Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOURCES SOUGHT

J -- Police Security Alarm Monitoring and Maintenance Alaska VA Health Care System 36C26018P2135 Quyen Mai

Notice Date
5/31/2023 10:07:32 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0654
 
Response Due
6/5/2023 12:00:00 PM
 
Archive Date
07/05/2023
 
Point of Contact
Quyen Mai, Contract Specialist, Phone: 360-816-2791
 
E-Mail Address
quyen.mai@va.gov
(quyen.mai@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Alarm Monitoring and Maintenance in support of the Alaska VA Healthcare System at Anchorage, Alaska Technicians shall provide all labor, transportation, supervision, equipment, and materials to perform fire alarm maintenance services for the Security System equipment located with the Alaska VA Healthcare System. Repair services shall be provided to diagnose and correct equipment malfunctions, either on a routine or emergency basis. Repair services shall be provided during normal business hours. Inadequate or improper repairs performed by the Contractor shall be correctly repaired at time convenient to the VA at no additional expense to the VA. Repair services for the leased Fire AES radios covered under the lease agreement assuming the Customer or someone onsite did not cause damage to the radio and is no charge to the customer if the leased Fire AES radio needs a new battery or transmitter. Assuming customer did not cause damage or lose power to the device. Maintenance shall include but shall not be limited to: a. Running system diagnostics (hardware and software). b. Calibrating, adjusting, lubricating, and maintaining the equipment to the manufacturer s specifications and preventative maintenance recommendations. 4.3 Response time, after official notification from the authorized VA representative or his/her designated contact, for request for service of this equipment during normal business hours shall be within sixty (60) minutes for call back service; within six (6) hours of initial notification for onsite emergency service call during normal business hours; within five (5) hours of initial notification for an onsite emergency service call outside of regular business hours; and within twelve (12) hours of initial notification for a routine service call. Response time shall be defined as the Contractor providing the physical presence of a fully qualified technician arriving on station within the specified time frames noted above. 4.4 Official notification to the Contractor, for request for service shall be defined as given at the time a message is left with the mechanism the Contractor has in place to receive service calls to perform the services of this contract. Response time shall commence upon official notification. 4.5 All replacement parts furnished shall be new. The Contractor shall furnish all parts required to perform the maintenance of the equipment at no additional cost (except consumable supplies). Replacement parts shall be available within twenty-four (24) hours to affect needed repairs to the system. The term ""system refers to the hardware, software, support structures, etc. as shipped from the manufacturer and updated according to manufacturer's specifications. 4.6 Contractor shall provide all factory required and/or recommended software and hardware updates. The Contractor is responsible for incorporating all manufacturer's recommended hardware and software updates, which ensure performance to current applicable original equipment manufacturer specification. This service shall be performed during preventative maintenance, or at a time specified by the VA and agreeable to the Contractor. The Contractor is required to install and maintain the engineering updates as requested by the factory. The updates shall be incorporated in a time frame as specified by the manufacturer or mutually agreed upon by the VA and the Contractor. All updates shall be provided by the Contractor at no additional cost to the VA. 4.7 Contractor shall conduct and document monthly tests to verify system performance at each location. Results of test must be provided to the VA representative by the 10th working day of the month. Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to Quyen Mai at quyen.mai@va.gov no later than 05 June 2023 by 12:00 PM Pacific. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; capability statement and if the services are available on a current GSA Federal Supply Schedule contract. NAICS Code 561621 is applicable to determine business size standard. Any questions or concerns may also be directed to Quyen Mai via e-mail. Disclaimer and Important Notes: This Sources Sought 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. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought 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. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6684eef0f1064ff6bf8bf8bd60336b87/view)
 
Place of Performance
Address: Alaska VA Health Care System 1201 N Muldoon Rd, Anchorage, AK 99504, USA
Zip Code: 99504
Country: USA
 
Record
SN06700210-F 20230602/230531230115 (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.