quilhot@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS SOLICITATION 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. VA101V-17-Q-0383 the Combined Synopsis Solicitation is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAIC Code for this solicitation is 561621 Business Size Standard $20.5 Million. The Department of Veterans Affairs, Support Services Division, Lincoln VA Regional Office in Lincoln, NE. has a requirement to furnish and install a wireless duress alarm system. Below is a listing of the required equipment and locations where the equipment will need to be installed. Manufacturer brand names have been specified however, customer will consider equipment of equal make. CLIN Mfr/Description Mfr Part Nbr Qty/ unit Extended Price Total Price 0001 VISA 128bpt Alarm Control Unit N/A 5 / EA 0002 Honeywell 6160 Touchpad (Resets the System) N/A 5 / EA 0003 Honeywell 5881 ENH Wireless Received N/A 5 / EA 0004 Honeywell 5802 WXT Wireless Duress Buttons N/A 11 / EA 0005 Honeywell Transformer N/A 5 / EA 0006 Honeywell 7 Amp/Hr Battery Back Up N/A 5 / EA 0007 Miscellaneous Materials required for the completion of the project N/A 1 / JB 0008 Installation, Labor, programming and testing of entire system N/A 1 / JB TOTAL FOR QUOTE: Description of Requirement STATEMENT OF WORK Scope of Work: To install a wireless duress alarm system throughout the VA Regional Office in Lincoln NE and outbased offices occupied by VA personnel. This work shall include all labor, material equipment and related services necessary to furnish, install and connect the security system complete with all required devices, wiring and connections as further specified herein. System Description: 1. Furnish and install a wireless duress alarm system. The system shall be capable of high quality, reliable and satisfactory operation as hereinafter described. Within the Regional Office the duress alarm system will need to interface with current Stanley Security monitoring system. The system shall be the product of one manufacturer or of an agency experienced in such work. The installation and connection of all equipment and test of the operations of the system shall be made by a representative of the manufacturer or aforementioned agency. Components of the system shall be pre-assembled and pre-wired such that only connections to building wiring system need be made at the site. The system shall be complete with all parts and components necessary for the operation described. 2. The system at each of the 5 locations shall consist of the following components: Vista 128bpt Alarm Control Panel Honeywell 6160 Touchpad (Resets the System) Honeywell 5881 ENH Wireless Receiver Honeywell 5802 WXT Wireless Duress Button Honeywell Transformer Honeywell 7 Amp/hr Battery Back up Universal Transmitter panic buttons, keypad, Vista 128BP control panel, wireless receiver, wiring and accessory equipment necessary to provide a complete operating system. Panic button quantity and locations are as follows: Lincoln VARO 3800 Village Dr. Lincoln, NE 68516 Edward Zorinsky Federal Building 1616 Capitol Ave Omaha, NE 68102 University Nebraska Omaha Military and Veteran Service Office 6001 Dodge St Omaha, NE 68183 Bellevue University MVSC 2108 Harvell Circle Bellevue, NE 68123 National Guard Armory Sidney 2225 Legion Park, Sidney NE 69162-2515 Room 132 Room 291B Room 117M Room 1304 VRC Office Room 133 Room 291C Room 135 Room 291D Room 136 Room 296 3. The system shall be capable of sending an alarm signal to the alarm panel at each location and the FPS Megacenter located in Battle Creek, Michigan. System Equipment: 1. Vista 128bpt Alarm Control Panel 2. Honeywell 6160 Touchpad (Resets the System) 3. Honeywell 5881 ENH Wireless Receiver 4. Honeywell 5802 WXT Wireless Duress Button 5. Honeywell Transformer 6. Honeywell 7 Amp/hr Battery Back up 7. Provide all batteries, mounting brackets, wiring and connectors. Testing: The system shall be installed completely and ready for operation. The installing agency shall make complete tests to insure proper operation of all parts and interface with outside agencies. Work Start Date: Funding for this project is currently available. Work Completion Date: All installation, work and testing must be completed by 15 September 2017. Delivery Date: 30 Days ARO FOB Destination Point: See above FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. Offers will be evaluated on price only: FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.228-5 Insurance Work on a Government Installation (JAN 1997) (a) Workers compensation and employer s liability. Contractors are required to comply with applicable Federal and State workers compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer s liability section of the insurance policy, except when contract operations are so commingled with a contractor s commercial operations that it would not be practical to require this coverage. Employer s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 52.232.40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 2016) Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests ()NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (22) 52.219-28 Post-Award Small Business Program Representation (DEC 2015) (27) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) (28) 52.222-26 Equal Opportunity (APR 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (44) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (58) 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registry (MAY 1999) Paragraph c clauses applicable (1) 52.222-41 Service Contract Labor Standards (MAY 2014) (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (THIS IS NOT A WAGE DETERMINATION) EMPLOYEE CLASS WAGE + FRINGE BENEFITS 23182 Electronics Tech II $21.58 + $7.09 (8) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2017) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) N/A N/A Offers are due not later than August 21, 2017 by 12:00 PM Central Time. Offers shall be submitted electronically to email address rebecca.quilhot@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-17-Q-0383. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section along with your quote. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. For additional information, please contact the Contracting Officer, Rebecca S. Quilhot at 563-424-5874or by e-mail to rebecca.quilhot@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0383/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0383 VA101V-17-Q-0383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3714588&FileName=VA101V-17-Q-0383-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3714588&FileName=VA101V-17-Q-0383-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0383 VA101V-17-Q-0383.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3714588&FileName=VA101V-17-Q-0383-000.docx)
- Place of Performance
- Address: VRE Outbase Offices located in Nebraska
- Zip Code: 68516
- Zip Code: 68516
- Record
- SN04616424-W 20170809/170807232113-6b4d1dca3b06faaae9369c7fdd3589db (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 |