Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 28, 2021 SAM #7179
SOLICITATION NOTICE

63 -- Alarm Monitoring and Maintenance

Notice Date
7/26/2021 7:58:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24821Q0984
 
Response Due
7/29/2021 7:00:00 AM
 
Archive Date
08/28/2021
 
Point of Contact
Sallieann Wilson, Contract Specialist, Phone: 305.575.7000
 
E-Mail Address
sallieann.wilson@va.gov
(sallieann.wilson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Performance Work Statement Alarm Monitoring Services 1.0. Introduction. 1.1. The Government requires intrusion detection alarm monitoring services in support of the Miami VA Healthcare System, Police Service. 2.0. Description / Scope / Objective. 2.1. The Contractor must provide all labor, equipment, tools, material, supervision and other items and services necessary to perform the work as defined in this Performance Work Statement. 3.0. Applicable Documents. 3.1. The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation SCA DOL Website Service Contract Act (SCA) Directory of Occupations (Fifth Edition) http://www.dol.gov/whd/contracts/sca.htm VA Handbook 0730/4-B, Sect. E Motion intrusion detection. 3.2. Glossary. Acronyms used in this PWS are listed below for easy reference: CO Contracting Officer COR Contracting Officer s Representative FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation OPC Outpatient Clinic 4.0. Performance Requirements. 4.1. The contractor shall provide: Intrusion detection/alarm monitoring services for all areas identified herein. The contractor shall identify entities attempting to subvert in-place security controls, identify threats to the physical security system(s), and assure protection measures essential to the safety and security of Government and leased properties of the Miami VA Healthcare System, inclusive of Community Based Outpatient Clinics (CBOC s), and OPC s in accordance with VA policies, procedures, and any other Governing doctrine thereof legal, industry, Federal/State/Local or otherwise. Shall be licensed/qualified to perform maintenance on Honeywell Vista Alarm System. 4.1.1. At the convenience of the Government the Contractor shall coordinate any and all services necessary to maintain the system(s). Services consist of but are not limited to the following items: 4.1.1.1. Inventory and recording of system components. 4.1.1.2. Testing power supply for alarm systems. 4.1.1.3. Testing cables, especially alarm cables, failure determinations and eliminations. 4.1.1.4. Testing all detectors and operation test of all signal units of each system 4.1.1.5. Preparation of maintenance and functional test records for each alarm system. Failures must be listed in detail. 4.1.1.6. Any possible repair services are included in this contract. This is a turnkey contract resulting in the contractor bearing full responsibility of the system for possible repairs. 4.1.1.7. Mobile security management for remote monitoring 4.1.2. On-call Repairs: On-call repairs are emergency repairs beyond the scheduled maintenance. 4.1.2.1. The contractor shall respond to a call and be at the job site within two (2) hours, 24/7. 4.1.2.2. Upon any and all malfunctions the contractor shall perform services immediately on the same day. At no additional costs an immediate service request can be requested after 1630 hours, weekends, or any Federal holidays. 5.0. Performance Location and Hours. 5.1. Exact working spaces shall be coordinated with the Government. 5.1.1. Current Location List: Broward County: NAME ADDRESS SITE PHONE & CONTACT PERSON Deerfield Beach VA Vet Center 2100 South 10th Street, Suite H Deerfield Beach, FL 33442 954-570-5572; 954-570-7207 Meda Sharma Hollywood VA VET Center 3702 Washington #201 Hollywood, FL 33021 954-986-1811 Marcus Strulker Miramar Office 2750 SW 145th Avenue Miramar, FL 33027 954-517-8520 Edlyms Rivera Pembroke Pines VA Vet Center 7369 Sheridan Street #101 Pembroke Pines, FL 33024 954-981-3106; 954-894-1668 Dr. P. Vadantam; Dr. D. Shiavoni Miami-Dade County: Doral VA Vet Center 8280 NW 27th Street, #511 Doral, Florida 33122 305-718-3712 Chris Cohan Doral Warehouse 6725 NW 36 Street Doral, Florida 33160 786-413-2580 Joel Linton Monroe County: Key Largo VA CBOC 105662 Overseas Highway Key Largo, FL 33037 305-451-0164 Dr. Alfredo Rohaidy Homestead VA CBOC 950 N. Krome Avenue, Suite 401 Homestead, FL 33030 305-248-1164; 305-248-0874 Dr. Cattan 5.2. Government normal duty hours are from 0730-1630, Monday through Friday, excluding federal holidays. Contractor access will be provided during this time period. 6.0. Deliverables. 6.1. The contractor shall conduct instructional course(s) to meet the objectives identified herein. In addition, the contractor shall provide handouts and training materials in sufficient quantity for each participant. These are off-the-shelf courses and the contractor shall provide lesson plan, course materials, and media (DVD s, CD s, videos, etc. if required) for each course. 6.2. The contractor shall provide any and all service reports. All documentation remains the property of the Government. 7.0. Key Personnel Replacement and Substitution. 7.1. Requests for approval of substitutions shall be in writing and shall provide a detailed explanation of the circumstances necessitating the proposed substitutions. The request shall contain a complete resume for the proposed substitute, and any other information requested or required by the Contracting Officer to approve or disapprove the request. Proposed substitutes shall have qualifications that are equal to or higher than the personnel being augmented. The Contracting Officer or his/her authorized representative shall evaluate such requests and promptly notify the Contractor in writing whether the proposed substitution is acceptable. 7.2. If the Contracting Officer determines that, (1) suitable and timely replacement of personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming, or (2) the resultant substitution would be so substantial as to impair the successful completion of the contract or the delivery order in accordance with the proposal accepted by the Government at time of contract award, the Contracting Officer may, (1) terminate the contract for default or for the convenience of the Government, as appropriate, or (2) at his discretion, if he finds the Contractor at fault for the condition, equitably adjust the contract price downward to compensate the Government for any resultant delay, loss or damage. 7.3. The Contractor shall replace any absent individual for any period greater than one workday (may be changed) so as to leave a full complement of trained qualified personnel at all times with no disruption of services. 8.0. Contractor Personnel and Management. 8.1. Contractor Personnel. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. 8.2. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated contractor identification badge at all times when performing services under this Contract, including when on Government directed travel The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 8.3. All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 8.4. Safety/Security Requirements. The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 8.5. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. 8.6. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. 8.7. Standards of conduct 8.7.1. Conduct of Personnel. Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. 8.7.2. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. 8.7.3. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. 8.7.4 The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority. 9. TRAVEL. NOT APPLICABLE. 10. NON-PERSONAL SERVICE STATEMENT. 10.1. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the PWS. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. 11. PERSONNEL QUALIFICATIONS. 11.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this PWS. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual. 11.2. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: 11.2.1. Be authorized to work in the U.S.. 12. PERFORMANCE STANDARDS AND QUALITY 12.1. Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. 12.2 The QASP and its performance objectives are as follows PWS Para. Performance Objective Performance Standard Acceptable Quality Level Surveillance Method Compliance 4.1. Provides maintenance and repairs/ possible corrections to any deficiencies 24-hour, 7-days a week basis within a timely manner responds to a call within two (2) hours. Contractor is responsive 99% of the time. Random inspec-tion conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1. Provides monthly timer testing to ensure connectivity to monitoring centers Timer testing completed in a timely manner. Timer testing completed and reports provided 99% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 4.1. Mobile security management for remote monitoring Monitored 24/7. Monitored 99% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contrac-tor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action. 6.2 Provide monthly alarm status reports. Ensure receiving documents are accurate and received within a timely manner (within one (1) day). Receiving documents are accurate 98% of the time. Random inspection conducted by the COR and/or customer comment. Below AQL, non-acceptance of services. A Contract Discrepancy Report (CDR), will be issued for performance below the AQL. The Contractor will have five workdays to provide a response that includes an improvement strategy for addressing the issues. 30 days after issuing the CDR, the Contractor will be re-rated. If performance does not comply with PWS, the PCO will be notified, the performance record will be documented, and PCO may pursue contract action.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df96e51099714437ad163db1e486a88f/view)
 
Place of Performance
Address: Dept of Veterans Affairs 1201 NW 16th Street, Miami 33125
Zip Code: 33125
 
Record
SN06073664-F 20210728/210728203259 (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.