Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

J -- Security System and Software Maintenance for the Buffalo VAMC

Notice Date
12/12/2019 6:39:58 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0167
 
Response Due
12/19/2019 8:59:59 PM
 
Archive Date
02/17/2020
 
Point of Contact
Janine ChildsJanine.Childs@va.gov
 
E-Mail Address
Janine.Childs@va.gov
(Janine.Childs@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice.(a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited.(b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal.(c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law.(d) This Sources Sought is issued by VISN 2 Contracting Office in Bath, NY for the purpose of collecting information about Security System and Software Maintenance for the Buffalo VA Medical Center. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 561621 Security Systems Services (except Locksmiths). The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Buffalo VA Medical Center. Please note�at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern for a proposal to be considered for a small business set-aside. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Janine Childs at Janine.Childs@va.gov. Please send all inquiries to: Janine.Childs@va.gov by 4:00 pm EST Thursday, December 19, 2019. Phone calls will not be accepted.- Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP.- Contractors shall include any relevant comments about the Attachment(s) if applicable.STATEMENT OF WORKSECURITY SYSTEM AND SOFTWARE MAINTENANCEBUFFALO VA MEDICAL CENTERThe Buffalo VA Medical Center (VAMC), 3495 Bailey Ave, Buffalo, NY 14215 and the Batavia VAMC, 222 Richmond Ave, Batavia, NY 14020 have a requirement for a Security System and Software Maintenance Agreement. The period of performance is anticipated to be from February 1, 2020 January 31, 2021, with the provision of four option years.GENERAL:This contract shall include all software license agreements, labor required to update and install the security camera network software and firmware, technical services, maintenance and repair. The base year of the contract shall also include a one-time labor charge for evaluation, cleanup and documentation of the existing security camera system and provide technical training of the VAMC Engineering staff. Option year one through four shall also include labor for maintenance and repair of the security cameras. SCHEDULE:All work shall be performed during normal business hours Monday Friday from 7:00 AM 3:30 PM, excluding federal holidays (or other mutually agreed upon time). Unless emergency work is required, no work should be planned on federal holidays. Federal holidays observed are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day.All work activities shall not interfere with patient and/or staff. The Medical Center must maintain its operation 24 hours a day 7 days a week. Therefore, any interruption in service must be scheduled and coordinated with the Contracting Officer Representative (COR) to ensure that no lapses in operation occur.CONTRACTOR REQUIREMENTS:Contractor must have CCure advanced access certification in order to access, diagnose, repair and modify the Victor Client system.Contractor must be able integrate, service, and upgrade CCure 9000 to include lighthouse.Contractor is required to have a Master Certification for Axis Communications in order to obtain technical support and have access to special functions and settings on the existing security cameras.Contractor is required to have a Video Edge certification in order to perform installation, programing and maintenance of the Video Edge system. Contractor is required to be Advanced Video Edge certified in order to access special settings on the Video Edge system regarding network layout, set up, graphics creation, modification and mass storage configuration of the security camera network.Contractor must have a Level 3 National Institute for Certification in Engineering Technologies (NICET) certified, Field Technician to provide troubleshooting, and technical training to VAMC Engineering staff.SCOPE OF WORK:Provide and maintain software license agreements for required security camera software.Install security camera software and firmware updates.Provide labor for evaluation, cleanup, and documentation of the existing security camera system.Provide quotes for repairs and recommended upgrades needed to improve the security camera system.Provide quote to install new HID card readers at the Buffalo and Batavia VAMC locations.Provide Technical training to VAMC Engineering staff.Provide labor for maintenance and repair of security camera system.BASE YEAR REQUIREMENTS:Provide software license agreements, and all labor required to update and install the following required software.Physical Access Control System (PACS)Closed Circuit Television (CCTV)Intrusion Detection System (IDS)HID HSPD-12 Validation SoftwareLYNX Duress software Physical Security Information Management System (PSIM)Contractor shall provide labor, not to exceed (NTE) eighty (80) hours, for Field Technicians, that at minimum possess a Level 2 NICET Certification, to perform the following tasks:Perform an onsite evaluation of all pertinent system devices to include but not limited to switches, drives, servers, and cameras.Clean up security network and obtain MAC & IP addresses of all connected devices.Verify by location cameras, servers and drives are matched to include firmware, IP address, and network communication.Ensure the drives and servers meet all current security protocols for recording and playback.Ensure optimal storage and image quality for all security cameras. Perform all required firmware, and software updates and installations.Link security servers for Buffalo and Batavia VAMC facilities to ensure each site can run both locations.Ensure the final product is configured for three levels of access, (Admin, Maintenance, and User). Access shall be determined by the Security Officer, and the Electrical Shop Supervisor.Ensure all access is established on a revolving password to meet all enhanced security requirements.Ensure the system can utilize a maintenance profile for access with an expiring password to be determined by the Security Officer and the Electrician Shop Supervisor.Provide a detailed condition assessment of the existing system requirements and its capabilities.Provide a quote with recommended system repairs and upgrades.Provide a quote to upgrade the Buffalo and Batavia VAMC Facilities to a HID, industry standard, card reader used nationwide at other Veterans Health Administration Medical CentersContractor shall provide labor NTE eight (8) hours, for a Field Technician with a Level 3 NICET Certification or higher, to provide VAMC Engineering staff with troubleshooting and technical training. Approximately five staff members shall receive training, which shall be determined by the Electrical Shop Supervisor.OPTION YEAR ONE THROUGH FOUR REQUIREMENTS:Provide software license agreements, and all labor required to update and install the following required software.Physical Access Control System (PACS)Closed Circuit Television (CCTV)Intrusion Detection System (IDS)HID HSPD-12 Validation SoftwareLYNX Duress software Physical Security Information Management System (PSIM)Contractor shall provide labor, NTE forty (40) hours, for Field Technicians that possess a Level 2 NICET Certification or higher for troubleshooting and repair of security camera network, repair parts not included. Only the COR and individuals identified by the COR shall be able to place service calls. Hours are billable only if utilized.SAFETY:Coordinate carefully with COR to avoid disruptions to hospital operation.No tools or equipment shall be left unattended.All work areas must be clean at the close of the date and shall be left in the same conditions as before work started.RISK CONTROL:The Contractor shall obtain all necessary licenses and/or permits to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during performance of this contract. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence.VA INSPECTION AND ACCEPTANCE OF QUALITY:COR or designee will verify that the equipment is working within manufacturer s specifications after completion of service or repairThe Government may inspect each task as completed. The contractor shall be notified within 3 duty days of unacceptable service. The contractor shall re-perform service within 15 duty days of notification of unacceptable service.SECURITY:All contractor employees are subject to the same level of investigation as VA employees who have access to VA facilities. Background security checks by Security and badging processes may be required for employees.RECORD MANAGEMENT:Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.The Government Agency owns the rights to all data/records produced as part of this contract.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (email, fax, etc.) or state of completion (draft, final, etc.).No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2895407581174ac898ff461e2029fe09/view)
 
Place of Performance
Address: Department of Veterans Affairs;Bath VAMC;76 Veterans Ave;Bath, NY 14810-0810, USA
Zip Code: 14810-0810
Country: USA
 
Record
SN05515782-F 20191214/191212230311 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.