Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2016 FBO #5424
DOCUMENT

J -- 501-17-1-408-0002 - ABQ - SUPPORT FOR ONSITE FACILITY SECURITY SYSTEMS Notice of Intent for Sole Source Award - Attachment

Notice Date
9/27/2016
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
NA
 
Archive Date
11/26/2016
 
Point of Contact
gary.smith4@va.gov
 
E-Mail Address
GARY.SMITH4@VA.GOV
(GARY.SMITH4@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) As of 01/20/2016 Contract Number:(to be completed by the CO at time of award) Task Order Number:(to be completed by the CO at time of award if a TO) IFCAP Tracking Number:501-17-1-408-0001 Follow-on to Contract and Task Order Number:VA258-O-0609 / 501-C60024 1.CONTRACTING OFFICER'S REPRESENTATIVE (COR). Name:David J. Older Section:Administrative Section (ADMS) Address:VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106-4180 Office Phone:(505) 265-1711, extension 6311 Mobile Phone:None Fax:(505) 248-3205 Email Address:David.older@va.gov 2.SUBJECT MATTER EXPERT (SME). Name:Mark S. Jones Section:Associate Center Director, Technical Operations Address:VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106-4180 Office Phone:(505) 248-3203 Mobile Phone:(505) 975-8119 Fax:(505) 248-3205 Email Address:Mark.jones@va.gov ? 3.SCHEDULE OF SERVICES. Base Year: October 1, 2016 - September 30, 2017 DescriptionQty.UnitUnit CostTotal Cost This request is for a new multi-year contract (Base + 1) for support of the onsite alarm, security, access control and fire protection systems located at the VA Cooperative Studies Program Clinical Research Pharmacy (CSPCRPCC) located at 2401 Centre Avenue, SE, Albuquerque, NM 87106. Contractor shall provide maintenance, repair, upgrades, testing and validation of the onsite alarm, security, access control, and fire protection systems. Pricing shown does not include taxes. Only funds for the base year ($70,242) are being committed at this time. **Subject to the availability of FY17 funds**4QR Tax @ 7.1875%4QR FY17 Base Year Total: Option Period One (1): October 1, 2017 - July 25, 2018 DescriptionQty.UnitUnit CostTotal Cost Option Period 1: Support of the on-site alarm, security, access control and fire protection systems located at the VA CSPCRPCC located at 2401 Centre Avenue, SE, Albuquerque, NM 87106. Contractor shall provide maintenance, repair, upgrades, testing and validation of the onsite alarm, security, access control, and fire protection systems. Pricing shown does not include taxes. Note: POP ends 07/25/18 due to expiration of existing facility Revocable License. **Subject to the availability of FY18 funds**4QR Tax @ 7.1875%3QR FY18 Option 1 Total: TOTAL CONTRACT COST (BASE + 1): 4.CONTRACT TITLE. Annual Support for Onsite Alarm, Security, Access Control and Fire Protection Systems 5.DESCRIPTION/SPECIFICATIONS. The VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center (CSPCRPCC) has a requirement for support of the onsite alarm, security, access control, and fire protection systems. The CSPCRPCC is a highly secure site with perimeter motion detectors, pan tilt zoom cameras, and intrusion detection equipment. Gate access is provided and controlled by security personnel. Employees are granted access to their workspaces through the use of a sophisticated access control system that utilizes card access. A computer located in the administrative spaces manages the system. Employees are given a card with their picture and are allowed to only access areas pertaining to their work responsibilities. A fire alarm system provides smoke and fire detection and emergency warning with voice-activated announcements. Zone alarms protect four individual areas of the site. One contractor is required to provide support to all of these systems as they are integrated in a single touch screen computer console located at the security desk. The system was designed to have the entire site graphically shown on the display and for security control, should a motion, perimeter or other sensor alarm, cameras are directed to the area of concern and the security officer can visually manage the alarm condition, from turning off the alarm if a small animal sets it off to calling for police support. In the event of a smoke alarm or fire, the security officer can view the entire site on his screen and then zoom in and be directed to the exact smoke detector which is alarming, showing its location in a specific room and area. The development of this system is not off-the-shelf, and required major programming of the location of each security sensor, each smoke detector for fire protection, and all information developed and provided and used as input to a graphic matrix on the computer screen. Because of the integrated nature of the system, the CSPCRPCC must have one contractor provide the range of services defined above. As stated below in the sole source justification, only Intraworks USA can perform the described tasks as they have access to the proprietary systems and the integrated nature of the equipment being supported. NOTE: There is a second security camera system installed in the "Warehouse" area of the facility which is not part of this Statement of Work since it will be maintained separately. 6.DEFINITIONS/ACRONYMS. A.CO - Contracting Officer. The Federal employee who is warranted by the Government to enter into contracts on behalf of the Government and is the only person authorized to make changes to those contracts. B.COR - Contracting Officer's Representative. Individual designated by the CO to place orders, furnish technical guidance, advice, certify invoices, and provide general supervision of the work performed under the executed contract. C.CSPCRPCC - Cooperative Studies Program Clinical Research Pharmacy Coordinating Center D.NMVAHCS - New Mexico Veterans Affairs Healthcare System E.SME-Subject Matter Expert or security management focal point F.VAMC - Department of Veterans Affairs Medical Center 5.GOVERNMENT RESPONSIBILITIES. The Government will: A.Provide a subject matter expert (SME) and/or security management focal point to interface with the contractor and a COR to monitor contract performance as delegated by the Contracting Officer. B.Provide necessary escorts of repair personnel. C.Provide access to necessary areas where fire and security system components are located. The Contractor will: A.Normal Maintenance Schedule: the contractor shall submit to the SME a plan for a schedule for maintenance; identify repairs, upgrades and support of each of the tasks below. B.Video security systems: includes all video equipment, pan tilt zoon (PTZ) cameras, fixed cameras, wiring, cabling, and associated recording equipment. Quarterly requirements include testing, calibration, cleaning, and normal maintenance. Should any of the system components fail, the contractor shall provide a loaner until the unit is repaired or replaced. NOTE: This excludes a security camera system in the "Warehouse" which is not connected to the systems covered by this Statement of Work C.Card Access System: includes equipment used to provide card access to the CSPCRPCC computers, panels, door readers and control equipment. This system will be tested on a quarterly basis. D.Alarm System. includes the computers, perimeter motion detection, roof sensors, motion detection and associated equipment. This system will be tested on a quarterly basis. Any failure of a sensor that provides protection to the site will be addressed on the same day as the failure occurred. If a faulty sensor can be bypassed or not be considered critical to security but still provide protection to the site, consideration will be given to allow more time for repairs. E.Fire Protection System: includes annunciation panel, pull stations, smoke detectors, and associated ancillary equipment. This equipment will be tested on a quarterly basis, and semi-annually for all smoke detectors. An annual inspection will also be required, as will inspections required by any local, state or federal regulatory requirements. Any degradation in the smoke detection will be evaluated and if the units need cleaning, they will be serviced. The contractor will provide for off-site monitoring of alarm conditions. The contractor will coordinate with the security officers on-site on alarm condition before emergency actions are taken. F.Gate Controllers and Intercom Systems: this task includes each of the two gates, the controllers, associated equipment, the actuators that activate the gates and intercom system to support both. G.Zone Alarm Systems: There are four zone alarms located at the CSPCRPCC. CSPCRPCC personnel activate these when they leave in the evening and deactivate them during normal hours. The contractor shall provide off site monitoring of these zones. Additionally, the contractor shall maintain, calibrate and support these systems, their sensors and ancillary equipment. H.CSPCRPCC shall notify the contractor of required support and shall designate this support as routine or emergency. This will be done utilizing the contractor supplied communication pathways (forms and mechanisms). All contractor responses shall be documented on the supplied forms and returned to CSPCRPCC when work has been completed. I.Emergency Support: a.For Security Systems: defined as any system utilized to protect the site, including, but not limited to cameras, recording equipment and any equipment in support of cameras, perimeter sensors and any part of the perimeter system, motion detectors, roof sensors, and associated equipment. b.Site Access Failure: defined as any equipment failure that prohibits the staff from accessing their offices, or performing assigned responsibilities. An example would be if the system computer fails and no one can get into their offices or work areas. c.For these concerns, response must be no longer than eight (8) hours after notification. ? J.Fire Protection Systems: includes all smoke detectors, annunciation systems, pull stations and associated equipment, whose failure would impact on the site being protected from fire or smoke. a.For these concerns, response must be no longer than 8 hours after notification. Substitute equipment must be provided in the event of a failure that reduces site security, control or access for more than one day. K.Non-emergency support: a.Single failure of a component of the access system, or a failure of a smoke sensor, but not of sufficient magnitude as to place the site in jeopardy of not having fire protection. b.For non-emergency response services, response will be within 2 days. L.The contractor shall identify who will be performing the maintenance and reviews. The CSPCRPCC shall review the list and provide access to the site for scheduled maintenance, or provide an escort should the CSPCRPCC not wish to have the contractor within the spaces. All reviews will be performed during normal business hours unless agreed to by the CSPCRPCC and the contractor during the status meeting. M.Any special requirements or activities that could disrupt ongoing performance will be scheduled for the weekend or at night when noise or other distractions will be minimized. In this case, the CSPCRPCC will provide on-site support to access areas normally off limits. N.For emergency repairs, the CSPCRPCC will either grant immediate access for the contractor to perform the required repairs, or will provide escort services. O.Replacement Plan: the contractor and CSPCRPCC shall review systems statuses to determine replacement/upgrade requirements. Identified replacement/upgrades will be procured through either other contracting actions or through modifications to this contract as determined by the Contracting Officer at the time requirements are identified. As a minimum all panels should be at the same Revision Level (currently Rev 8.07). 7.OBJECTIVES. The contractor shall provide maintenance, repair, upgrades, testing and validation of each of the systems described above for a base year period and one (1) option period to be awarded at the discretion of the Government. System Modifications In the case of modifications to the supported fire and security systems listed above, a rate for labor that will be requested by purchase order for modifications and covered by this contract. In the case of modifications to the supported fire and security systems listed above, equipment and supplies in support of modifications will be requested by purchase order and covered by this contract. All modifications to the fire and security system will be specifically outlined as such by purchase order submitted by CSPCRPCC. The purchase order will reference the contract in order to identify the contractor, separate modifications from normal maintenance, and to reduce the administrative overhead associated with requesting services. 8.ACCESS TO SENSITIVE INFORMATION. The contractors will not require access to any VA computer system or sensitive information. Maintenance personnel will not have access to any VA IT system connected to the VA network and will not supply any IT equipment that will be connected to the VA network. The CSPCRPCC does not collect patient data in the support of the clinical trials. 1.Maintenance personnel will have access to the security system (PECOS) to maintain security alarms and cameras. This system is not connected to any VA network. 2.Maintenance personnel will not have access to any sensitive information in any form in the performance of their duties. 3.The C&A requirements do not apply and a Security Accreditation Package is not required. 4.Maintenance personnel will not have access to patient records, VA computer systems connected to a VA network. Access to potentially sensitive areas of the facility will be required with VA escort only. 9.GOVERNMENT FURNISHED PROPERTY. None 10.PERIOD OF PERFORMANCE. Base Year: October 1, 2016 through September 30, 2017 (see schedule of services above). Option Period 1: October 1, 2017 through July 25, 2018 (note period ends 07/25/18 due to expiration of existing facility Revocable license). ? 11.PICKUP/DELIVERY PROCEDURES. All deliveries of equipment or supplies will be made to: VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Center Avenue, SE Albuquerque, NM 87106-4180 Main Phone: (505) 248-3203 Deliveries must be made between 7:30am and 4:00pm, Monday thru Friday (excluding National holidays). 12.PICKUP/DELIVERY LOCATION/LOCATION WHERE WORK IS TO BE PERFORMED: VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE ATTN: Mark S. Jones Albuquerque, NM 87106-4180 13.SCHEDULING OF WORK/DELIVERIES. Only the COR or designee (SME), CO and those individuals as provided in Delegation of Authority by NMVAHCS are authorized to place requests (orders) for maintenance and repairs as needed with the contractor. 14.HOURS OF SERVICE. Work can be performed during CSPCRPCC normal business hours, 7:30 am to 4:00 pm, Monday thru Friday (except for holidays stated below): National Holidays observed by the NMVAHCS are: New Year's DayLabor Day Martin Luther King's BirthdayColumbus Day President's DayVeterans Day Memorial DayThanksgiving Day Independence Day Note: also included would be any other day specifically declared by the President of the United States to be a National holiday. ? 15.EVALUATION REQUIREMENTS. A.All contractor personnel performing services under this contract must meet the qualifications as defined for all applicable State, City and County requirements. B.Contractor personnel shall follow the requirements of their licensure and registrations of their employing agency in the performance of their duties. C.The qualifications of all contractor personnel shall be subject to review by the CSPCRPCC. D.Contractor shall be responsible for resolving any problems encountered with State, City or County ordinances governing these types of services. The federal Government shall in no way be obligated or responsible for conflicts between the contractor and other government entities. E.The contractor shall be responsible for protecting the personnel furnishing services under this contract. The parties agree that contractor personnel shall not be considered as CSPCRPCC or NMVAHCS employees for any purpose and shall be considered employees of the contractor. F.The contractor shall meet defined response times 100% of the time. G.When immediate repairs are not possible, the SME shall be notified with an estimate time of repair. 16.REPORTING REQUIREMENTS. A.Status meetings shall be conducted as needed. Attendance will be personnel as determined by the CSPCRPCC and the contractor. Outstanding issues will be discussed, including scheduled maintenance and preventative maintenance. These meeting will be scheduled by the SME and be held at CSPCRPCC facilities. 17.PAYMENT. Invoice(s) shall be paid quarterly in arrears. Invoice amount(s) must match the agreed-upon contract pricing. Invoices listing incorrect information, such as incorrect amounts, will be returned to the contractor. The contractor shall submit a properly prepared invoice that shall contain at a minimum: "Name and address of business "Invoice date "Invoice number "Billing period (e.g., October 1 thru December 31, 2016) "Contract or PO number "Description, price, quantity or goods/services provided "Total dollar due "Other information as required by contract "EFT and TIN if required Payment will be made by Department of Veterans Affairs FMS-VA-FSC PO Box 149971 Austin, TX 78714-9971 Electronic submission of invoices is required through the Tungsten Network http://www.tungsten-network.com/US/en This is the mandatory and sole method for submitting invoices. PAYMENTS WILL BE PROCESSED UPON RECEIPT OF A PROPERLY PREPARED INVOICE SUBMITTED ELECTRONICALLY VIA THE TUNGSTEN NETWORK.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/NA/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-16-C-0131 VA258-16-C-0131.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3027734&FileName=VA258-16-C-0131-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3027734&FileName=VA258-16-C-0131-000.docx

 
File Name: VA258-16-C-0131 P03 J_A Intraworks NO PRICE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3027735&FileName=VA258-16-C-0131-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3027735&FileName=VA258-16-C-0131-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04290122-W 20160929/160927235849-1c0df77d3b870ac1fb2b3daa2f036531 (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 |
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.