Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
DOCUMENT

63 -- Point of Entry (POE) IP Security Cameras - Attachment

Notice Date
4/13/2018
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q0284
 
Response Due
4/17/2018
 
Archive Date
5/17/2018
 
Point of Contact
Robert Hamilton
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for Security Camera additions/installation as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. Simplified Acquisition Procedures IAW FAR 13 will be used. (ii) The solicitation number is 36C26018Q0284 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 334290 Other Communication Equipment MFG. To be considered a small business your company must have fewer than 750 employees. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov). (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Brand Name or Equal to Axis 0815-001, 8mp, 360 degree, multi sensor, 1080p, POE digital security cameras - to include Lenel Licenses for each, all required mounting hardware and cable 16.00 EA __________________ __________________ 0002 Brand Name or Equal to Interlogix TVM-5305- 4mp, IR, IP POE dome cameras - to include Lenel Licenses for each, all required mounting hardware and cable 5.00 EA __________________ __________________ 0003 Installation and program 16 Axis or equal cameras and 5 Interlogix or equal Dome Cameras. 1.00 JB __________________ __________________ 0004 Axis 0815-001, 8mp, 360 degree, multi sensor, 1080p, POE digital security cameras - Fully licensed for LENEL No installation Option to increase Quantity Clause 52.217-6 is applicable to this item up to 50% increase. 4.00 EA __________________ __________________ 0005 Interlogix TVM-5305, Single sensor/single view, 4mp, IR dome cameras - Fully Licensed for LENEL No installation. Option to increase Quantity Clause 52.217-6 is applicable to this item up to 50% increase. 4.00 EA __________________ __________________ 0006 1-year of 24-hour Technical Service with a minimum two-hour response time for service support. 1.00 JB __________________ __________________ GRAND TOTAL __________________ (vi) Contract Title. Boise VAMC Security Camera addition / installation project. 1. Background. This project is to install a total of 21, POE, IP network security cameras throughout the main hospital area and specifically to all its connected facility; entry exit point locations. This will significantly increase the ability of the medical center to broaden its current security camera coverage in a continued effort to decrease its overall liability through crime deterrence and detection, while at the same time, provide invaluable real time and recorded video surveillance for the benefit of the entire population. 2. Scope. The Boise VA Medical Center needs the installation of a total of (21) POE, IP network, color cameras. 11 of which will be Multi Sensor/Multi View type cameras, and the remaining 10 shall be fixed single view, POE color cameras. All cameras will include licensing and fully integrate with the existing medical center owned Lenel OnGuard Video Viewer software. Each camera will be fixed and securely mounted to respective roof eves, brick or sheet rock walls, soffits, or ceiling tiles with all included / required mounting hardware. 3. Specific Tasks. This project is to install a total of 21, POE, IP network security cameras throughout the main hospital area and specifically to all connected facilities; entry exit point locations. All cameras will include licensing and fully integrate (be compatible) with the existing medical center owned Lenel OnGuard Video Viewer software. All cameras will connect via extreme patch cable to the VA ITOS provided POE network switch. VA will provide vendor with pre-configured IP address and switch port assignment information for all cameras prior to installation. Vendor will ensure all cameras are programmed to full function and full monitor view capability within the Lenel program. Each camera will be fixed and securely mounted to respective roof eves, brick or sheet rock walls, soffits, or ceiling tiles with all included/required mounting hardware. Vendor to provide final testing and commissioning of video management system upon installation completion. All cameras will be licensed to the Lenel On Guard Video Viewer management system. All work to be performed during normal business hours, Monday-Friday 8am to 5pm. No additional work will be performed on any existing VA owned equipment without prior preapproval. Minimum 1-year of 24-hour Technical Service with a minimum two-hour response time for service support. Minimum 1-year warranty all parts. Camera Brand name or equal to the following items: AXIS 0815-001 Minimum Specifications: -8MP, 360-degree multi-sensor camera with one IP address -Flexible positioning of for varifocal camera heads -1080p video at a minimum of 12.5/15fps and 720p videos at a minimum 25/30 fps: quad view Camera MUST be able to provide 4 separate views -Zipstream technology -MUST be compatible with Lenel OnGuard Video Viewer software.7.3 or higher. -Power over ethernet. -All cameras, including spares MUST have Lenel operating licenses -Outdoor ready. -Minimum 1-year warranty Interlogix TruVision - TVW-5305 Minimum Specifications: -Minimum - 4MP, 2.8 mm Fixed view/single lensed, Infrared with IP -Low profile/Wedge type design -Up to 1080p video streaming resolution - shall provide a frame rate of 30 frames per second @ 60 Hz (25 frames per second @ 50 Hz) at the resolution of 1920×1080. -Motion detection -Up to 33ft IR range -MUST be compatible with Lenel OnGuard Video Viewer software.7.3 or higher. -Power: 12VDC POE -All cameras, including spares MUST have Lenel operating licenses -Outdoor ready -Minimum 1-year Warranty Specific camera types will be installed in the following hallways or facility entrance areas: Bldg 67 Entrance - Multi Sensor Ceiling Mount Bldg 67/27 Entrance - Multi Sensor Ceiling Mount Bldg 27 Orange Team - Multi Sensor Ceiling Mount Bldg 110 Elevator - Multi Sensor Ceiling Mount Bldg 88 Gold Team - Multi Sensor Ceiling Mount Bldg 85 Admitting Entry/Exit - Multi Sensor Ceiling Mount Bldg 85 Purple Team - Multi Sensor Ceiling Mount Bldg 85A Lab Corner - Multi Sensor Ceiling Mount Bldg 88 W. Main Entrance - Fixed Ceiling Mount Bldg 85A Agent Cashier/ Travel - Fixed Ceiling Mount Bldg 85 Green Team - Fixed Ceiling Mount Bldg 85 Elevator Lobby West View - Fixed Ceiling Mount Bldg 85A Hallway Entry to Canteen - Fixed Ceiling Mount Pendant Mount; (new wall mounts in some locations) Bldg 109 Roof Top - Multi Sensor Pendant Mount, Replace Existing, use boom lift to replace Bldg 85 Dock - Multi Sensor Pendant Mount, new location Bldg 85A North PTZ - Replace with Multi Sensor Pendant Mount Bldg 85 Top of Roof - Multi Sensor Pendant Mount, Replace Existing, use boom lift to replace Bldg 88 PTZ - Replace Existing with Multi Sensor Pendant Mount Bldg 88 SW View - Multi Sensor Pendant Mount, New Location Bldg 85 S Entry Alleyway - Replace existing fixed camera with Multi Sensor Pendant Mount Bldg 67 Exterior Entrance - Multi Sensor Pendant Mount, New Location above steps, conduit through nearby window to accessible ceiling 4. Performance Monitoring. VA Police physical security officer to routinely monitor and inspect when necessary, all hardware and hardware license performance, throughout assigned agency default and traditional warranty periods and beyond. 5. Security Requirements. This is for the installation, programming and connectivity of SECURITY CAMERAS, related mounting hardware, and cabling only. The vendor will be escorted always when in non-public or secure areas. Vendor will provide installation support, on site or remotely, by providing guidance to IT Service during all instances of installation. The vendor will not, at any time, have access to the VA health care network, databases or computer systems. 6. Inspection and Acceptance Criteria. The facility POC will be responsible for certifying and assuring that inspection and acceptance of products provided is accomplished. 7. Place of Performance. Boise VA Medical Center / VA Police Service 500 W. Fort Street, Boise, ID 83702-4501 8. Period of Performance: 06/12/2018 to 05/30/2019 (vii) Delivery: Delivery Schedule. Project to begin no later than 60 days from date of awarded contract (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52-204-7 System For Award Payment 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.214-21 Descriptive Literature (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1. Technical 2. Price Technical is more important than price. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.217-6 Option to Increase Quantity 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.211-73 Brand Name or Equal 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852-237-70 Contractor Responsibilities 852-246-70 Guarantee 852.246-71 Inspection (Jan 2008) Grey Market Prevention (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) Addition Requirements: 1. All potential contractors need to be the manufacturer of the end product or an authorized reseller/distributor for the manufacturer. When submitting a quote, please provide proof of this arrangement. 2. The labor rates are governed by the Service Contract Act and the labor rates for Boise, ID are listed here: https://www.wdol.gov/sca.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to robert.hamilton8@va.gov received no later than 3pm PST on 04/17/2018. Quotes may be submitted on this document or the vendor s own form. a. All quotes must address each element of the requirements to be considered. b. No late quotations will be accepted. (xvi) For information regarding the solicitation, please contact Robert Hamilton at robert.hamilton8@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q0284/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q0284 36C26018Q0284_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226920&FileName=36C26018Q0284-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226920&FileName=36C26018Q0284-000.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: Boise VA Medical Center;500 West Fort St;Boise, ID
Zip Code: 83702
 
Record
SN04888804-W 20180415/180413230636-a080e7e2a2bf12b8f5ae493dfa92be79 (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.