DOCUMENT
63 -- 664-19-1-5084-0001-Service-Engineering Service-Medeco Nexgen - Attachment
- Notice Date
- 10/24/2018
- Notice Type
- Attachment
- NAICS
- 561622
— Locksmiths
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0064
- Response Due
- 10/30/2018
- Archive Date
- 12/29/2018
- Point of Contact
- John.harrison2@va.gov
- E-Mail Address
-
john.harrison2@va.gov
(john.harrison2@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ***** Begin Word Document - 'FBO-DESCRIPTION: Combined Synopsis Medeco NexGen ***** This is a combined synopsis/solicitation set aside for SDVOSB s for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes under solicitation number: 36C26218Q0064 The Department of Veterans Affairs San Diego Healthcare System, San Diego, CA 92161 has a requirement for Medeco NexGen Locksets. The Contractor shall furnish all supplies/services at The VA San Diego Healthcare System located at 3350 La Jolla Village Drive, Warehouse building 1, San Diego, CA 92161. 1. Shipping included in cost. 2. Include your DUNS number on your proposal 3. Responses to the solicitation shall be due on Tuesday, October 30, 2018 at 09:00 AM PST. REQUIREMENTS 1. MEDECO NEXGEN XT SLIMLINE KEY WITH CHARGER 1 PACK OF 500 2. MEDECO NEXGEN XT SFIC CORES 1 PACK 0F 500 3. MEDECO NEXGENXT PROGRAMMERS 5 EACH 4. MEDECO NEXGEN XT SELF HOST SOFTWARE 1 EACH 5. 1 YEAR REOCCURING SOFTWARE MAINTENANCE 1 EACH SALIENT CHARACTERISTIC S Scope A. Electronic Cylinders shall fit and function in existing facility SFIC locking hardware to eliminate replacement cost of existing hardware. B. Electronic Keys shall operate Electronic Cylinders. C. Electronic Cylinders and Electronic Keys shall be operated by web hosted software. Contractor will be responsible for delivery, program and installation of web hosted software (5 licenses), and delivery of 300 electronic cylinders for the VA San Diego campus, 500 "industrial" keys with chargers, and 5 single station programmers. Specific Tasks A. Electronic Cylinders 1. Electronic cylinders shall eliminate the need to "rekey" mechanical cylinders, and allow electronic reprogramming of cylinders by authorized programming key. 2. Electronic cylinder shall have stainless steel plug face to resist environmental conditions 3. Electronic cylinder shall have non-volatile memory to store 2,000 audit events, with the oldest record self-deleting after 2,000 events 4. Electronic cylinder shall record unauthorized entry attempts from keys that are not in the system, are outside of the schedule date or time range, are not programmed to open the specific cylinder, or are stored on internal black list. 5. Electronic cylinders shall store up to 20 blacklisted keys (keys lost or out of service) 6. Electronic cylinders shall have drill resistant inserts to improve drill resistance 7. Electronic cylinders shall have break-away plug face that shall fail secure in the event of over-torquing 8. Electronic cylinders shall be independently tested to meet dust and water jet IP-68 and certified to specification CEI/IEC 60529, Edition 2.1 9. Electronic cylinders shall be independently tested to meet dust and water jet IP-55 and certified to Specification CEI/IEC 60259 Edition 2.1 and DIN EN 1303, ICS 91.190 10. Electronic cylinders shall be independently tested to meet salt fog testing for greater than 96 hours, certified to specification ASTM-B-117 and DIN EN 1303, ICS 91.190 11. Electronic cylinders shall be independently tested to meet MIL-STD-202G, Method 201A, 3 Axis qualification vibration testing. B. Electronic Keys 1. Electronic keys shall be designed to be programmed as user, control, setup, audit or operator plus audit options. 2. Electronic keys shall have an operating temperature of -4 F to 122F (-20C - 50C) 3. Electronic keys shall have rechargeable battery capable of 1,800 cylinder openings between charges. 4. Electronic keys shall have a charging temperature range of 32F-104F (0C- 40C) 5. Electronic Keys shall have battery level indication reporting at time of programming and during cylinder opening. 6. Electronic Keys shall have hardened steel tip 7. Electronic Keys shall be capable of storing up to 16,000 cylinders to be opened 8. Electronic Keys shall also store unauthorized attempts from Electronic Cylinders which shall be viewable in the software reporting once the key is updated/reconnected to the programming devices. 9. Electronic Keys shall use gold-plated, spring-loaded data contacts. 10. Electronic Keys audit reporting shall be capable of configuration in "first in first out" (FIFO) or to disable keys when memory is filled to prevent loss of audit trail data. 11. Electronic Keys shall store 10,000 audit events. 12. Electronic "Industrial" Keys shall utilize all metal stainless steel housing for robust applications.. 13. Electronic "Slim line" keys shall utilize hardened steel frame and plastic housing. C. Desktop Programmer 1. Desktop programmer shall be powered via USB cable. 2. Desktop programmer shall utilize LED for programming/ charging feedback 3. Desktop programmer shall utilize interface/ dock for electronic key programming D. Software 1. Software shall have the ability to assign mandatory updating of keys on a daily, weekly, monthly, or annual basis. Safety Precautions Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. All necessary precautions shall be taken by the Contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. No flammable liquids shall be stored or used in the medical center for a duration period greater the time scheduled to perform the work. Due to the presence of asbestos in the interstitial areas of building #1, all workers entering these areas shall have a 16 hour O&M asbestos certification and a valid fit test. Certification and proof of fit test shall be presented no later than the start of any work Inspection and Acceptance Criteria: The COR can perform inspection of the work performed without the presence of the contractor and determine whether the work performed is within standards expressed in this scope of work. It is VA prerogative to hire an independent qualified third party to check the validity of the work conducted. Risk Control The medical services at the designated locations will remain operational during the execution of this work; Contractor shall take all precautions to minimize disruption to daily routine tasks performed in those services. Patients care shall remain a top concern for the Contractor and his employees while performing the work. Place of Performance: VASDHS, 3350 La Jolla village Drive, San Diego CA 92161 Period of Performance: within 120 days of award The solicitation will be in accordance with FAR Part 12, 13, and 19, Acquisition of Commercial Items, Simplified Acquisition Procedures, Small Business Programs, and Veteran Affairs Acquisition Regulations as supplemented with additional information in this notice. The North American Industrial Classification System (NAICS) code for this requirement is 561622 Size Standard 20.5 million dollars. The Contractor shall adhere to all federal and state laws and regulations in effect during the term of this contract. The Government intends to award a firm-fixed-price contract. The Contract begins on the date of award. Due to time constraints, responses to the solicitation shall be due on Tuesday, October 30, 2018 at 09:00 AM PST. Offerors are advised that it is your responsibility to review and monitor the website frequently to ensure you have the most up to date information, including amendments. Correspondence or questions may be directed to John Harrison, Contracting Specialist at John.harrison2@va.gov with "36C26218Q0064 in the subject line within 48 hours of release of this notice. Telephone inquiries will not be honored. Inquiries after the allotted period may not be responded to due to the time constraints of the procurement. All offerors must be registered in www.sam.gov to do business with the Government. Ensure your registration is correct, current and has not expired. Please include your DUNS number on your quote. ***** End Word Document - 'FBO-DESCRIPTION: Combined Synopsis Medeco NexGen *****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0064/listing.html)
- Document(s)
- Attachment
- File Name: 36C26219Q0064 36C26219Q0064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651806&FileName=36C26219Q0064-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651806&FileName=36C26219Q0064-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26219Q0064 36C26219Q0064.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651806&FileName=36C26219Q0064-000.docx)
- Record
- SN05133082-W 20181026/181024230504-57dd201738ca4bd625f9e8252014605a (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 |