DOCUMENT
J -- Maint & repair-Building security systems-695 - Attachment
- Notice Date
- 4/7/2016
- Notice Type
- Attachment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D16N0700
- Response Due
- 4/18/2016
- Archive Date
- 5/18/2016
- Point of Contact
- Lori Eastmead
- E-Mail Address
-
Email
(Lori.Eastmead@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT This is a Sources Sought Synopsis published for market research purposes only. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. Requests for solicitation will not receive a response. The Great Lakes Acquisition Center (GLAC) Milwaukee, WI, is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses to provide management, supervision, labor, equipment, supplies, repair parts, regular inspections, complete maintenance, and emergency services for facility building security systems to include all required certifications for the security systems components and OSHA requirements. Services are needed for the Clement J. Zablocki VA Medical Center, Milwaukee, WI. This synopsis is being published for market research purposes only and will be used to identify responsible vendors. The proposed project anticipates a competitive, firm fixed price contract. Please review this announcement in its entirety. Request that interested offerors complete and return a capabilities statement as described below. A capabilities statement will be used to identify firms who possess the capability and experience to provide maintenance and repair of the security systems. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. CAPABILITIES STATEMENT Interested parties shall submit a Capabilities Statement, BRIEF and CONCISE, yet clearly demonstrates ability to meet the stated requirements. The Capabilities Statement should clearly present evidence that the interested party feels is relevant. All interested firms responding to this Sources Sought Notice are requested to provide a capability statement which needs to include: - Company Name - Point of Contact Name, Phone Number and Email - Business Status (i.e., 8(a), HUBZone, Woman-owned, SDVOSB, Large, etc.) - Dunn & Bradstreet Number - Commercial and Government Entity (CAGE) Code - Indication of Current Systems for Awards Management (SAM) Registration (i.e., SAM and Online Representations and Certifications (ORCA) registration, etc.) - Capabilities statement (i.e., similar government and commercial contracts for gerontology training, pertinent information, organizational structure, etc.) GSA/FSS Contract Number (if applicable) Prior Government contract work is not required for submitting a response under this sources sought synopsis. POINT OF CONTACT: Lori.Eastmead@va.gov Please submit capabilities statements (e-mail only) no later than 9:00 a.m., (central time) by April 18, 2016. SPECIFICATIONS/DESCRIPTION/WORK STATEMENT (VAMC SECURITY SYSTEMS) 1. SCOPE OF WORK The contractor shall provide management, supervision, labor, equipment, supplies, repair parts, regular inspections, complete maintenance, and emergency services for facility building security systems to include all required certifications for the security systems components and OSHA requirements. The entire security network system must be maintained and the facility is expected to provide security to control the integrity of our environment, particularly in Mental Health and other patient care areas. The entire complex is under a 24/7 operation. Below are specifics and contractor shall provide proper certifications, knowledge and expertise for each element: This is an all-inclusive contract for security systems for the VAMC and contractor must provide services, programming, upgrades, licensing, and complete maintenance listed in the scope of work at various locations at the Milwaukee VA Medical Center Complex, Green Bay Community Out-Patient Clinic, Union Grove Community Out-Patient Clinic, Appleton Community Out-Patient Clinic, Community Resource Referral Center (CRRC) located at 1818 N Dr Martin Luther King Drive, Milwaukee Wisconsin, Human Recourses at the Honey Creek Corporate Building, located at 84th Street, Milwaukee Wisconsin and the Great Lakes Acquisition Center also located at the Honey Creek Corporate Building at 84th Street, Milwaukee Wisconsin. This would include manufacture products as Pegasys/P-2000, Metasys/building automation for security points, J85, Pelco, Axis, Milestone, Marathon, Bosch Intrusion, Bosch Security Escort, Bosch Request to Exit Systems, Schlage, Site Manager, Personal Identity Verification (PIV), HID Compliant Physical Access Control, Assa Abloy, Everfocus, Web Contact, Aiphones, Talk-a-Phones, Tripp Lite, Johnson Controls Inc. Alarm Control Corporation, Doortronics, Ultra Tech, Electronic Security Device (ESD) Company, Altronix and Miscellaneous. Systems/Equipment includes: Below are only approximate counts to the VA Milwaukee Medical Center, Honey Creek GLAC, Honey Creek HR, Appleton Clinic, Green Bay Clinic, Union Grove Clinic, and the CRRC security systems: Name Description Qty Access Control Access Control System Service Host/Stations Server Host/Workstation ACS-SERVER-HOSTAccess Control System (ACS) HST-COMPLEXHost Complexity (Repair labor) 2 ACS-SERVER-FULL ACS Server (Hdw covered) 2 ACS-WORKST-FULL ACS Workstation (Hdw covrd) 19 HST-UPS UPS 12 SOFTWR-UPGD-SVR Security Management System 1 SOFTWR-UPGD-WS Workstation Software Upgr 19 ACS-SUB-HST-RPL Server 2 ACS-SUB-PC-RPL Workstation 19 ACS-BADGING Badging Workstation ACS-BDGWS-FULL Badging Workstation (Hdw covered) 2 HST-UPS UPS 2 BADG-PRNT-DBLAM Dbl-Sided Card Printer 2 BADGE-CAMERA Badge Camera (Digital) 2 Control/Comm Controllers/Power Supply/Co ACS-CNTRL-PANEL Access Control Panel ACS-CPU CK 72xCPU + BOSCH TRANSPONDER 60 READER-MOD-2 Reader Interface Module (2 DOOR) 262 READER-MOD-8 Reader Interface Module (8 DOOR) 14 I/O-MODULE Input/Output Module 32 PANEL-FIRM-UPGD Panel Firmware Upgrade 60 ACS-COMMS ACS Communication Equipment COM-SURGE-SUP Surge Suppressor 6 ACS-BATTERY Battery (Repair cc 15 & 1 BATTERY-PACK Battery Pack (1/3 every y) 52 BATTERY-7AH Battery 7AH (1/3 every 3) 398 ACS-POWER ACS Power Supply PWR-SUP-SML Power Supply 2.5 Amp (SMALL) 14 PWR-SUP-MED Power Supply 6 Amp (Medium) 89 PWR-SUP-LARGE Power Supply 10 Amp (Large) 81 Portals Portal Equipment/Device S PORTAL-READER Portal Access Reader RDR-PROX Proximity Reader 437 RDR-WIRELESS SCHLAGE WIRELESS PIM 32 PORTAL-KPD-RDR Portal Access Reader w/Ke RDR-KP-PROX Proximity Keypad Reader 28 PORTAL-LOCK-HDW Locking Hardware LK-WIRELESS Schlage Wireless Lockset 52 LK-MAG Lock Magnetic 23 LK-MORTISELock Mortise 18 LK-STRIKE Lock Strike 302 LK-CRASH BAR Lock Crash Bar 12 PORTAL-POSITION Position Indicator ALM-CONTACT Alarm Contact 605 DEV-SNDR-HORN Sounder Horn 40 PORTAL-EGR-REX Egress/Request to Exit EG-PIR Egress/REX PIR 566 EG-PNEUM-PBTN Egress/REX Pneumatic Pshb 18 ACS-SENSORS-DEVAdditional Sensors & Devices DURESS BUTTON Duress Button 212 IDS-MMD BOSCH WIRELESS RECEIVERS 131 BOSCH KEYPAD BOSCH KEYPAD 5 MOTION SENSOR Motion Sensor 74 STROBE LIGHT Strobe Light 3 ACS-DOC Documentation-Reports (ACS) 1 CCTV/Video CCTV/Video System Service CCTV-CNTRL CCTV - Control Equipment VID-SERVER-FULLServer (Hdw Covered) 6 VID-WRKSTN-FULL Workstation (Hdw Covered) 12 VID-SW-UPGRADE MILESTONE ANNUAL SUP/BASE 1 VID-SW-PMA MILESTONE ANNUAL SUP/CHNL 409 DVN-RAID Digital Video Recorder (DVN RAID) 10 DVN-SMALL Digital Video Recorder 5 CCTV-MUX-LARGE Multiplexer 16 inputs 4 CCTV-MONITOR-MD Monitor Medium 19" to 27" 13 CCTV-MONITOR-LG Monitor Large 29"to 53" 14 CCTV-MATRIX Matrix with 8 inputs 2 VIDEO-KEYBOARD Video/CCTV Keyboard 3 Video Encoder 2 CCTV-COMMS CCTV - Comm Equipment CCTV-FIBER-MODE Fiber Optic Xmit/Receiver 12 CCTV-TW-PAIR Twisted Pair Transceiver 12 CCTV-VIDEO-AMP Video amplifier 1 Wireless Xmit/Recvr 4 CCTV-POWER CCTV - Power Equipment VID-POE-SWITCH Power Over Ethernet (POE) 18 CCTV-SURGE-PROC Video surge protector 12 CAMERA-PS-IN8Camera PS Indoor 8 Output 10 CAMERA-PS-OUT1 Camera PS NEMA Rated 1 Output 22 CCTV-CAMERAS CCTV - Camera Equipment CAMERA-A-I-FAnalog Camera Indoor Fixed 133 CAMERA-A-I-PTZ Analog Camera Indoor PTZ 4 CAMERA-A-O-PTZ Analog Camera Outdoor PTZ 16 CAMERA-I-I-F IP Camera Indoor Fixed 274 CAMERA-I-O-PTZ IP Camera Outdoor PTZ 50 CAMERA-MP-I Megapixel Camera Int (3MP) 10 CCTV-DOC Documentation-Reports (CCTV) 1 ADJUSTMENTS Adjustments SSV-MATERIAL MARATHON SUPPORT AGREEMENT 1 CALL FOR ASSIST Call For Assist Stations Phone Stations Phone Stations 16 WEBS PC Workstation 1 Intrusion Bosch Intrusion Systems Bosch Panel Intrusion Panel 3 Intercom Aiphone Intercom Systems Door Stations Door Station 42 Master Stations Master Station 7 Intercom Exchange Inetrcom Exchange 4 TIME SYNC SERVERTime Sync Server 1 A.PEGASYS OPERATOR WORKSTATIONS with software (including associated equipment unique to each operator workstations to include compliance personal identity verification system verification systems and all programming and upgrades (e.g. computers, monitors, printers, badging camera, Power supplies etc.). B.Security points resident on METASYS Building Automation System. Includes all wiring/cabling, controllers, panels, and terminal devices, CK720, CK721, CK721A, RDR2, RDR2SA boards, IO-8 boards (e.g. Pegasys interface modules/units, door contacts, duress buttons, PIR's, annunciator panels/lights, egress buttons, motion detectors, lock mechanisms, request to exits, power supplies, Maglocks, Strikes etc.). C.Security points resident on PEGASYS/P-2000 Security System. Includes all wiring/cabling, controllers, panels, terminal devices, remote access, switches, CK720, CK721, CK721A, RDR2, RDR2SA boards, IO-8 boards,, battery back-up systems, PIV compliance (e.g. door contacts, hard wire duress buttons, PIR's, annunciators panels/lights, egress buttons, motion detectors, lock mechanisms, card readers (PIV HID Multiclass Compliance and Physical access control), request to exits, Power supplies, Maglocks, Strikes etc.). D.CCTV systems controlled/monitored by the police and VAMC employees. Includes all cameras, wiring/cabling, monitors, workstations, video recorders, servers, decoders, switchers/controllers, remote access, DVN's, DVR's, POE switches with name brands as Pelco, Milestone, Everfocus, Axis, Site Manager, Netgear, Nitek and Genex. E.Bosch security Escort system interface modules/units, duress buttons, annunciator panels/lights, receiver's wires and cables. F.Bosch Intrusion systems interface with panels, terminals, door contacts, PIR's, request to exits, motion detectors and wires. G.Security intercom systems, Aiphones, Talk-a-Phones, excluding Elevator intercom; includes all wiring/cabling, controllers and terminal devices, servers (e.g. speakers, call buttons, annunciator panels/lights, cameras, cables/wires etc.). H.Police Operations, consist of monitors, CCTV systems, servers, DVN's, DVR's CPU's, KVM switches, server racks, equipment identified as, APC/UPS battery back-up systems, OT systems, Netgear, Nitek, Genex, UTP video systems, Leviton, POE switches and Black Box. I.Badging station for Personal Identity Verification (PIV) of Federal Employees and Contractors. PIV Compliance for all PACS systems and meet FIPS 201 compliance. Standards. Must follow all HSPD 12 credentials which have been developed collectively with contributions from various Federal groups including the National Institute for Standards and Technology (NIST), the Government Smart Card Interagency Advisory Board (GSC-IAB), and the Federal Identity Credentialing Committee (FICC). 2. CONTRACT EFFORT REQUIRED A.General: It is of utmost importance that the contractor utilizes adequately skilled and productive labor in order to furnish the required level of services specified in this contract. Failure on the part of the contractor to perform satisfactory work and obtain satisfactory results shall necessitate Government action to adjust the contractor's monthly invoices accordingly and/or pursue contract termination. B.Contractor shall maintain an office with enough qualified technical staff/mechanics to render on-site emergency services, within four (4) hours of notification by VAMC and eight (8) hours for the Appleton, Green Bay and Union Grove Clinics on all system components under contract. C.Contractor's personnel are required to sign-in immediately upon arrival on-site, at the Police Operation Center (Building 111), and sign-out at time of departure. D.Contractor agrees to accept "as is" existing condition of the buildings' security systems, related equipment, and Government furnished parts covered under this full service agreement at the time of contract award. 3. DEFINITIONS/ACRONYMS A.CO - Contracting Officer B.COR - Contracting Officer's Representative C.PM - Preventive Maintenance D.PIV- Personal Identity Verification E.PACS- Physical Access Control Systems F.FIPS 201- Federal Information Processing Standard G.VAMC - Department of Veterans Affairs Medical Center to include Honey Creek, Appleton, Green Bay, Union Grove and the CRRC E.Emergency Service - Services/repairs to be performed, (excluding regularly scheduled inspections, preventive maintenance and repairs) upon Government notification twenty-four (24) hours a day, seven (7) days a week. F.Emergency Response Time - Refers to the physical presence of a qualified service technician/mechanic on site to perform repairs within the stipulated time frames within this contract. G.Non-Emergency Service - Scheduled services/repairs (inspections, preventive maintenance and repairs) performed during normal workweek. H.Normal Work Week - Monday through Friday, 7:30 a.m. - 4:30 p.m. excluding federal holidays. I.Competence/Competency - A determination by the contractor that its personnel performing maintenance, repair, and inspection services have the requisite individual training, experience, certifications and capability to perform expected work. J.Environment of Care Program - Consists of basic policies and procedures, VAMC specific, to be provided to the contractor in order to familiarize contractor's personnel with the work environment before the contractor begins on-site work activities. Purpose is to promote safe and effective on-site work performance. K.OEM- Original Equipment Manufacturer L.Federal Holidays Observed by the VAMC: New Year's DayLabor DayChristmas Day Martin Luther King DayColumbus Day Presidents' DayVeteran's Day Memorial DayThanksgiving Day Independence Day 4. SERVICES REQUIRED A.As a minimum, inspections, preventive maintenance and repairs shall be completed as required by and in accordance with the following: 1. National Fire Protection Association - National Electrical Code, NFPA 70-latest edition 2. National Fire Protection Association - Electrical Equipment Maintenance, NFPA 70B-latest edition 3. National Fire Protection Association - Electrical Safety Requirements for Employee Workplaces, NFPA 70E-latest edition 4. National Fire Protection Association - Health Care Facilities, NFPA 99-latest edition 5.Manufacturers' requirements and specifications on inspection, maintenance, and operation of each system component, workstation, and operational software which consist of manufactures as; Pegasys/P-2000, Metasys/building automation for security points, J85, Pelco, Axis, Milestone, Marathon, Bosch Intrusion, Bosch Security Escort, Schlage, Site Manager, PIV HID Compliant Physical Access Control, Assa Abloy, Everfocus, Web Contact, Aiphones, Talk-a-Phones, Tripp Lite, APC/UPS battery back-up systems, OT systems, Netgear, Nitek, Genex, UTP video systems, Leviton and Black Box and Johnson Controls Inc. B.The contractor shall furnish and install or repair all items/components of building security systems, including items due to "wear and tear", unless specifically excluded in other sections of this contract. Items, components, systems include Pelco systems, Milestone servers and workstations, DVN's, DVR's, Multiplexers, switches, decoders, cameras, cabling, fiber, Everfocus, Pegasys/P-2000, Metasys/building automation for security points, J85, Pelco systems, Axis cameras, Milestone systems, Marathon servers, Bosch Intrusion, Bosch Security Escort, Schlage card reader systems, Site Manager CCTV Monitoring, PIV HID Compliant Physical Access Control systems, Assa Abloy wireless card reader systems, Everfocus, Web Contact systems, Aiphone systems, Talk-a-Phones Emergency Towers, Tripp Lite, APC/UPS battery back-up systems, OT systems, Netgear, Nitek, Genex, UTP video systems, Leviton and Black Box, Johnson Controls Inc., Alarm Control Corporation, Doortronics, Ultra Tech, Electronic Security Device (ESD) Company, Altronix and equipment, wiring/cabling, controllers, panels, terminal devices, remote access, switches, CK720, CK721, CK721A, RDR2, RDR2SA boards, IO-8 boards door contacts, duress buttons, PIR's, annunciators panels/lights, egress buttons, motion detectors, lock mechanisms, card readers, etc. C.Non-emergency services shall be performed within the normal workweek. No non-emergency services shall be performed at other than the normal workweek unless prior approval of the COR (or designee) is obtained. D.Preventive maintenance shall be performed at least annually and more often as recommended/required by component manufacturer(s) and as necessary to maintain specified operational standard for "up-time" (refer to 12.B this Section). Preventive Maintenance to include the following: 1. Cleaning of system components. 2. Reviewing operating system software diagnostics to ensure that the system is operating to manufacturer's specifications. 3. Calibration and adjustments of system components. 4. Acquisition and installation of software updates/upgrades. Perform database back-ups semi-annually. 5. Provide VAMC requested system-programming changes/improvements totaling eight (8) hours per contract period. 6. Provide on-site, system specific, orientation/instruction to VA personnel on system operations, system upgrades, revisions, additions. System operation reviews, specific to VAMC, shall be conducted by qualified instructors and consist of no less than 4 structured instructional hours per contract period. In addition, on-site orientation/instruction on system upgrades, revisions and changes shall coincide with completion of such work. Orientation and instruction shall be coordinated to encompass VA personnel on shifts. 7. Provide consultative services, a minimum of four (4) hours per quarter, to conduct and document performance improvement reviews and resolve system operational problems not covered by contract. 8. Update components, as required, of the VAMC security system to transition from obsolete and less efficient subsystems to newer and more efficient subsystems. 9.Provide two complete sets of system documentation, including updates and procedure books necessary for JCAHO monitoring and reporting requirements. 10.Additionally, complete and document all preventive maintenance work specified in the attached system test and inspection forms and provide a schedule to the COR or designee for maintenance and testing dates. (Refer to Attachment 1 this Section). E.Non-emergency services/repairs shall be completed at time of inspections unless the contractor requests and obtains approval to perform repair work at a later date and time. Requests shall be submitted, in writing, to the COR and state: - Reason for requested delay in performance of repair work: - Equipment and functions affected by the delay; - Date and time repairs are requested to begin: - Duration of repairs; and - Operational status of equipment during performance of repair work. F.Contractor shall render unlimited on-site emergency service within four (4) hours and eight (8) hours for the Appleton, Green Bay, and Union Grove Clinics of initial notification by the VA subject to the following one (1) exception: 1. The VA clearly states that the call is not an emergency service notification and work is to be completed the next day of the normal work week. When an emergency situation arises, the Government has the option to limit the extent of emergency services/repairs to minor adjustments and repairs required to protect the immediate safety of equipment and persons in and about the VA. If this option is exercised, the VAMC will determine a later time when the repair should be completed. 5. MATERIALS AND PARTS TO BE FURNISHED, INSTALLED, AND/OR REPAIRED BY THE CONTRACTOR A.Solvents and lubricants shall be of the type specifically approved by the manufacturer of the equipment. B.Parts/components shall be approved for use by the manufacturer of the building security system to include approval from the COR or designee. C.Software and hardware updates/upgrades shall be approved for use by the manufacturer of the building security system to include approval from the COR or designee. D.Contractor shall have on-site, a comprehensive inventory of parts and components, in quantities sufficient to resolve typical device failures, for system equipment covered in order to make necessary repairs and will provide an inventory list to the COR or designee on a monthly bases. 6. TEST EQUIPMENT A.Prior to commencement of work on this contract, the contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment, which is to be used by the contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC or as a minimum at least semi-annually. Test equipment calibration shall be traceable to a national standard. 7. UTILITIES FURNISHED BY THE GOVERNMENT A.Electrical power at existing outlets for the contractor to operate such equipment as is necessary for the performance of work required by this contract. 8. SERVICE MANUALS/TOOLS/EQUIPMENT A.The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its service personnel all operational and technical documentation (such as operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. 9.FACILITY BUILDING SECURITY SYSTEMS COMPONENTS INCLUDED WITHIN THE SCOPE OF THE CONTRACT A.All items noted above are the facility building systems components and are within the scope of work in this contract, unless otherwise noted. B.Contractor must be able to replace parts and components with original manufacture parts. C.Contractor must be able to access systems remotely. D.Contractor must rapidly resolve problems to minimize the impact of safety and business operations. E.Contractor must be able to provide a service team that is certified and has knowledge of all system and component needs. F.Contractor must provide written reports/assessments for preventive maintenance, testing, emergency call outs, and status of normal call work orders. 10. QUALIFICATIONS OF SERVICE TECHNICIANS AND MECHANICS A.Service technicians/mechanics engaged in the work to be performed under this contract shall be limited to those submitted in the technical proposal. Additional or replacement mechanics shall possess at least five (5) years [within the past ten (10) years] experience in inspecting, servicing, programming, troubleshooting, and repairing all items stated in the scope of work. B."Resumes containing the information specified below shall be submitted to the Contracting Officer or designated representative for approval prior to assignment of a new or replacement service technician(s) or mechanic(s) to this contract. Upon approval, contractor's personnel shall only be permitted to work in the equipment type(s) which they meet minimum experience requirements and are certified competent. 1.The full names of all service technicians or mechanic(s); and 2.Detailed descriptions of the previous ten (10) years employment and experience histories. This includes the name(s) and address (es) of the companies for whom they worked, along with the name(s) and telephone number(s) of their immediate supervisor(s). 3.Statement of competency. Certified as qualified by the OEM and all items stated in the scope of work. C.Contractor's employees shall be literate in English. This includes, but is not limited to, the ability to read and understand regulations, contract specifications, detailed written instructions, training instructions and materials, manufacturer's technical manuals and schematics, and shall be able to prepare service and quality assurance reports. D.Helpers, apprentices, and trainees shall not be permitted to perform work without the direct supervision of an approved service technician or mechanic. E.Contractor shall provide training updates, certifications and statements of competency for all technicians/mechanics assigned, to perform work, under this contract, prior to the start of each contract period. 11. SCHEDULING WORK AND REPORTING COMPLETED WORK A. Five workdays prior to the contract start date, and annually thereafter if options are exercised by the Government, the contractor shall submit to the COR an annual schedule of all inspections and preventive maintenance operations. The schedule shall specify the day of the week, and the time of day that work shall be performed for each specific major system component or function in order to facilitate Government verification of work performed, and to minimize disruption of normal operations. B. Contractor shall submit upon sign-out a written work report (service slip) of the inspection, preventive maintenance, and repair activities accomplished. Such reports shall specify the nature and location of work performed and parts used. C. Contractor shall submit Quarterly reports detailing work performed during that quarter. Report to include, as a minimum, a listing of performed preventive maintenance work, preventative maintenance work scheduled but not completed, emergency and non-emergency repair work, system modifications, security upgrades name(s) of mechanic(s)/technician(s) performing the work, date(s) of work, component(s) serviced/replaced, and location of work performed. 12. QUALITY CONTROL PROGRAM A.The contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified. Within five (5) workdays prior to the starting date of the contract, the contractor shall submit a formal copy of his program to the COR. The program shall include, but not be limited to, the following: 1. An inspection system covering the building automation system, including a checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections and the name(s) of the individual(s) who will perform the inspection; 2. A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the Government inspectors point out the deficiencies; 3. A file of all inspections conducted by the contractor, the corrective action taken and all plans records for all security system upgrades. This documentation shall be made available to the government during the term of the contract. This includes drawings, list of parts, blueprints of all emergency and non-emergency service/repairs and all security systems upgrades. B.Contractor agrees to meet or exceed the operational standard of 99% for the complete system (includes all functions and components). Operational uptime will be computed for each month long time period. C.Contractor shall advise the VA of changes in code requirements, reliability standards, and performance improvements as recommended by the manufacturer(s). 13. SERVICE NOT COVERED This contract does not include the performance of any work, as determined solely by the VA, required as a result of negligence, improper use, accident, vandalism, power line fluctuations, or damage by work performed by others for which the contractor is not directly responsible. The contractor shall not supply nor install new attachments as may be recommended or directed by inspection firms or by State, Municipal, or other Federal Government authorities, unless approved in writing by the Contracting Officer. 14.COMPLIANCE WITH SECURITY REQUIREMENTS A.A VA Police background check will be a requirement for all Contractors' and any Sub-Contractors' employee(s) providing services to the Government. This shall allow the Contractor to access areas within the Medical Center such as offices, clinics, patient rooms, and other restricted areas. No employee shall be permitted to perform work or access non-public areas without a background check and written clearance by VA Police. Information needed for background checks: Name (full, including previous names) of any employee who will be performing work under this agreement. Social Security Number Date of Birth Race State(s) lived-in B.IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's employees and/or subcontractors approved by the COR, shall wear visible identification at all times while on the premises of the VAMC. Identification shall include but not be limited to a company identification card, which shall include the company name, employee name, title, and a photograph of the employee. All employees of the Contractor or Subcontractor providing services to the Government must wear a company uniform identified with the company name and/or logo. Uniforms must be neat and clean at all times while working the VA premises and will be approved by the COR. Contractor's personnel may be required to possess and wear VA issued identification cards in addition to the above requirements. C.It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of theContractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. D.The Contractor will be provided keys in order to access areas in the building. The Contractor shall be responsible for any lost keys, card keys. Associated hardware and any inherent damages (i.e., re-keying of whole building). This cost shall be withheld from payment(s). The decision to re-key the whole facility is solely that of the Government. E.Any interior or exterior doors that must be unlocked to gain access shall be kept locked during the performance of work. Should any other devices need to be unlocked like an entry gate, those devices must be locked immediately upon entry or exit. At no time shall the contractor allow any person into a locked area or loan keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and employees to contract and other legal remedies. F.Reserved. G. VA Contact Person: Captain Gary Hart 414-384-2000 ext. 43525 G.The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, patient specific, or security information obtained in the performance of the work without the written consent of the Government. 15.COMPLIANCE WITH THE ENVIRONMENT OF CARE PROGRAM (SAFETY REGULATIONS) In performance of this contract, the Contractor shall train its employees to follow the basic VAMC Environment of Care policies/procedures and standard safe work practices, and takes such safety precautions as the Safety Manager or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance, and the Contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of the work, shall be deemed sufficient for the purposes aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order halting of all or any part of the work, and Contractor may be held in default. Contractor shall provide to the Contracting Officer, prior to contract start date, Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with arrival of the chemicals on site. Additionally, a copy of all required MSDS shall be maintained at the chemical storage site in a location, readily accessible to VA personnel. NOTE: OSHA requires used rags and flammable materials to be stored in fireproof containers (provided by the contractor). 16. INVOICES AND PAYMENT A.Invoices will be submitted monthly in arrears to the Government Office designated in the solicitation and include the original and one copy. B.To constitute a proper invoice, it must include, as a minimum the following information: 1.Name of the business concern and invoice date. 2.Contract and purchase order numbers or other authorization for rendering services. Failure to cite these numbers may cause a delay in processing payment. 3.Description, price, and quantity of property and services actually delivered or rendered. 4.Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent and any other substantiating documentation or information as required by contract. 17. INSURANCE A.Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. B.General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $1,000,000 per occurrence. C.Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $1,000,000. 18. PRE-WORK ORIENTATION A.Contractor will attend a pre-work orientation meeting prior to the commencement of work on site. The VA will schedule this meeting and it will include discussion of the following topics: (VA will provide information to the contractor regarding these topics and will document the meeting) 1.Fire and Safety 2.Infection control 3.Disaster procedures 4.Security (both physical and informational) 5.Other B.The Contractor will be responsible to ensure that Contractor employees coming to the work site will receive the information required above. C.The Contractor will be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. 19.UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT The Contractor shall not allow his/her employees, including Subcontractors' employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. 20. TAX EXEMPTION The Federal Government is exempt from most taxes. Exemption Certificates indicating the Medical Center's tax exempt status will be furnished by the Contracting Officer upon request. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16N0700/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-16-N-0700 VA69D-16-N-0700.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2660933&FileName=VA69D-16-N-0700-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2660933&FileName=VA69D-16-N-0700-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-16-N-0700 VA69D-16-N-0700.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2660933&FileName=VA69D-16-N-0700-001.docx)
- Place of Performance
- Address: Clement J. Zablocki VA Medical Center;5000 W. National Avenue;Milwaukee, WI
- Zip Code: 53295-0001
- Zip Code: 53295-0001
- Record
- SN04077163-W 20160409/160407235217-d7a88fd8f1663b2fe30ecd1ad3b3b570 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |