Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2021 SAM #7062
SOLICITATION NOTICE

59 -- 600-21-2-5667-0361, Facilities Mgmt., Video Surveillance System (VA-21-00040920)

Notice Date
3/31/2021 4:19:50 PM
 
Notice Type
Presolicitation
 
NAICS
334614 — Software and Other Prerecorded Compact Disc, Tape, and Record Reproducing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0564
 
Response Due
4/5/2021 12:00:00 PM
 
Archive Date
04/20/2021
 
Point of Contact
Helena Roba, Contract Specialist, Phone: (562) 766-2326
 
E-Mail Address
helena.roba@va.gov
(helena.roba@va.gov)
 
Awardee
null
 
Description
VETERANS HEALTH ADMINISTRATION LONG BEACH HEALTHCARE SYSTEM VIDEO SERVEILLANCE SYSTEM Responses to this RFI 36C26221Q0564 must be received no later than Monday April 05, 2021 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS codes 334614 or (related). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can supply the VA Long Beach Healthcare System with Milestone Video Surveillance System (VSS) and Security Platform Integration Services. The milestone surveillance system (VSS) Software, Equipment, and Licensing is required in order to bring the VHALB Medical Center (VALBMC) security system infrastructure in compliance with Federal Regulations require approved licensing ana security system at all federal facilities. VIDEO SERVEILLANCE SYSTEM DESCRIPTION Milestone Video Surveillance System (VSS) and Security Platform Integration STATEMENT OF WORK (SOW) Contractor shall provide all labor, parts, materials, equipment and supervision required to perform all work. Contractor will provide the Contracting Officers Representative (COR) with a digital schedule outlining all deliverable items and service prior to staring system upgrade. Contractor shall check in with COR, upon arrival at the VALBMC daily. Contractor and Employees shall be issued VA Long Beach contractor temporary ID badges from the VA Police Department that are always to be worn while on VA Property. A Kick-Off meeting is mandatory and is to take place the first day of the project scheduled at a time and date designated by the COR. This is an all-hands meeting and all parties that are required for the success of the project must be present. Contractor required to provide all meeting minutes and shall provide COR with weekly status update including all items completed, pending, and shall address any potential issues or concerns that may hinder completion of the project within the designated period of performance. Contractor is responsible for repairing all damages incurred during performance of this scope of work to include floors, ceilings or walls damaged due to removal/installation or moving material and tools in and out of the work area. Contractor shall follow all VA Regulations and provide the means to meet these Regulations. Disconnects and reconnects of electrical are all included. All electrical work will be done in accordance with NFPA 70 National Electric Code. All security system work, installs, programming and integration shall comply with NIST.FIPS.140-2. Contractor responsible for completing and submitting all required VALBMC Permits. SYSTEM COMPONENTS BASE 1 XProtect Corporate Base Lic. 317 Xprotect Corporate Device Lic 1 One Year Care Plus for Xprotect Corporate Base Lic. 317 One Year Care Plus for Xprotect Corporate Device Lic. ADDITIONS 8 Seneca R2-32T-G-S Servers Contractor shall perform a verification remote session in conjunction with the VA Long Beach Police Department (VALBPD) representative to ensure that all prerequisites have been met, prior to system upgrade. Contractor shall complete a comprehensive assessment of each server associated with VALBMC VSS via remote session. Once analysis is complete Contractor shall remove six (6) existing VA owned servers and replace with eight (8) Seneca R2-32T-G-S Servers (BRAND NAME OR EQUAL). Contractor solely responsible for all programming, and server configuration service. Contractor shall ensure Qognify Software is stored and backed up prior to upgrade in order to retrieve and restore VALBMC VSS to its original state in the event of system crash or unforeseen circumstances. With prior approval from COR and VALBPD representative, Contractor shall perform XProtect component installation. Contractor shall remove existing Qognify VSS system and all associated components, hardware, and software from VALBPD network and upgrade to NIST.FIPS.140-2 compliant Milestone XProtect Corporate Software, including ALL deliverable items listed under SYSTEM COMPONENTS. Integrator will enroll and configure the quantity of channels specified per each existing server at the time of installation. User roles/permissions groups will be created and configured in coordination with VALBPD and end user requirements. Cameras will be configured for either motion detection or continuous recording in coordination with VHALB and based on end user requirements. Once system installation and configuration are complete system will be assessed for functionality and accuracy and Contractor will perform basic performance testing to ensure the upgrade was successful and the system is in good running state. Contractor will provide in-person training to VALBPD and Electric Shop personnel at a time and date designated by the COR on creating camera views and installation of the Smart Client. Contractor shall provide one (1) One Year Care Plus for XProtect Corporate Base Lic. and three-hundred-seventeen (317) One Year Care Plus XProtect Corporate Device Lic. All documentation and warranty information for items listed under SYSTEM COMPONENTS shall be submitted to the COR for approval. COR will review the SOW to ensure all deliverables have been met, as well as address any outstanding issues or concerns, which shall be reported and completed by the Contractor prior to close-out. SECURITY REQUIREMENTS Vendor will not have access to patient records, data or VA computer systems. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): No Government equipment will be used by the Vendor. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS 334614 or (related) identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities with regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to helena.roba@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday April 05, 2020 at 12:00 P.M. PST. If a solicitation is issued it shall be announced at a later date. All interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0a78a885588c454784278c14f75e706b/view)
 
Record
SN05959023-F 20210402/210331230103 (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.