Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
DOCUMENT

63 -- 553-17-3-2063-0036 ANALOG TO IP CCTV UPGRADE - Attachment

Notice Date
9/5/2017
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25017R1019
 
Response Due
9/22/2017
 
Archive Date
12/30/2017
 
Point of Contact
Calynda Baines
 
E-Mail Address
8-1528<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation RFP-VA250-17-R-1019 is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 01-19-2017. The North American Industry Classification System (NAICS) number is 334290 and the business size standard is 750 Employees. THE PROPOSED CONTRACT LISTED HERE IS SET-ASIDE 100% FOR SDVOSB BUSINESSES. FOB Destination. No other socioeconomic proposals will be considered at this time. STATEMENT OF WORK 1. SCOPE: - The John D Dingell VAMC, Detroit, MI requires the upgrade of the current closed circuit television (CCTV) System from Analog to an Internet Protocol (IP) based system. 2. SPECIFIC TASKS: - The Contractor shall furnish all labor, supervision, tools, material, equipment, transportation, and management necessary to complete upgrade from analog system to IP Based system. 3 Required Components: The major components of the current Closed Circuit Television System (some approximates): 270 Fixed Cameras 100 exterior 170 Interior 25 Pan-Tilt-Zoom (PTZ) Fifteen (15) Digital Video Recorders Two (2) Network Video Recorders One (1) Nucleus Eight (8) work stations Fifty five (55) Video Receivers & Transmitters 46 Security Systems Administrator viewing monitor Site visits can be scheduled on the following dates: September 8th, 11th, 12th and 13, 2017 8am to 3pm Any interested contractor must schedule their site visit as soon as possible through the Contracting Officer soliciting this requirement. Please take advantage of these dates to verify the above equipment, site conditions, and physical locations other than the main facility involved in this upgrade. Instructions, check-in location, and point of contact will only be provided to those requesting a site visit. The CCTV system cameras are located throughout the campus in building s #100 (Medical Center), #101 (South Parking Structure), #102 (North Parking Structures), and #103 (Energy Center). The centralized recording area, nucleus and three workstations located in LL825. Two (2) DVRs located in the field (B2 North & A-7 Mental Health) that are tied into the system. Also, there is networked equipment at the Pontiac CBOC. (Sixteen cameras & one DVR). Requirements for replacement/upgrade project- Cameras- Two megapixel, minimum, vandal resistant dome, varifocal lens. All cameras will be replaced with same as cameras currently in place. (Fixed for fixed- PTZ for PTZ). Storage requirements- Network Video Recorders (NVR) with centralized storage of 100 day minimum. H.264, Medium/High activity level, 24 hr. per day recording, 15 IPS. No more than twenty-four (24) cameras per Network Video Recorder Workstations/Nucleus- Preloaded PCs with system management software. Training- Provide necessary training class in operation of system for system Administrator as well as end users. Warranty- Provide warranty information on all hardware, equipment and initial install of system. Drawings- Upon completion of project Contractor will provide As Built drawings (Auto CAD) on system network and infrastructure. 5. HOURS OF WORK: The contractor shall perform installation and testing of equipment Monday through Friday between the hours of 7:00 am and 4:00 PM, except on Federal Holidays listed below. Approval to perform install or testing of equipment other than specified times must be approved by the COR. Federal Holidays are as follows: New Years Day Martin Luther King Jr. s Birthday Washington s Birthday (President s day) Memorial Day Fourth of July (Independence Day) Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 6. SECURITY REQUIREMENTS: a. No later than three days prior to the start of install, the contractor shall furnish the Contracting Officers Representative (COR) with a list of employees who will work on-site under this contract. b. The COR will furnish VA ID Badges for each employee working under the contract and badges shall be worn at all times while on VA property. The contractor shall report lost ID badges within one working day of loss to the VA Police Office. c. At the conclusion of this contract, or termination of any employees work contract, the contractor shall return the ID badges to the VA Police Office. 7. SAFETY: a. Compliance with Fire Prevention and Safety Regulations 1) The contractor shall, in the performance of this contract, comply with all VA Safety regulations, policies and procedures; as well as with recognized commercial safety practices and procedures. VA Safety regulations, policies and procedures will be provided to the contractor awarded this contract. 2) The contractor shall provide all necessary equipment, tools and supplies to perform the work, and at no time will the contractor be permitted to use government equipment. Contractor will be allowed to store their equipment and tools on site between visits to avoid transporting items back to their office. VAMC will provide access to a man-lift to the contractor for the inspection and repair of pole mounted CCTV cameras in the parking structures. Please provide warranty information on all items: what is covered and period of coverage. Please provide warranty information on equipment and components. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions apply: 52.203-17 Whistleblower Rights and Requirement to Inform Employees of Whistlbower Rights (APR 2014) 52.204-4 Printed or copied Couble-Sided on Postconsumer Fiber Content Paper (May 2011) 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. 52.216-1 Type of Contact (APR 1984) The government contemplates award of a firm-fixed price contract resulting from the solicitation. 52.233-2 Service of Protest (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Governement Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from: Hand-Carried Address: Department of Veterans Affairs 8888 Keystone Crossing, Suite 1100 Indianapolis, IN 46240 Mailing Address: Department of Veterans Affairs 8888 Keystone Crossing, Suite 1100 Indianapolis, IN 46240 VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. VAAR 852.233-71 Alternat Protest Procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420.   The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management, 811 Vermont Avenue, NW, Washington, DC 20420.   VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, technical, price and past performance considered. To be technically acceptable the offeror shall meet or exceed the Government's specifications. Offers will be evaluated in accordance with the following factors: Factor 1: Technical Capability, Offeror shall demonstrate understanding of the requirements of the Statement of Work (SOW), and produce an offer that will meet those objective. Factor 2: Past Performance. Please provide three references for past award actions for this same equipment. Include point of contact name, phone number and email address. Factor 3: Price, price analysis will be used to determine that the prices are fair and reasonable in accordance with FAR 15.404-1(b)(2). All factors are listed in descending order of importance. Technical Capability and Past Performance, when combined, are significantly more important than Price. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the proposal. Proposals are to be received at Network Contracting Office 10 (NCO10), 8888 Keystone Crossing, Sutie 1100, Indianapolis, IN 46240, ATTN: Calynda C Baines. Hand carried, Fed-x/UPS, or emailed offers will be accepted no later than 3:00 P.M. Eastern Standard Time on 22 September 2017. No late quotes will be considered. Contact: Calynda C Baines, Contracting Officer, via e-mail at calynda.baines3@va.gov or FAX 317-988-5519. No telephone inquiries will be accepted. Only written inquires received directly from the offeror are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25017R1019/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-R-1019 VA250-17-R-1019.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3776361&FileName=VA250-17-R-1019-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3776361&FileName=VA250-17-R-1019-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04661714-W 20170907/170905231953-a843811180ffc7396714f2c7e96e9895 (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.