SOLICITATION NOTICE
63 -- Security Surveillance
- Notice Date
- 8/12/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Acquisition an= d Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville,= Ohio 44141
- ZIP Code
- 44141
- Solicitation Number
- 541-103-03
- Response Due
- 9/19/2003
- Archive Date
- 10/19/2003
- Point of Contact
- Contracting Officer - Jeanelle M. Tolbert, Contract Specialist, (4= 40) 838-6091
- E-Mail Address
-
Email your questions to Jeanelle M. Tolbert
(jeanelle.tolbert@med.va.gov)
- Description
- The Louis Stokes Cleveland, Department of Veterans Affairs Medical Center is seeking a contractor to advise and propose the installation of two (2) Security Surveillance Television (SSTV) System hereinafter referred to as (The System). The system shall consist of at least twelve (12) cameras in the Inpatient Pharmacy, six (6) cameras in the Outpatient Pharmacy at the Wade Park and four (4) cameras in the Canteen Service (Retail Store) at the Brecksville Unit. The cameras must provide the greatest function and value to the VAMC. All new surveillance equipment must compatible with the existing surveillance system. At least three (3) of the cameras in the Inpatient Pharmacy must have pan/tilt/zoom capability. The entire system shall be remote viewable (from remote computer) and pan/tilt/zoom cameras shall be controlled from remote site. All cameras shall be under continuous digital recording (DVD) in color, with antegrade recording capability. The cameras in the Outpatient Pharmacy needs to be upgraded to digital (DVD) color, with remote view and control. Cameras need to be motion sensitive after hours, triggered by motion to VA Police and recording center. Motion detector (to VA Police) should be activated or controlled by keypad (rotating numbers) with assigned person specific code number. All wiring shall be installed in conduit with permanent marking devices or spray painted stenciling every 10 to 15 feet identifying it as =93The System.=94 Although motion detector may turn off, camera detection should not. Electronic locks should be re-programmed not to open until specified time and not to open unless a Pharmacist is the first to open it. The cameras in the Canteen Service will be wall mounted throughout the retail store to monitor shoplifters. The monitor and recording device will be located in the Canteen Office next to the store. The cost range for this procurement is between $25,000-$100,000. This commercial item procurement is prepared in accordance with the format in Subpart 12.6 as supplemented with additional nformation in included in this notice. This procurement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) Code is 561621 and the size standard is $11.5 million annually. Time to complete shall be 120 calendar days after notice of award. Contractor shall guarantee that all installed material and equipment shall be free of defects and remain so for a period of one year from date of acceptance by the Government. Contractor shall respond on site to a trouble call during the one-year guarantee period within twenty-four hours. Contractor shall visit, on-site three times during the warranty period to perform system preventative maintenance and operational adjustments to maintain the system. Within 60 calendar days of contract award, the contractor must submit to the Contracting Officer, a training plan. The contractor shall furnish a qualified instructor to provide not less than twelve (12) hours of training scheduled at the convenience of the VAMC personnel. All work shall be completed in accordance with the National Electrical Code, (NEC), Essential Electrical Systems for Hospitals and Life Safety Code. The following provisions apply to this Request for Quotations, FAR 52.212-1 -Instructions to Offerors, Commercial Items (July 2003); FAR 52.212-2 =96 Evaluation- Commercial Items (Jan. 1999); FAR 52.212-3 =96 Offeror Representations and Certifications (June 2003); FAR 52.212-4- Contract Terms and Conditions-Commercial Items (Feb 2002);FAR 52.212-5-ContractTerms and Conditions required to Implement Statutes or Executive Orders =96 Commercial Items (June 2003); FAR 52.204-6, Data Universal Numbering System (DUNS Number (Apr 1998); FAR 52.217-8 =96Option to Extend Services (Aug. 1989); VAAR 852.219-70, Veteran Owned Small Business 852.270-4, Commercial Advertising. Contractors responding to this solicitation shall be evaluated as follows: Technical Capability =96 50 Points; Past Performance =96 30 Points; Experience in Gov=92t Contracting =96 30 Points; Price =96 30 Points. Contractors must download www.arnet.gov/far to retrieve FAR 52.212-3 - Offeror Representations and Certifications (June 2003) and submit along with TWO copies of your proposals. Contractor shall provide at least three (3) references along with proposal. Proposal due date will be September 19, 2003 by 4:30 p.m. local time and should be addressed to: Jeanelle Tolbert, Contracting Officer, Louis Stokes Cleveland, Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, Ohio 44141. Faxed copies will not be accepted. Site Visit will be on September 5, 2003 @ 0900 at the Wade Park Unit, 10701 East Boulevard, Cleveland, Ohio 44106 in Room D124 =96 Recreation Hall. After we view the Pharmacy=92s requirements at Wade Park, we will be traveling to Brecksville to see the Canteen=92s requirements which is approx 20-22 miles south. (Jeanelle.Tolbert@med.va.gov =20
- Web Link
-
RFQ 541-103-03
(http://www.bos.oamm.va.gov/solicitation?number=3D541-103-03)
- Record
- SN00398425-W 20030814/030812213354 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |