Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOURCES SOUGHT

J -- Preventive Maintenance and Repair of VA Illiana and associated CBOC security Systems

Notice Date
1/10/2019
 
Notice Type
Synopsis
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0215
 
Archive Date
3/11/2019
 
Point of Contact
kevin.adkins@va.gov
 
Small Business Set-Aside
N/A
 
Description
The VA Iliana Healthcare System in Danville Illinois is seeking sources with the capability to provide maintenance and repair services for the S2 security system in Danville and the associated Community Based Outpatient Clinics (CBOCs) in Mattoon, Decatur, Springfield and Peoria. The coverage will include cover 100% of all material and labor for any defects in materials or workmanship. All materials and software associated with the S2 access control system shall be covered under this agreement. This shall also cover the CBOC S2 systems at the CBOC locations. (2018 price excludes Decatur. The Decatur location shall be covered under standard warranty for 2018). The NAICS code for the solicitation to be released is 561621, with a size standard of $20.5 million. Contractor shall respond with their capabilities, business size and socioeconomic status under the NAICS Code listed above. Contractor shall demonstrate equivalency of process to the suggested brand name. SDVOSB AND VOSB STATUS: For SDVOSBs/VOSBs: In order to receive credit, the Offeror shall submit a statement of compliance that it qualifies as an SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Responses shall be due by 4PM CDT on Thursday January 17,2019. Requirement information is as follows: STATEMENT OF WORK 1.BACKGROUND The VA Iliana Health Care System located in Danville and the associated Community Based Outpatient Clinics (CBOCs) in Mattoon, Decatur, Springfield and Peoria are currently setup with a S2 security system that includes alarm panels, cameras, magnetic locks badge readers and other various security equipment. These systems require frequent maintenance and repair. 2.SCOPE The vendor will provide maintenance and repair services for the S2 security system in Danville and the associated Community Based Outpatient Clinics (CBOCs) in Mattoon, Decatur, Springfield and Peoria. The coverage will include cover 100% of all material and labor for any defects in materials or workmanship. All materials and software associated with the S2 access control system shall be covered under this agreement. This shall also cover the CBOC S2 systems at the CBOC locations. (2018 price excludes Decatur. The Decatur location shall be covered under standard warranty for 2018). The following are included in the service agreement: Annual Software Upgrade and Support Plan (annual investment to insure VA is receiving any software updates or patches at no charge) S2 Control Hardware Over 177 PIV Badge Readers (standard multiclass badge readers with and without PIN) Over 177 Door Position Sensors Request To Exit Devices (both Motions and Buttons) Over 177 Electronic locks (specialty locks provided by others shall not be covered) Any other associated devices required to maintain a complete and functional Access Control System. Cable replacement up to 250 ft Any other devices that are an integral part of the S2 system or the video system are included. Video Surveillance - All materials and software associated with the March Video Surveillance system shall be covered under this agreement. This shall also cover the CBOC locations. (2018 price excludes Decatur. The Decatur location shall be covered under standard warranty for 2018) All Cameras installed by Barcom (Cameras currently known as defective shall not be covered) All NVR units and storage drives All switches that are used for Police Services Access or Video systems. All Panic hardware installed by Barcom shall be covered (Panic and burg systems installed at CBOC locations. The period of service coverage will include a base year of 03/01/2019-02/28/2020 and four option years from 03/01/2020 to 2/28/2024. 3. CONFORMANCE STANDARDS 1. All services provided under this contract shall be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA) and Original Equipment Manufacturer standards and specifications. 4. HOURS OF WORK Hours of work for preventative maintenance and emergency repairs are defined as Monday through Friday from 8am to 5pm, excluding Federal holidays or as otherwise arranged with the Contracting Officer's Technical Representative (COR) or his/her designee. The 10 holidays observed by the Federal Government are: New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Work performed outside of normal working hours of coverage at the request of the Contracting Officer (CO) or COR shall be billed separately. For critical equipment failure, Barcom will respond by phone within four hours of the equipment failure being reported and will have a tech on-site within two business days after the critical failure has been reported. 7. PARTS The Contractor shall furnish all non-consumable parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. 8. DOCUMENTATION/REPORTS The Contractor shall submit a legal field service report, which shall include detailed specifications of the installation. Responses shall be submitted by email to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov.The response shall be addressed to the office specified in the solicitation and shall show the time specified for receipt. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-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/VAGLHS/VAGLHCS/36C25219Q0215/listing.html)
 
Place of Performance
Zip Code: 61832-5198
 
Record
SN05191578-F 20190112/190110230018 (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  © 1994-2020, Loren Data Corp.