Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2021 SAM #7187
SOURCES SOUGHT

63 -- Identicard System

Notice Date
8/3/2021 6:50:09 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q1065
 
Response Due
8/9/2021 2:00:00 PM
 
Archive Date
10/08/2021
 
Point of Contact
Bruce Jackson II, Contract Specialist, Phone: (412) 822-3747
 
E-Mail Address
Bruce.Jackson5@va.gov
(Bruce.Jackson5@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS, OR INVITATION FOR BIDS  The Department of Veterans Affairs is conducting a MARKET RESEARCH SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; (3) the availability and capability of qualified large business sources and (4) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The NAICS code is 561621 DESCRIPTION OF THE REQUIREMENT: The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) is looking for eligible businesses that are capable of providing all labor, material, tools, equipment, and supervision required to replace the facility s swipe card system in accordance with the Statement of Work (see attached). POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submit Capability Statements by 9 August 2021 to Bruce Jackson at Bruce.Jackson5@va.gov. Responses should be received no later than 5:00 PM EDT. NO CAPABILITY STATEMENTS MAY BE ACCEPTED AFTER 9 August 2021. AT THIS TIME NO SOLICITATION EXISTS.  (DO NOT REQUEST A COPY OF THE SOLICITATION).  A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. (5) No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.) Statement of Work Corporal Michael J Crescenz Veterans Affair VA Medical Center (CMJC VAMC) Upgrade Card Access System A. BACKGROUND The Corporal Michael J. Crescenz Veterans Affairs VA Medical Center (CMJC VAMC) is requesting an emergency service for licensing and labor to make the current failed swipe card access system operational. In order to provide these emergency services, the Contractor shall furnish all services, tools, equipment, labor, facilities, transportation, and supervision. B. CONTRACT LOCATIONS The Contractor shall provide the manpower, materials, and equipment to replace the Identicard 9000 Swipe card access system located at: Main Hospital 3900 Woodland Ave, Philadelphia PA 19104 Community Living Center (CLC) 3461 Civic Center Blvd. Philadelphia PA 19104 Leased Locations/Community Based Care (CBOC) Victor J Sarachi VA Outpatient Clinic (Montgomery County) 433 Caredean Drive Horsham, PA 19044 Veterans Health Clinic, Burlington 3000 Lincoln Drive East Marlton, NJ 08053 Camden Community Clinic 300 Broadway Suite 103 Camden, NJ 08103 Dialysis Community Clinic 4129 Chestnut Street Philadelphia, PA 19104 DOW Building Annex 100 South Independence Mall Philadelphia, PA 19106 C. PERIOD of PERFORMANCE Period of performance is 21 days from award of the contract. D. CONTRACTOR RESPONSIBILITIES The contractor shall provide a minimum of (2) certified Identicard PremiSys Pro system who will be assigned to this facility during the length of the contract. Work performed as a result of misuse, abuse, vandalism, or negligence is the responsibility of the contractor. Contractor shall comply with the following procedures: The contractor shall check in with COR each time they arrive on site. No work can commence without authorization from COR. Upon each departure, contractor shall serve notice of disposition of work to the COR or designee. The contractor shall furnish to COR a daily log of work performed each day to demonstrate progress. E. WORK REQUIRED: The medical center has an existing card access system, Identicard 9000 ( Swipe ) system, that has failed all areas as it is no longer supported by Original Equipment Manufacturer (OEM). This failure does not allow controlled access into numerous areas throughout the medical center. Without controlled access, these areas are not secure. These unsecure areas, under this contract, will be upgraded to the currently operational Indenticard PremiSys Pro system. The medical center s currently operational access control platform, Identacard PremiSys Pro, utilizes proximity card readers to communicate with the system. This system was put into place for all new access-controlled openings to phase out the failing Identicard 9000 system. The medical center has determined a cost-effective approach to replace the failed Identicard 9000 Swipe system by converting the abandoned Lenel infrastructure via flashing the existing Lenel Mercury Controllers and I/O Modules to tie into and to communicate with the existing Identacard PremiSys Pro proximity card system. The contractor shall provide materials, license, programming updates, and installation for each PremiSys controller and program each Input/Output (I/O) boards that will communicate with each newly installed proximity reader at each door in the areas identified under this contract. Contractor shall provide onsite technician support for work for the duration of this project who shall be responsible for the performance of the work and validate operation of each door under this contract. F. INVENTORY OF DOORS: Building 21, Research, Floors Basement 5th floor There are additional openings, in the basement, which require access control to be installed. Provide and install cabling and all associated hardware for locations identified in Basement as indicated on Attachment A.  Provide and install (5) 24-port managed switches, (5) OEM Controller Licenses, and (27) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (70) Proximity readers Provide (70) Exit Motion Sensors and Request to Exit Buttons Building 2, Nuclear Medicine Contractor provide: (1) 24-port managed switch, (1) OEM Controller License and (18) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Building 2, IT Contractor provide: (1) 24-port managed switch, (1) OEM Controller License and (14) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Building 2, MICU Contractor provide: (1) 24-port managed switch, (1) OEM Controller License and (6) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Building 1, Floors: Basement - 9 Contractor provide : (12) 24-port managed switches, (7) OEM Controller Licenses and (104) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (224) Proximity readers Contractor provide (224) Exit Motion Sensors and Request to Exit Buttons Building 2, Floors Subbasement 8th Floor Contractor provide: (10) 24-port managed switches, (8) OEM Controller Licenses and (97) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (210) Proximity readers Contractor provide (210) Exit Motion Sensors and Request to Exit Buttons Building 30 (CLC), Floors Basement 2 Contractor provide: (2) 24-port managed switches, (2) OEM Controller Licenses and (27) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (58) Proximity readers Contractor provide (58) Exit Motion Sensors and Request to Exit Buttons Building 5 AND 15, 1st floor Contractor provide : (2) 24-port managed switches, (2) OEM Controller Licenses and (4) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (12) Proximity readers Contractor provide (12) Exit Motion Sensors and Request to Exit Buttons CBOC Dialysis , Chestnut Street Contractor provide : (1) 24-port managed switches, (1) OEM Controller Licenses and (3) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (8) Proximity readers Contractor provide (8) Exit Motion Sensors and Request to Exit Buttons CBOC Camden NJ Contractor provide : (1) 24-port managed switches, (1) OEM Controller Licenses and (3) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (8) Proximity readers Contractor provide (8) Exit Motion Sensors and Request to Exit Buttons Annex Phila PA Contractor provide: (1) 24-port managed switches, (1) OEM Controller Licenses and (3) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (8) Proximity readers Contractor provide (8) Exit Motion Sensors and Request to Exit Buttons CBOC Horsham PA Contractor provide: (1) 24-port managed switch, (1) OEM Controller Licenses and (2) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (6) Proximity readers Contractor provide (6) Exit Motion Sensors and Request to Exit Buttons CBOC Burlington NJ Contractor provide: (1) 24-port managed switch, (1) OEM Controller Licenses and (3) OEM I/O board Licenses and programming and flashing for remaining existing doors with existing card swipe system Contractor provide (8) Proximity readers Contractor provide (8) Exit Motion Sensors and Request to Exit Buttons G. EQUIPMENT and SPECIFICATIONS: Contractor shall provide and install Proximity Readers Specifications (or equal). Contractor provide and install: Schlage Electronics Reader Model: MT15-485 Firmware: X14_21;X09_21 Config: CE-401-186 Contractor shall provide and install Exit Motion Sensor (or equal). Contractor provide and install: Securitron Model: XMS Contractor shall provide and install all wiring. Wiring specifications are as follows: Push to Exit 22 gauge , 4-wire Card Readers 18 gauge, 6-wire Magnetic Lock 18 gauge 4-wire Contractor shall label/tag each cable run for each device. Contractor shall clearly indicate the room numbers and device type of all devices at the termination points. Labels will not be handwritten. All wiring penetrating fire barriers must be sealed with UL listed materials. Submit the material to be utilized to Facilities Management for review and approval prior to application. Any doors that are required to be tied into the fire alarm system must be coordinated between Safety and COR within (7 ) days after award of this contract. The contractor is not authorized to tie any door into fire alarm until there is validation that the fire alarm system will activate. The VA shall utilize their Fire Alarm control to coordinate with the contractor to ensure all life safety devices are operational. Generation of dust is of major concern within the medical center. Where operations involve the generation of dust, contractor shall ensure all work activities eliminate airborne generated dust associated with construction. Contractor is required to coordinate with COR to obtain an ICRA permit through Infection Prevention prior to commencement of any work. Contractor shall provide labor and materials to support ICRA requirements as defined in Attachment B. H. COMMISSIONING Contractor shall test each door is operating through a witnessed test with COR, VA inspector, and Police. Contractor shall verify and document that equipment is installed and started per manufacturer s recommendations, industry accepted minimum standards, and the Contract Documents. Contractor shall verify and document that equipment and systems receive complete operational checkout by installing contractors. Contractor shall verify and document equipment and system performance. I. SUBMITTALS: Contractor to provide submittals to COR for review and approval prior to procurement. Contractor to provide all submittals with 10 days of contract award. J. REPORTS: The Contractor shall provide a written report to the Contracting Officer s Representative (COR) within ten (10) business days, validating the operation of each proximity reader, noting, and addressing any discrepancies found and making specific recommendations toward future remedial action or upgrades. Any unsafe conditions encountered during the service call shall be reported immediately to the COR and indicated on the report. K. LICENSES AND REGULATONS Contractor is required to have staff who are performing work under this contract certified in the PremiSys Pro system. This includes the capability of both hardware and software trouble shooting and repair. Contractor shall be required to be a current PremiSys Certified partner. Contractor shall maintain the PremiSys certification throughout the entire period of performance.  Certifications of each staff member working under this contract must be provided with proposal. Contractor s failure to submit evidence of certifications will be considered unresponsive and not eligible for award. All Contractor s employees working under this contract must hold OSHA 10 certification. L. CONFORMITY TO REGULATIONS The Contractor shall conform to all NFPA, Federal, State, and local regulations governing life safety. M. HOURS OF OPERATION The normal hours of operation for the facility are 8:00 am to 4:00 pm, Monday through Friday, excluding holidays. All contract work will commence during normal business hours. N. POINT OF CONTACT The Contracting Officer shall delegate the COR to monitor the Contractor s performance. The COR/designee will support the vendor throughout each maintenance visit to the CMJC VAMC. They will provide access to all areas described in the SOW. O. SERVICE VISIT/CALLS SIGN-IN The Contractor shall sign in and out with performing any service. The COR shall provide instructions as to the locations of sign-in/out. All service visits/calls shall be documented. P. SYSTEM FOR AWARD MANAGEMENT (SAM) Federal Acquisition Regulations require that Federal Contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the Contractor has completed registration. Bidders are encouraged to ensure that they are registered in SAM prior to submitting their bid.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aa43e357595f40c0a69cac4b088150c0/view)
 
Place of Performance
Address: 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN06083813-F 20210805/210803230124 (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.