Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2020 SAM #6919
SOURCES SOUGHT

J -- CCTV, Security Equipment & Access Controls Maintenance & Repairs Services

Notice Date
11/6/2020 2:46:39 PM
 
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
36C24221Q0199
 
Response Due
11/19/2020 12:00:00 PM
 
Archive Date
02/26/2021
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: (212) 686-7500 Ext 6090
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK Access Controls, Security Equipment and CCTV Equipment Full Maintenance and Repair Services BACKGROUND: Department of Veterans Affairs New Jersey Health Care System is currently seeking 12 Months of full Preventive Maintenance and Repair Services for the Physical Access Controls Systems (PACS), Honeywell Security Equipment and Closed-Circuit TV (CCTV) Equipment at the Lyons Campus. The contractor shall perform full preventive maintenance and repair services on all equipment outlined within this Statement of Work. SCOPE OF WORK- Contractor shall furnish all parts, labor, materials, tools, travel and supervision for maintenance and repair of all equipment listed below in accordance with Original Equipment Manufacturers (OEM) specification. Services shall include testing, networking repairs, replacement, installations, call back repairs and programming of equipment/systems. The contractor shall provide timely response to all service calls and emergency repairs to minimize equipment downtime. Routine /non-urgent repairs are to be performed during normal working hours listed below. Emergency/urgent repairs are to be coordinated and scheduled with COR and can be performed 24/7. Contractor shall provide 24/7 emergency phone number with average call back response time of two (2) hours for emergency repairs. Contractor shall provide technicians who are fully factory certified to work on PACS, CCTV Equipment and Honeywell Security Equipment. SPECIFICATIONS: Contractor shall test the functionality of the equipment upon completion of repair. If this is a test for repair, the Test should ensure that damaged parts have been successfully repaired and all functions including, but not limited to those related to repaired parts, are operational. If this is a test for a routine PM service, inspection, etc., then the test should ensure that the equipment is functioning within the guidelines of the Original Equipment Manufacturer (OEM). Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection should ensure that all equipment is returned to full functioning condition. No invoices will be processed for payment prior to the completion of COR/POC inspection. Contractor shall provide an electronic version of the Service Report to the COR. Contractor shall ensure Service Reports are signed by both the service provider and COR at completion of work. 1. Physical Access Controls System (PACS): Contractor shall furnish all parts, labor, materials, tools, travel and supervision for maintenance and repair of Physical Access Control System (PACS) equipment in accordance with manufacturer s specification. Contractor shall provide services that maintain and operate covered system at optimum performance. Contractor shall provide factory certified Technicians with working knowledge on all PACS equipment listed below. Technicians shall provide factory support and training upon request. 1A. Physical Access Controls System (PACS) Equipment List: Total 23 Buildings being served by PACS Total 190 Doors being serviced by PACS Total 64 PACS Panels in place PACS Main computer server and sequel database PACS Network, hub, and media converters PACS fiber optic and cat network Distech Controls EC-ACC Access Controllers PACS SFP (small formfactor protocol) modules and fiber optic patch cords Northern Computers N1000 Series Controllers Northern Pro-2200 and Pro-3200 series panels Northern NAX Northern NX1 Software Dedicated Micros Insignia IP4000 panels WinPak, Pro,Morpho manager, Bio script, and Key watcher software Biometric Readers Morpho script readers Key-Keeper Lockbox in CDC Electric Strikes Magnetic Locks, sensors, contacts, and power supplies Total 26 Rack Mount and Enclosed (UPS) Uninterrupted Power Supply Data Entry Backup and Database Maintenance Training 1B. Materials most frequently needed for PACS maintenance and repairs: Honeywell NX4S1 4 door panel Honeywell NX1MPS 1 door Panel Honeywell PRO32D2 Reader Board 900PHRNEK00005 Reader Dedicated Micros SDHD-16/6T DVR AR615616UC Power Supply 2. Honeywell Security Equipment: Contractor shall furnish all parts, labor, materials, tools, travel and supervision for maintenance and repair of Honeywell Security Equipment in accordance with manufacturer s specification. Contractor shall provide services that maintain and operate covered system at optimum performance. Contractor shall provide factory certified Technicians with working knowledge of Honeywell Security Equipment, Micro Key Software, PC, Database, Central Station Receiver and Distech Lighting Controls listed below. Technicians shall provide factory support and training upon request. 2A. Honeywell Security Equipment List: Honeywell Vista Series Alarm Control Panels Honeywell Intrusion and Panic Alarms throughout facility Honeywell MX8000 and Bosh Central Station Receiver Software Micro key Software for Central Station Distech Controls EC-Lighting Control Panels and LNS Database 2B. Materials most frequently needed for Honeywell Security Equipment maintenance and repairs: - Honeywell Vista 50p Panel - Honeywell 6160 keypads - Honeywell 5881 ENH Receiver - Honeywell 5869 Panic Trans. - Micro Key 1 Year software license. - Distech Controls EC-Light 16D 16 Relay control panel 3. Closed Circuit TV (CCTV) Equipment: Contractor shall furnish all parts, labor, software, materials, tools, travel and supervision for maintenance and repair of Closed-Circuit TV (CCTV) Equipment in accordance with manufacturer s specification. Contractor shall have factory direct status with DM View software. Contractor shall provide services that maintain and operate covered system at optimum performance. Contractor shall provide factory certified Technicians with working knowledge on CCTV equipment listed below. Technicians shall provide factory support and training upon request. 3A. Closed Circuit TV (CCTV) Equipment List: - Dedicated Micros (Digital Video Recorders) DVR s installed In Buildings through Campus. - Dedicated Micros, Sony, Samsung and all other installed Cameras Total 210 units. - Total 18 monitors and 7 computers in Bldg. 1 CDC and Bldg. 6 Canteen - NetVu Observer and Trans Vu Software - Fiber and cat. Network Switches, Hubs and Media converters - SFP (small formfactor Protocol) Modules and fiber optic patch cords - All Rack Mount UPS Associated with CCTV Equipment - Pan/Tilt and Zoom Housing WORKING HOURS: All work shall be performed between the hours of 7:00 AM to 3:30 AM, Monday to Friday excluding Federal Holidays. Emergency calls will be addressed 24 hours a day, 7 days a week. RESPONSE TIME: Contractor shall respond verbally within one (1) hour of initial contact from Electric Shop Department POC and will work with the (Contracting Officer Representative) COR/POC to negotiate and establish on-site response times based on emergency levels. Response time shall be: Two (2) hours for Level 1 Emergency Response. within 24 hours for Level II Non-Emergency Response. Contractor shall be available to be on-site within four (4) hours of requested service by the Contracting Officer Representative (COR). FEDERAL HOLIDAYS: Federal Holidays which are observed by the federal government are annotated below. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Independence Day - Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day REPORTING FOR SERVICE: Contractor personnel shall report to the Electric Shop Foreman, Bldg. 13, Room 4A, Ext. 4270 for Security Equipment. Contractor shall report to the Equipment Repair Shop Foreman, Bldg. 15, Room 6, Ext. 4280 for Access Control (PACS) & CCTV Equipment. All coordination shall be addressed with the COR/POC. NON-COMPLIANCE: The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. OTHER RELATED SERVICES: Any services not expressly stated in this Statement of Work are not authorized. Other maintenance and/or repair vital to the continued functioning of the systems may be added only after written modification from the Contracting Officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the Contracting Officer will be considered inclusive. PERIOD OF PERFORMANCE: Performance of services will be for one year from 02/01/2021 to 01/31/2022 with provisions of four (4) Option Years. PLACE OF PERFORMANCE: Department of Veterans Affairs New Jersey Health Care System Electric Foreman Shop, Bldg. 13, Rm 4A and Bldg. 15, Rm 6 151 Knollcroft Road Lyons, NJ 07930
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3db21f66d2d4494c9ef3343d1c8109aa/view)
 
Place of Performance
Address: New Jersey Health Care System Lyons Campus, VA Medical Center 151 Knollcroft Road, Lyons, NJ 07930, USA
Zip Code: 07930
Country: USA
 
Record
SN05848603-F 20201108/201106230147 (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.