Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2019 FBO #6256
SOURCES SOUGHT

58 -- CAMERA INSTALL

Notice Date
1/7/2019
 
Notice Type
Synopsis
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25619Q0299
 
Archive Date
2/6/2019
 
Point of Contact
winston.graber@va.gov
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS VETERANS INTEGRATED SERVICE NETWORK (VISN) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C25619Q0299 BACKGROUND: The Houston VAMC has a requirement for the following BRAND NAME OR EQUAL supplies: Manufacturer Stock# Description PLEASE SEE SOW ATTACHED FOR A LIST OF ITEMS NEEDED. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the brand name products listed in the table found in the background section above. In the response please cite business size status. Please respond to this RFI if you are capable of providing supplies that can be determined EQUIVALENT to the products listed in the table found in the background section above. You MUST provide SPECIFICATIONS AND DETAILS on proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If applicable, include GSA contract information. It is critical that you specify if you are providing brand name or an equivalent product. (Capability Statement) CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to0winston.graber@va.gov Please respond to this RFI no later than 10:00am Central on Jan. 10, 2019. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. STATEMENT OF WORK: Fisher House 3 Installation of Camera Equipment & Fisher House 1 & Fisher House 2 Additional Camera Equipment & Upgrade The Contractor shall provide all labor, materials, supplies, equipment and supervision to install camera equipment at Fisher House (FH) 3, and upgrading of current equipment at FH 1 and FH 2 on the grounds of the MEDVAMC. All three (3) FH s are located at 2002 Holcombe Blvd, on the Michael E. DeBakey VA Medical Center (MEDVAMC). The Contractor shall install cameras in the existing drops and install additional drops. The camera views for FH 3 shall be have the same number of drops, locations, and views as those of FH 2 (14 views total). The camera system installed shall be Avigilon cameras and be compatible with the existing networks/system/setup that is used by the MEDVAMC. The FH 3 camera setup shall have a large TV/Monitor that is to be located in the Manager s Office at FH 3. The monitor shall be 55 inches and it shall also the camera feed from FH 1, FH 2, as well as the feed from FH 3 simultaneously. In addition to camera feeds being shown at FH 3, they must also be linked to the MEDVAMC camera system to be monitored by MEDVAMC Police. A Network Video Recorder (NVR) will need to be used to record all cameras and it will be located either in the Manager s Office at FH 3, or the Cage at FH 3. FH 1 and FH 2 existing camera systems (Pelco) will be upgraded to match the newly installed Avigilon camera system in FH 3. There shall be an Avigilon workstation at each FH (3), and Avigilon IP Licensing to for all cameras at all FH s (3). Number of Avigilon IP Licenses should co-inside with the size of the switch being installed. The new installed cameras at FH 3, and upgraded camera systems and FH 1 & FH 2 shall be complete and contain all IP licensing agreements, lot cabling, NRV, monitor, programming, etc. All three (3) FH s cameras, and licenses, and corresponding equipment needed will match that of the current Avigilon system installed at the MEDVAMC. The Contractor shall take all necessary precautions to protect all surrounding areas, servers, and equipment. Contractor shall provide details of installation and a schedule of work to the Contracting Officer Representative (COR), Shanna B. Floyd. The Contractor shall remove all materials generated during this project in accordance with state and federal regulations. The Contractor shall keep the area clean and free of debris at the end of each workday. Contractor will provide a one-year warranty on all workmanship and equipment. The Contractor may visit site to survey existing conditions. Contractor shall provide a complete survey of areas to ensure that same camera views currently at FH 2, will be the same camera views for FH 3 install to the COR Shanna B. Floyd prior to commencing work. Submittals of product information for supplies, and equipment shall be presented to the COR Shanna B. Floyd prior to commencement of work to ensure brand and compatibility. Schedule of Work: All work will be performed during normal working hours, 8:00 a.m. 4:30 p.m. in coordination with the COR, Shanna B. Floyd, Fisher House Assistant Manager who can be reached at (713) 794-7784 or shanna.floyd@va.gov. All work shall be completed within 45 calendar days after issuance of the Notice to Proceed from the Contracting Officer. Quality Assurance: The Contracting Officer reserves the right to conduct any inspections or perform any tests deemed necessary at any time during the execution of the contract to determine conformance with the requirements of theses specifications. Permits: The Contractor shall be responsible for obtaining any licenses and permits and complying with any laws, codes, and regulations applicable to the execution of this work in accordance with state and federal regulations. Record Management Statement/Security and Privacy Requirements: No information, except that inclusive of delivery of this contract, will be shared with the contractor in any follow up communications. None of the information in this contract includes any personal identifiable (employee) information (PII) or personal health information (PHI). The contractor shall not have access to VA information technology or patient care information. The C&A requirements do not apply, and a Security Accreditation Package is not required for this statement of work. Parking for Contractor Personnel: Parking will be in FH 1 and FH 2 parking lot, or in the paved lot behind FH 3. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25619Q0299/listing.html)
 
Place of Performance
Address: Houston, TX.
Zip Code: 77030
Country: USA
 
Record
SN05188012-F 20190109/190107230011 (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.