Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2022 SAM #7462
SOURCES SOUGHT

63 -- Video Surveillance System Core Switch Replacement

Notice Date
5/4/2022 2:35:08 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q0624
 
Response Due
5/11/2022 10:00:00 AM
 
Archive Date
07/10/2022
 
Point of Contact
Sam Choo, Contract Specialist, Phone: 562-766-2234
 
E-Mail Address
sam.choo@va.gov
(sam.choo@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide Milestone Video Surveillance System (VSS) software, equipment, installation, and licensing to bring VA Long Beach Medical Center (VALBMC) security camera system into compliance with NIST.FIPS.140-2 that has been purchased and installed at the facility. The prospective contractor must be able to provide the following system components, software/support, and labor or equal meeting following characteristics: General Requirements The contractor is responsible for repairing all damages incurred during this scope of work, including floors, ceilings, or walls damaged due to removal/installation, or moving material and tools in and out of the work area. The contractor must disconnect and reconnect the electrical affected/included during the performance. All electrical work will commence under NFPA 70 National Electric Code. All systems shall comply with NIST.FIPS.140-2. The contractor is responsible for completing and submitting all required VALBMC Permits. The newly installed system and ALL deliverable items listed under SYSTEM COMPONENTS must be compliant and compatible with NIST.FIPS.140-2 & Milestone XProtect Corporate Software. Specific Requirements (or Equal) SYSTEM COMPONENTS Item # Description/Part Number* Qty 1 EX4400 48F AFI TAA - TAA version of EX4400 48F AFI switch (12x10G 36x1G fiber switch with 4x25G and 2x100G uplink/stacking ports. AFI air flow. MACsec AES256) 3.00 2 JPSU 550 C AC AFI - 550W compact AC AFI power supply for EX4400 switches 3.00 3 EX4400 48MP TAA - TAA version of EX4400 48MP switch (12x10G, 36x2.5G Multigigabit switch with 4x25G 2x100G uplink/stacking ports. 90W POE. MACsec AES256) 2.00 4 JPSU 1600 C AC AFO - 1600W Compact AC AFO power supply for EX4400 switches 2.00 5 EX4400 EM 4S - 4x10G SFP+ extension module for EX4400 series of switches 2.00 6 EX SFP 10GE LR - Small Form Factor Pluggable 10 Gigabit Ethernet (SFP+) LR Optics 6.00 7 EX SFP 10GE SR - Small Form Factor Pluggable 10 Gigabit Ethernet (SFP+) SR Optics 2.00 8 S JSPLT S1 P - SW, Junos Space Platform, Standard Single node (no HA) 1.00 9 JS NETDIR 10 - JSA Junos Space Network Director 10 Devices 1.00 10 CBL EX PWR C13 US - Power Cable 3.00 11 CBL PWR C15M HITEMP - Power Cord, AC, US/Canada, C15M, 13A/125V, 2.5m, Straight Nema N5 15 to straight high temp C15M 2.00 12 JNP-100G-DAC-1M - JNP-100G-DAC-1M, QSFP28 100G DAC 1m 3.00 13 EX-SFP-1GE-T, SFFP 10/100/1K Copper Xcvr 12.00 14 EX-SFP-1GE-LX, SFFP 1KBase-LX GE Opt 12.00 SOFTWARE/SUPPORT Item # Description/Part Number* Qty 1 SVC CP EX44 48MT - Juniper Care Core Plus Support for EX4400 48MP TAA 2.00 2 SVC SWA JSPLT SI P - Juniper Care Software Advantage Support for S JSPLT S1 P 1.00 3 SVC SWA JS ND 10 - Juniper Care Software Advantage for JS NETDIR 10 1.00 If you are interested and are capable of providing the required supply(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 334220 or 541512? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334220 or 541512. Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, 5/11/2022 1:00 PM ET. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bef888ea652648c3a9502404dafcfb98/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 E 7th St Building 149, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06317726-F 20220506/220504230115 (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.