Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
DOCUMENT

63 -- PACS SYSTEM HSPD-12 Compliant Physical Access Control System (PACs) - Attachment

Notice Date
8/22/2018
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18Q9451
 
Response Due
8/31/2018
 
Archive Date
10/15/2018
 
Point of Contact
Van Hale
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation General Information Action Code: Combined Synopsis Solicitation Document Type: RFQ RFQ Number: 36C10E18Q9451 Posted Date: August 22, 2018 Response Date: August 31, 2018 @ 1PM (EST) Questions Due: August 27, 2018 @ 1PM (EST) Classification Code: 63 Product Service Code: 6350 Set Aside: SDVOSB NAICS Code: 561621 Description of Requirement: This is a Combined Synopsis/Solicitation for the purchase of HSPD-12 Compliant Physical Access Control System (PACs) with Install, BRAND NAME OR EQUAL, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. This Combined Synopsis Solicitation is issued as a request for quotation (RFQ). The solicitation number is 36C10E18Q9451. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective July 16, 2018. This solicitation is 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. To be eligible for award of this requirement, only VA verified SDVOSB concerns registered and certified in the VIP database (https://www.vip.vetbiz.gov/) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. The associated North American Industrial Classification System Code (NAICS) for this procurement is 561621 with a small business size standard of $20.5 Million. Purchase HSPD-12 Compliant Physical Access Control System (PACs) With Install OVERVIEW The Roanoke Regional Office out based Norfolk, VA location located at the Norfolk Business Center, 2551 Eltham Ave, Suite E, Norfolk VA, 23513 requires an HSPD-12 compliant security access system. HSPD-12 stands for Homeland Security Presidential Directive 12 and it requires federal agencies to issue secure and reliable identification to all employees and contractors. FIPS Publication 201-1 Personal Identify Verification (PIV) of Federal Employees and Contractors, issued by The National Institute of Standards and Technology (NIST), establishes the technical specifications for the smart cards that respond to this requirement. Basically, it standardizes access utilizing the PIV cards, that all employees and contractors are issued, to be used for accessing the building. PLACE OF PERFORMANCE Actual Security System Location/Enrollment Location PACs Server Location Department of Veterans Affairs Department of Veterans Affairs Norfolk Business Center VBA Regional Office 2551 Eltham Ave Poff Federal Building Suite E 210 Franklin Rd SW Norfolk VA, 23513 Roanoke VA, 24011 REQUIREMENTS Must be HSPD-12 compliant. We are requesting the CCure or EQUAL system with reader capacity of 64 and 3 readers installed. The 3 readers to be installed on: The exterior door to the building The interior door to the work space The IT control room door The PACs server should be located at the Roanoke Regional Office located at 210 Franklin Rd SW, Roanoke VA, 24011. Local enrollment hardware/software at the Norfolk Business Center located at 2551 Eltham Ave, Suite E, Norfolk VA, 23513. Load all existing employees (currently 25), the 2 property managers for the location, and cleaning personnel. Onsite training shall be provided to the on-site Supervisor on how to use the system in its entirety, but specifically new enrollment. Maintenance for 12 months to go with the system to include hardware/software updates, troubleshooting, and general maintenance. Must be able to set the times of access for each enrollee. Security Contract personnel with limited and intermittent access to equipment connected to facility networks on which no VA sensitive information is available, including contractors who install, maintain and repair networked building equipment such as fire alarm; heating, ventilation, and air conditioning equipment; access control systems, etc. If equipment to be repaired is located within sensitive areas (e.g. computer room/communications closets) VA IT staff must escort contractors while on site. Price/Cost Schedule: Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 The Contractor shall provide all labor, supervision, transportation, tools, supplies, and equipment to provide HSPD-12 Compliant Physical Access Control System (PACs) with Install for the brand name "CCure" or "Equal" within 30 days After Receipt of Order (ARO) per the terms and conditions contained herein. 1.00 JOB GRAND TOTAL Delivery Schedule: ITEM NUMBER QUANTITY DELIVERY DATE 0001 1 JOB 30 Days ARO Brand name or Equal Products: In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal and VAAR 852.211-73, Brand Name or Equal, offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product below (See also VAAR 852.211-73 (c)(1) and (c)(2)). Manufacturers Name: _____________________________________________________________________________ Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Comparable products must be brand name or equal containing the salient features of the CCure PACs System: Period of Performance: Within 30 days After Receipt of Order (ARO) FOB Destination Point: The Department of Veteran Affairs, Veterans Benefits Administration, Norfolk Business Center, 2551 Eltham Ave, Suite E, Norfolk, VA 23513 The following Federal Acquisition Regulation (FAR) and Veterans Administration Acquisition Regulation (VAAR) Clauses and Provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-20 Predecessor of Offeror FAR 52.211-6 Brand Name or Equal FAR 52.214-21 Descriptive Literature FAR 52.252-1 Solicitation Provisions Incorporated By Reference VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference VAAR 852.273-74 Award Without Exchanges Offers will be evaluated as follows: Basis for Award Award decision will be based on the lowest evaluated overall price from the responsible offeror whose quote is responsive and found to meet the requirements identified herein. The Government intends to make award on an all or none basis to the offeror presenting the best value. Best value is defined as the lowest priced quote meeting the requirement identified herein. To be eligible for award of this requirement, only VA verified SDVOSB concerns in the VIP database (VetBiz.gov) at the time of quote submission will be considered for award and non-VIP verified firms will be considered non-responsive and ineligible for award. At time of quote submission, contractor must be registered and active in the System for Award Management (SAM) Registration; registered as a small business concern under NAICS Code 561621; and have completed the Online Representation and Certification Application (ORCA) within SAM. Contractor DUN s number is NOT in the Excluded Parties List System (EPLS) and are NOT listed on the List of Parties Excluded from Federal Procurement or otherwise ineligible to receive an award. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate quotes and award a contract without discussions. Therefore, each initial quotation should contain the offerors best terms from a technical capability and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Quotes shall be submitted via email in either a.pdf,.doc or.docx format. The email subject line must contain the following 36C10E18Q9451 PACs. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. The offeror must have completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following FAR and VAAR provisions and clauses are added as addenda: FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference (FAR) http://www.acquisition.gov/far/index.html (VAAR) http://www.va.gov/oal/library/vaar/index.asp FAR 52.252-6 Authorized Deviations in Clauses. VAAR 852.203-70 Commercial Advertising VAAR 852.211-73 Brand Name or Equal VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION) VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.246-70 Guarantee The contractor guarantees the equipment against defective material, workmanship and performance for a period of Manufacture Warranty, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. VAAR 852.246-71 Inspection LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Asides. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. FAR 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b applicable clauses: (4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (22) 52.219-28 Post-Award Small Business Program Representation (25) 52.222-3 Convict Labor (26) 52.222-19 Child Labor Cooperation with Authorities and Remedies (27) 52.222-21 Prohibition of Segregated Facilities (28) 52.222-26 Equal Opportunity (30) 52.222-36 Equal Opportunity for Workers with Disabilities (33) 52.222-50 Combating Trafficking in Persons (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (46) 52.225-1 Buy American Supplies (47) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act Alternate I (49) 52.225-13 Restrictions on Certain Foreign Purchases (55) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management Quote Delivery: Quote submission shall be emailed no later than 1PM (EST), August 31, 2018 to: Van.Hale@va.gov. (The Maximum email size is 5 MBs). All questions shall be emailed no later than 1PM (EST) August 27, 2018 to: Van.Hale@va.gov. Vendor is to ensure the following information is on their written quote: Unit Price, Extended Price, Grand Total, Prompt Payment Terms, Correct Remittance Address, Cage Code, Duns Number, Tax Identification Number, Full Name and Telephone Number of Vendor's Point of Contact, and Full Address. Included with each quote, the Offeror is to provide descriptive literature and detailed specifications. Contractor shall provide information demonstrating that the contractor is an authorized dealer of the quoted manufacturer. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being unsatisfactory and ineligible for award. Quotations shall be submitted electronically to email address Van.Hale@va.gov. Only emailed quotes shall be acceptable and must be received and identified by solicitation #36C10E18Q9451. Email subject line must contain 36C10E18Q0169 PACs. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. For additional information, please contact the Contracting Officer, Van Hale at (727-319-7940 or by e-mail at Van.Hale@va.gov. The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q9451/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18Q9451 36C10E18Q9451.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555913&FileName=36C10E18Q9451-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4555913&FileName=36C10E18Q9451-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Norfolk Business Center;2551 Eltham Ave, Suite E;Norfolk, VA
Zip Code: 23513
 
Record
SN05050330-W 20180824/180822231105-ec722a2afaad1a671b7fb259ec622f56 (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.