Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

58 -- Security Surveillance Television (SSTV) upgrade Reno, NV

Notice Date
12/19/2019 3:54:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0067
 
Response Due
1/14/2020 8:59:59 PM
 
Archive Date
03/14/2020
 
Point of Contact
Mathew J St. ThomasContract Specialist520-629-4744
 
E-Mail Address
Mathew.stthomas@va.gov
(Mathew.stthomas@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation General Information Action Code: Combined Synopsis Solicitation Document Type: RFQ RFQ Number: 36C10E20Q0067 Posted Date: December 19, 2019 Response Date: January 14, 2020 Classification Code: 58 Product Service Code: 5810 Set Aside: SDVOSB NAICS Code: 334290 Contracting Office Address: Department of Veterans Affairs Veterans Benefits Administration Office of Acquisition 1800 G. Street N.W. Washington, DC 20006 Description: This is a Combined Synopsis/Solicitation for Security Surveillance Television (SSTV) upgrade with Intrusion Detection (IDS) takeover, 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. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. This Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation number is 36C10E20Q0067. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. To be eligible for award of this requirement, only VA verified SDVOSB concerns in the VIP database (https://www.vip.vetbiz.gov/) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The associated North American Industrial Classification System Code (NAICS) for this procurement is 334290, with a small business size standard of 750 employees. The Department of Veteran Affairs, Veterans Benefits Administration, VA Regional Office, 5460 Reno Corporate Drive, Reno, NV 89511 requires the acquisition and installation of Security Surveillance Television (SSTV) upgrade with Intrusion Detection (IDS) takeover Period of Performance: Within 90 days After Receipt of Order (ARO) FOB Destination Point: Veterans Benefits Administration, VA Regional Office, 5460 Reno Corporate Drive, Reno, NV 89511 in accordance with the following information. Statement of Work: In order to improve the security posture of the Reno Regional Office (RO) as recommended by the 2019 Security Assessment conducted by VA s Office of Administration and Facilities, the Reno RO requires and upgrade to our current Security Surveillance Television (SSTV) and Intrusion Detection System (IDS) to include replacing all existing cameras and current recorder. SSTV: The vendor shall replace 16 cameras in and around the Regional Office. The vendor shall replace the existing recorder with a new recorder with remote access capability. The vendor shall provide monitors to support three monitoring stations. All existing power and data lines will be utilized. See specifications for cameras, recorder, and monitors below. Camera Specifications: 12 of the 16 cameras are on the exterior of the building. The remaining four (4) cameras are on the interior of the building. ***Note that one exterior camera is attached to the employee parking gate/intercom. This particular camera is affixed to an intercom and does not require Pan Tilt Zoom capabilities. See imbedded pictures below. All exterior cameras require the following minimum specifications: Pan Tilt Zoom: 30x Optical Zoom, 12x Digital Zoom Video Compression: H.264/H.265/IntelliZip/MJPEG Max Frame Rate: 60ips@2MP Resolution Options: 2MP, 1MP, 1920X1080 (1080p) Pan Travel: 360 degrees continuous Tilt Travel: -15 degrees ~ +90 degrees Manual Speed: 0.1 degrees ~ 90 degrees/s Presets: 50 Noise Reduction: Digital Noise Reduction 2D and 3D Imager: 1/3 True Day/Night: True Day/Night with ICR Minimum Illumination: Color: 0.2 lux at 1/30s; 0.03 lux at 1/4s; B/W: 0.001 lux at 1/4s; With IR: 0.0 lux Video Streams: Triple Streaming with a Maximum of 5 concurrent shared streams. Motion Detection: Single Zone Auto Focus: Yes Field of View: W: 56 degrees/45 degrees; T: 2.1 degrees/1.6 degrees Wide Dynamic Range: Yes Onboard Storage: SDXC up to 128GB Environmental Rating: IP66 Vandal-Resistant: IK10 ONVIF Compliant: Profile S Housing Color: White Lens Type: IR Optical Corrective, Motorized Varifocal All interior cameras require the following minimum specifications: Video Compression: H.264/H.265/IntelliZip/MJPEG Max Frame Rate: 3MP @ 30ips; 2MP @ 60ips Resolution Options: 3MP, 2MP, 1920X1080 (1080p) Imager: �.8 CMOS True Day/Night: True D/N with ICR Video Streams: 3 Focus: Motorized Varifocal and Focus Focal Length: 2.8-12mm Field of View: Wide Angle: 98 degrees/71 degrees; Telephoto: 35 degrees/26 degrees. Wide Dynamic Range: Yes, 120dB Onboard Storage: Micro SDXC Up To 128GB Vandal-Resistant: IK10 ONVIF Compliant: ONVIF profile S Housing Color: White Lense: Varifocal Motion Detection: Yes, 3 Zones. Monitor Specifications: The Vendor shall provide three monitors with the below minimum specifications: LCD Monitor; 22 ; 1920X1080 Resolution; 16:9 Aspect Ratio; 1000:1 Contrast Ratio. HDMI and VGA inputs Auto Scale Digital and Analog Video Inputs Picture in Picture Autor Recovery from Outages Auto-Shift Option to Prevent Pixel Burn-in Built-In Stereo Audio Speakers HDMI to DVI Adapter Cable RoHS Compliant Recorder Specifications: The Vendor shall replace the existing recorder with a new recorder with remote access capability. The new recorder shall meet the minimum specifications below: Continuously record up to 550Mbps of video for high concentration of high definition analog and IP cameras. Stream up to 1,800 frames/second of live/recorded video to local/web/mobile clients. Stream live/recorded video up to 100 simultaneous PC clients. Uninterrupted operations and video preservation in event of one drive failure via optional 4U RAID5. Monitors hardware health with email/text notifications. Record up to 64 IP cameras per video server. Store up to 48TB of video. IDS: The vendor shall assume monitoring of the existing IDS and provide two (2) new panels/receivers to include battery backup with AC charger and test operation for proper connection and notification. All existing power and data lines will be utilized. Panels/Receivers shall meet the minimum specifications below: LED screen to view current status. Five form C relays for connecting to any panel: four alarm, one fault. Case tamper protection, jam detection, and internal antennas for a secure wireless implementation. Wireless programming routine built into the receiver. Requirements: SSTV and IDS must be compatible with RO s existing Physical Access Control System Software House CCURE-9000. The vendor will be escorted at all times during work in secured areas. All work will occur during normal business hours, which are 8:00am to 4:00pm Monday through Friday (excluding holidays). A minimum of four (4) hours of training will be provided by vendor on the SSTV and IDS systems for a total of (8) hours. The vendor shall warranty all parts and labor for a period of one year from date of acceptance, unless manufacturer warranty provides additional coverage. The vendor shall be responsible for installing all materials and equipment in accordance with original manufacturer specification and requirements. All warranty documents shall be provided to Contracting Officer s Representative (COR). The vendor shall provide all necessary material, labor, supervision during the course of the project. Safety: The vendor shall provide a safe work environment for their employees along with government employees and property. All necessary precautions must be taken. Project coordination: The vendor shall coordinate the project with all involved parties as determined by the COR. Occupied space: The vendor shall not interrupt the daily activities of building tenants. All work is to be performed in accordance with all applicable codes and trade practices. The vendor shall leave the affected areas in a neat and clean fashion during and upon completion of work. All equipment will be installed at 5460 Reno Corporate Drive, Reno, NV 89511. The following Federal Acquisition Regulation (FAR) and Veterans Administration Acquisition Regulation (VAAR) Clauses and Provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.204-6 Unique Entity Identifier FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-20 Predecessor of Offeror FAR 52.214-21 Descriptive Literature FAR 52.252-1 Solicitation Provisions Incorporated By Reference VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference VAAR 852.273-74 Award Without Exchanges Offers will be evaluated as follows: Basis for Award Award decision will be based on the lowest evaluated overall price from the responsible offeror whose quote is responsive and found to meet the requirements identified herein. The Government intends to make award on an all or none basis to the offeror presenting the best value. Best value is defined as the lowest priced quote meeting the requirement identified herein. To be eligible for award of this requirement, only VA verified SDVOSBs in the VIP database (VetBiz.gov) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. At time of quote submission, contractor must be registered and active in the System for Award Management (SAM) Registration; registered as a small business concern under NAICS Code 334290; and have completed the Online Representation and Certification Application (ORCA) within BETA.SAM. Contractor DUN s number is NOT in the Excluded Parties List System (EPLS) and are NOT listed on the List of Parties Excluded from Federal Procurement or otherwise ineligible to receive an award. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quotation should contain the offerors best terms from a technical capability and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Quotes shall be submitted via email in either a .pdf, .doc or .docx format. The email subject line must contain the following RFQ 36C10E20Q0067 . FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov . After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp FAR 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.246-70 Guarantee The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacture Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. VAAR 852.246-71 Inspection VAAR 852.219-74 VA Class Deviation LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. 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. FAR 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 applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (22) 52.219-28 Post-Award Small Business Program Representation (25) 52.222-3 Convict Labor (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (27) 52.222-21 Prohibition of Segregated Facilities (28) 52.222-26 Equal Opportunity (30) 52.222-36 Equal Opportunity for Workers with Disabilities (33) 52.222-50 Combating Trafficking in Persons (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (46) 52.225-1 Buy American Supplies (47) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Alternate I (49) 52.225-13 Restrictions on Certain Foreign Purchases (55) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (56) 52.232-39 Unenforceability of Unauthorized Obligations Quote Delivery: Quote submission shall be emailed no later than 4PM (EST), January 6,2019 to: Mathew St Thomas at Mathew.Stthomas@va.gov. The Maximum email size is 5 MBs) Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact, and Full Address. Included with each quote, the Offeror is to provide descriptive literature and detailed specifications showing how the offered product meets the requirements. Contractor shall provide information demonstrating that the contractor is an authorized dealer of the quoted manufacturer. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being unsatisfactory and ineligible for award. Quotations shall be submitted electronically to email address Mathew.Stthomas@va.gov. Only emailed quotes shall be acceptable and must be received and identified by solicitation # 36C10E20Q0067. Email subject line must contain RFQ 36C10E20Q0067 . Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Mathew St Thomas at (520-629-4744) or by e-mail at Mathew.Stthomas@va.gov. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. END OF DOCUMENT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/60301519945240fa9fed4c48c238a126/view)
 
Place of Performance
Address: Veterans Benefits Administration Regional Office;5460 Reno Corporate Drive;Reno, NV 89511
Zip Code: 89511
 
Record
SN05521677-F 20191221/191219230155 (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.