Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SPECIAL NOTICE

63 -- Upgrade Facility Access Control System at Martinsburg VA Medical Center including new Rack mounted Server, Rack mounted Fail-over Server, 5 Client Work Stations, software and license, training and provide service maintenance.

Notice Date
4/7/2021 7:50:08 AM
 
Notice Type
Special Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24521Q0360
 
Archive Date
05/07/2021
 
Point of Contact
Dan Feng Lu, Contract Specialist, Phone: 410.642.2411 x26005
 
E-Mail Address
danfeng.lu@va.gov
(danfeng.lu@va.gov)
 
Awardee
null
 
Description
UPGRADE FACILITY PHYSICAL ACCESS CONTROL SYSTEM STATEMENT OF WORK Veterans Health Affairs, Network Contracting Office 5, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to upgrade the Facility Physical Access Control System(PACS) including new Rack mounted Server, Rack mounted Fail-over Server, 5 Client Work Stations, software and license, training and provide for service maintenance agreement. The existing campus-wide Identiv/Hirsch system consists of 400+ card readers and 100 Identiv/Hirsch PACS panels that must be supported by the upgrade.   The government is contemplating a Firm Fixed Price contract to satisfy this requirement and meet the needs of the patient population at the Martinsburg VA Medical Center 510 Butler Avenue Martinsburg, WV 25405. Background The Martinsburg VAMC currently utilizes the Identiv/Hirsch system for access control throughout the entire campus. The current headend headworks to the Identiv/Hirsch system is outdated as of December 2020, is no longer supported by the manufacturer. The upgrade is required before any new systems (new buildings or renovated spaces) can be tied into the PACS system or for vendor support of the system. Scope of Work The work will be performed in the Biomed Server Room in their Building 500 basement shop, Police Dispatch in Building 318, and at the 5 areas locations with the PACS Client Work Stations. The work shall include installation of Identiv/Hirsch PACS Management System including all components required for a complete, operational, and expandable system including, but not limited to the following: Rack server with current version of Microsoft Windows Server OS, 5 OS CAL Client included Minimum Hardware Configuration: 3.0 GHz Processor, 8 MB cache, 4C/4T, Turbo, 8 GB UDIMM, 2400MT/s, ECC, 2X1TB 7.2K RPM NLSAS, 6 Gbps 3.5in Hot-plug Hard Drives RAID 1, DVD+/_ RW, mouse, Keyboard, 19inch LCD monitor, Speakers, 12 outlet surge protector, 3 x USB 3.0, On-Board LOM 1GBE Dual Port. 3 year service and support from Manufacturer Microsoft SQL Server Standard Edition, required to run Velocity when SQL Express is not adequate or when customer does not provide MS License for SQL Workstation with current version of Microsoft Windows Desktop Pro OS. Minimum Hardware Configuration: 3.0GHz Processor, 8M cache, 16GB DDR444 (2400Mhz), 2.5 500GB 720 RPM Serial AA hard drive, 4GB video card (dual monitor), DVD+/- RW, Mouse keyboard, 2 inch LCD monitor, Speakers. 3 yea service support from Manufacturer. Velocity Security Management Software License Federal (2 years) Velocity Certificate Checking Service license (2 years) Velocity Certificate Checking Service maintenance agreement Yearly (2 Years) Velocity Security Management application maintenance license (starts 2nd yr), Server edition: Additional 128 Modules, Requires VEL-SERVER. (1 yr) Velocity security management application maintenance license, starts 2nd year, Server edition: Additional 512 Modules. Requires VEL-SERVER. (1 Years) Velocity PIV BIO Registration Velocity security management server maintenance license Yearly Global Services Labor for Systems Engineer. (40 Hr) Global Services Service Level Agreement. Retrofit Kit - M8 to Mx-8 (5 Ea) COMMAND & CONTROL MODULE FLASH (10 Ea) Training to include: The Hardware Course - The Hardware Course (a.k.a. DIGI*TRAC) covering the following topics: relays, inputs,readers, Controllers, Expansions Boards, Line Modules, wiring requirements, locks,PS2 (lock power supply),ScramblePads, ScrambleProxes, ScrambleSmartProxes, the MATCH2,and mounting boxes. (4Ea) The Velocity Installation Course - Teaching the student how to install and configure Velocity covering topics: Windows Server and client installation, SQL Server installation, Active Directory overview, Velocity hardware requirements, setting an IP Address, understanding system architecture decisions, hardware components required for communications, installing Velocity, adding ports, and configuring controllers in the software. (4Ea) The Velocity Operator Course for training end-users to the basic concepts required to operate the access control system. (4Ea) The Velocity Administrator Course to teach the additional material required for Administrator's responsible for the Velocity System. (4Ea) Velocity Re-Certification Course (4Ea) PLACE OF PERFORMANCE  Martinsburg VA Medical Center  510 Butler Avenue Martinsburg, WV 25405      TRAVEL  N/A    CLASSIFICATION/SECURITY  N/A    GOVERNMENT FURNISHED PROPERTY  None.    INTERESTED & CAPABLE RESPONSES  NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services.      Please respond with your:  Business name   Business type   Socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.)   Person of contact (including telephone number & email address)  GSA Contract number if applicable   DUNS number  Capability statement    Responses must be submitted by 3:00 PM (EDT) Wednesday, April 14, 2021.  Responses to the information requested above may be submitted via email to danfeng.lu@va.gov.     DISCLAIMERS  This Notice of Intent to Sole Source does not constitute a solicitation. All information received in response to this notice that is marked proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (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 incurred associated with responding to this RFI.    This Special Notice of Intent to Sole Source is for planning purposes ONLY.  The results of this notice will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.).  VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ead04c5df5fa479499afdfa6aa273543/view)
 
Record
SN05964623-F 20210409/210407230111 (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  © 1994-2020, Loren Data Corp.