Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOURCES SOUGHT

J -- LENEL SECURITY SYSTEM SERVICES AT THE BATH VAMC

Notice Date
1/15/2020 1:13:41 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0255
 
Response Due
1/21/2020 8:59:59 PM
 
Archive Date
03/21/2020
 
Point of Contact
Janine ChildsJanine.Childs@va.gov
 
E-Mail Address
Janine.Childs@va.gov
(Janine.Childs@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Bath, NY for the purpose of collecting information about Lenel Security System and Software Maintenance for the Bath VA Medical Center. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 561621 Security Systems Services (except Locksmiths). The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Bath VA Medical Center. Please note�at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern for a proposal to be considered for a small business set-aside. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Janine Childs at Janine.Childs@va.gov. Please send all inquiries to: Janine.Childs@va.gov by 12:00 pm EST Tuesday, January 21, 2020. Phone calls will not be accepted. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK LENEL SECURITY SYSTEM AND SOFTWARE MAINTENANCE BATH VA MEDICAL CENTER STATEMENT OF WORK The Bath VA Medical Center (VAMC), 76 Veterans Ave, Bath, NY 14810 has a requirement for Service and Support for the Lenel Security System. The period of performance is anticipated to be from April 1, 2020 March 31, 2021, with the provision of four option years. The VA intends to make an award at least 30 days prior to the start of the period of performance. The contractor will have 30 days after the contract s effective date in which to set up operations, finalize staff requirements (including Government-administered background investigations), etc. At the end of this 30-day period, full operations shall commence. If award is made more than 30 days prior to April 1, 2020, the Contractor shall commence operations on April 1, 2020. GENERAL: This contract shall include all (full) software license agreements, technical services, maintenance and repair for the Video Surveillance System, Network Video Recording (NVR) System, Lenel Physical Access Control System (PACS), Lenel Alarm Monitoring System (OnGuard), and Police Network System. The purpose of this contract is to maintain the Bath VA Medical Center Video/Security System at a fully operational condition, upgrade/replace all end of life or outdated Hardware/Software and ensure system compatibility is maintained for future facility infrastructure upgrades. SCHEDULE: All work shall be performed during normal business hours Monday Friday from 7:00 AM 3:30 PM, excluding federal holidays (or other mutually agreed upon time). Unless emergency work is required, no work should be planned on federal holidays. Federal holidays observed are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. All work activities shall not interfere with patient and/or staff. The Medical Center must maintain its operation 24 hours a day 7 days a week. Therefore, any interruption in service must be scheduled and coordinated with the Contracting Officer Representative (COR) to ensure that no lapses in operation occur. CONTRACTOR REQUIREMENTS: Contractor must have and provide with quote a current license from Lenel showing they are a Lenel Value Added Reseller (VAR). This license must stay current during the life of the contract. Contractor is required to have all technician(s) performing under this contract to hold a current certification by Lenel to install, service, maintain and support the Lenel Security System. Competencies of technicians performing under this contract shall be provided annually to show continued compliance. The service contract for repair, preventative maintenance (PM), and updates to the current station wide Lenel security system shall be covered (all equipment and software). The contractor is required to supply all tools, labor, and materials to maintain the equipment and functioning of that system. This shall include the cost of remotely accessing the system when required. Any offeror must complete a site survey (visit) to understand the current system covered under this contract and to be considered responsive. Only one site visit shall be scheduled for potential contractors to visit the work area prior to quote submission. Replacement parts (devices) used in the repair or replacement must be identical or equivalent to those installed with the original project. The only exception is parts installed that are not compatible with BEST locking systems. Any other deviations from current items must be approved prior to commencing repairs. All replacement parts/devices are to be covered in the service contract. The contractor shall be expected to perform the following: Respond to calls for service Conduct troubleshooting Repair/replace defective equipment Perform Quarterly PMs (Forty Hours (40) per quarter) Provide technical support Remote Access Support (One hundred (100) hours per year) - Provide the ability for remote access for repairs and/or support. Provide software and hardware updates/upgrades, as needed, which shall include necessary programming. Any modifications/repair/replacement of software/hardware that is associated with the security system and/or this agreement, training shall be provided to the Contracting Officer Representative (COR) before the technician(s) leave the facility. Provide all cabling, wiring, connectors, switches and coupling devices (Note: All cabling shall be plenum rated, yellow on color). Furnish and maintain all items, tools, and equipment necessary to perform work required. During each visit to the medical facility for service and/or repairs, all contractor personnel must report to the Police Service to sign in and receive a badge. Badges shall be always be displayed while on the Medical Facility. After completion of work for the day, all contractor personnel must return to the Police Service, sign out and return badges. SYSTEM DEFINITIONS: Video Surveillance System: Shall include, but is not limited to; all cameras, weather protective housings, mounting brackets, coupling devices, cables, networking switches, networking computer systems, recording devices and drives, monitors, peripheral controls, and software needed for full operation of the system. Access Control System: Shall include but is not limited to; all PIV/Proxy card readers, weather protective housing, mounting brackets, coupling devices, cables/wiring, door latching and locking devices, network computer systems, control boards, recording devices and drives, monitors, and system software needed for full operation of the system. Alarm Monitoring System: Shall include but is not limited to; all alarm types to include door monitor alarms, forced entry, motion sensor, glass break, temperature sensor, panic/duress buttons and other like alarms systems integrated into the present security system. All alarm contacts, weather protective housings, sounders, coupling devices, cables, wiring, resisters, door latching and locking devices, network computer systems, control boards, recording devices and drives, monitors, peripheral controls, system software needed for full operation of the system. SCOPE OF WORK: Service Call notification and response time during hours of operation: The contractor must provide a telephone number for purposes of accepting service calls. The COR shall notify the contractor of equipment malfunction, the nature of the malfunction, and the availability of the equipment. The contractor must acknowledge receipt of notification by calling back within two hours of the customer s originating call. The contractor shall be on-site to make repairs by the close of business (COB) the next business day (Monday thru Friday, 8am. to 4:30pm.) after the original call, or have a written agreement in place with the COR. The contractor shall restore the equipment to full performance within 24 hours of acknowledgment of call and/or have a written plan in place with the COR to make the repair. Service Call notification and response time after hours of operation: The contractor must provide an emergency telephone number for purposes of accepting service calls, available 24 hours a day, 7 days a week, including federal holidays. The COR shall notify the contractor of equipment malfunction, the nature of the malfunction, and the availability of the equipment. In an emergency, the COR will inform the contractor of the delay and schedule a new availability time. The contractor must acknowledge receipt of notification by calling back within two hours of the customer s originating call. The Contractor shall be on-site to make repairs within eight hours of acknowledging the originating call, or have a written agreement in place with the COR. The contractor shall restore the equipment to full performance within 24 hours of acknowledgment of call and/or have a written plan/agreement in place with the COR to make the repair. Service calls 24 hours a day, 7 days a week (including Federal holidays), include but are not limited to; trouble-shooting and repairs, programming, system re-boot, powering on/off system, and software updates to the system that does not require an on-site visit to maintain operations (Remote Access). Preventative Maintenance: The COR or designee will schedule all preventive maintenance with the contractor. The COR will have the authority to reschedule this service within twenty-four (24) hours of scheduled time due to emergency and/or adverse weather situations. During preventive maintenance the contractor shall inspect, adjust, clean, repair and test all video surveillance equipment to ensure safe reliable service within all tolerances as required by manufacturer s specification. All parts used shall be of the original manufactures design and specifications. All malfunctioning parts shall be replaced immediately to prevent undue down time and ensure safe operation. If for any reason a malfunctioning part cannot be replaced, a written plan/agreement must be in place with the COR to make the repair. NOTE: At any time during the PM or service call, should a technician need to work on a device over the height of 20 feet, the station will provide a lift and qualified operator to assist. The contractor will need to provide their own safety equipment, to include but not limited to; safety harness, and hard hat. Preventive maintenance tasks include but are not limited to: Check and repair/replace if required the general appearance of all components, meters, gauges, switches, and wiring. Check and repair/replace if required the operation of all alarm and safety shutdown devices, by actual pressure, temperature and level test. Check and repair/replace if required all controllers and cameras for operation. Check and repair/replace if required batteries to all access control panels, power supplies, UPS & Server UPS. Check and repair/replace if required hard drives for capacity and defrag as required. Clean and repair/replace if required DVR/NVR units. Correct any setting not within manufacturer s required limits. Final Run Test The system shall be subject to a test run at the end of the service call. Reporting Requirements: The contractor shall furnish a detailed field service report to be reviewed by the COR prior to leaving the facility. Payment will not be processed until a properly completed service report is received. The service report from the contractor must contain, at a minimum, the following information: Date and time of the contractor's arrival on station; Type, model, and serial number(s) of all equipment on which maintenance was performed; Total time spent performing maintenance, excluding travel time; Detailed narrative description of the PM action required; Complete list of parts replaced; and Date and time the repair or PM was completed. NOTE: All parts replaced by the contractor will be given to the COR for disposal. System Modifications: The contractor shall make any recommendations for system modification in writing to the Owner. No system modifications shall be made without prior approval of the Owner. Any modifications made to the system shall be incorporated into the operations and maintenance manuals, and other documentation affected. SAFETY: All services for this contract must meet manufacturer s performance and technical specifications, Federal, State, and Local Regulations, and other specifications that may apply such as, National Electric Code (NEC), Life Safety Code (LSC), National Fire Protection Association (NFPA) and VA Regulation. Coordinate carefully with COR to avoid disruptions to hospital operation. No tools or equipment shall be left unattended. All work areas must be clean at the close of the date and shall be left in the same conditions as before work started. RISK CONTROL: The Contractor shall obtain all necessary licenses and/or permits to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during performance of this contract. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractor s fault or negligence. VA INSPECTION AND ACCEPTANCE OF QUALITY: COR shall verify that the equipment is working within manufacturer s specifications after completion of service or repair. The Government may inspect each task as completed. The contractor shall be notified within 3 duty days of unacceptable service. The contractor shall re-perform service within 15 duty days of notification of unacceptable service. SECURITY: In accordance with VHA Directive 0710 all Contractor personnel providing services under this contract shall be the subject to a background screening and must receive favorable adjudication from the VA prior to contract performance. The level of screening for this contract is: Tier 1 Low Risk (NACI). Any employee whose background investigation yields unfavorable results shall be removed immediately from performance under this contract. In the event the screening is not completed prior to contract performance, the Contractor shall be responsible for the actions of those individuals performing under the contract. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, date of birth, place of birth, occupation, and social security number of Contractor personnel. The VA shall provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Contractor is responsible for all costs associated with the background investigations (currently approximately $419.00 per investigation). Because Government-initiated background investigations are mandated under this contract, the contractor shall have an adequate pool of available employees either working or potential to complete the Tier 1 NACI-level background investigation. Lead time for background investigations will NOT be an adequate excuse for failure to meet performance standards or established staffing levels. The Contractor may be required to provide documentation of a recent (within 3 months) negative purified protein derivative (PPD) skin test for all personnel performing on-site at the VA. RECORD MANAGEMENT: Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (email, fax, etc.) or state of completion (draft, final, etc.). No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d69a5476f35042409d19a02f3c55f847/view)
 
Place of Performance
Address: Department of Veterans Affairs;Bath VAMC;76 Veterans Ave;Bath, NY 14810, USA
Zip Code: 14810
Country: USA
 
Record
SN05536131-F 20200117/200115230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.