Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

J -- Security Systems Maint and Repair Services

Notice Date
5/14/2020 8:34:08 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0664
 
Response Due
5/21/2020 12:00:00 AM
 
Archive Date
06/05/2020
 
Point of Contact
Peter Kim peter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 4 0002 05-14-2020 600-20-2-5665-0089 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 00262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 To all Offerors/Bidders 36C26220Q0664 05-07-2020 X X X 1 This amendment is issued to post RFIs and VA responses All other terms and conditions remain unchanged. Page 4 of 4 RFIs Solicitation 36C26220Q0664, Security Systems Maintenance and Repair Services 1. Does the VA currently have AutoCAD Drawings of the entire facility to provide to awarded contractor? VA Response. No AutoCAD drawing are available for this requirement and will be provided by the Contractor according to DRAWINGS AND DIAGRAMS: section of the SOW. 2. Does the VA currently have the IT Network Architecture currently in AutoCAD to provide to awarded contractor? VA Response. No IT Network AutoCAD drawing are available for this requirement per Rodney Sagmit IT Chief and will be provided by the Contractor according to DRAWINGS AND DIAGRAMS: section of the SOW. 3. Can the VA provide prior to bid date a sample of current test and inspection report? VA Response. No sample test and inspection reports are available to provide for this requirement and shall be furnished and provided by the Contractor within sixty (60) days of NTP per PREVENTATIVE MAINTENANCE: section of the SOW. 4. Please clarify that a guarantee of all equipment and labor is covered under first year of contract? VA Response. All equipment and labor are covered under the first year of the Contract within the threshold of Contract terms. 5. Can the VA provide prior to bid date a listing of costs of all equipment replaced over the past 2-years? VA Response. A comprehensive itemized list is not available of all replaced equipment and associated costs. 6. The SOW page 13 section A, it requires the winning contractor to have adequate stock of equipment and material, is this cost for any replacement equipment/material to be included in the lump sum bid or is it to be billed separately. Section B, in the same area, asks for back up invoices from the manufacturer, can you please clarify. VA Response. Cost is included in fixed price bid and manufacturer invoices shall be submitted to the Government within seven (7) days upon request. 7. In the SOW document (4) the pictures of the equipment, under the servers it states that the servers need to be replaced and it needs a backup server. Can you clarify if this is to be replaced and if so, is it covered under the lump sum proposal or if this is to be billed on as an added extra? VA Response. INITIAL ASSESSMENT OF SECURITY SYSTEMS INFRASTRUCTURE (Supplement- 1) is a baseline analysis of the system to provide GFI to assist in familiarizing Contractor with VA Long Beach Security Systems Infrastructure and possible services under this requirement. The Government makes no representation as to the completeness or accuracy of these documents and all associated costs shall be included in lump sum bid. 8. In the SOW document (4) the pictures of the equipment, under the Ocularis software it states that the software needs to be upgraded from version 5.2 to 5.7. Can you clarify if this is to be upgraded under the lump sum proposal or if this is to be billed on as an added extra? VA Response. INITIAL ASSESSMENT OF SECURITY SYSTEMS INFRASTRUCTURE (Supplement- 1) is a baseline analysis of the system to provide GFI to assist in familiarizing Contractor with VA Long Beach Security Systems Infrastructure and possible services under this requirement. The Government makes no representation as to the completeness or accuracy of these documents and all associated costs shall be included in lump sum bid. 9. In the SOW document (4) the pictures of the equipment, under the Hirsch Controllers it states that the 8 and 2 controllers need to be upgraded to Mx controllers. Can you clarify if this is to be upgraded under the lump sum proposal or if this is to be billed on as an added extra? VA Response. INITIAL ASSESSMENT OF SECURITY SYSTEMS INFRASTRUCTURE (Supplement- 1) is a baseline analysis of the system to provide GFI to assist in familiarizing Contractor with VA Long Beach Security Systems Infrastructure and possible services under this requirement. The Government makes no representation as to the completeness or accuracy of these documents and all associated costs shall be included in lump sum bid. 10. In the warranty section it states the contractor is to assume all warranty items, can you provide a list of any and all equipment covered under an existing warranty? VA Response. Warranty items include newly installed replacement equipment by the Contractor only not existing equipment. There is no existing equipment still currently under warranty. 11. The Moderate Risk Minimum Background Investigation states there is a cost of $1,730. Is that per person or per company and is this cost to be included in the lump sum proposal? VA Response. The cost is a cost per investigation per individual. The determination of how to recover the cost of the investigation is up to the contractor as some contractors will have completed investigations for other contracts and would not need to attribute or add the cost of the investigation to their offer. 12 Page 4, Section F, 9th bullet point: Please confirm that all costs associated with complete non-compliant PIV standard card reader equipment replacement would be included as part of a separate proposal as refenced in this section and would NOT be part of the Security Systems Inventory, Testing, Troubleshooting, Maintenance, and Repair Services currently under evaluation by bidders. VA Response. The assumption is that all equipment SHOULD be in operating condition. Equipment found during the initial inventory/assessment to be non-operational or non-compliant needs to be brought to the attention of the COR and contracting officer and resolved through a separate contract. 13. Page 7, Semi-Annual Requirements , item b: Please confirm whether cost to purchase software and licensing updates as described in this section shall be included as part of Bidder s response to this item. VA Response. Yes, software and licensing costs should be included in the offer. 14. Please confirm due to minimal dust anticipated, a TYPE I infectious control is assumed throughout the VA Campus and service contract. VA Response. All VA Long Beach Infection Control policies apply to this requirement and where in the facility equipment is being replaced or repaired determines the level of ICRA Permit that must be completed and the guidelines that must be followed. Potentially sensitive work areas of the hospital shall be brought to the attention by the Contractor to the COR who will determine the risk control level required for the area. All ICRA Permits shall be required under this requirement including: Type A, Type B, Type C, and Type D, Class I, Class II, Class III, and Class IV depending on the area of work.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c6da94ac15a1492393579ddf0799368b/view)
 
Place of Performance
Address: VA Long Beach Healthcare System;5901 East 7th Street;Long Beach, CA 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN05657453-F 20200516/200514230153 (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.