SOLICITATION NOTICE
J -- Security Systems Installation and Maintenance Services
- Notice Date
- 4/2/2020 5:54:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0587
- Response Due
- 4/17/2020 12:00:00 AM
- Archive Date
- 06/16/2020
- Point of Contact
- Ositadima Ndubizu ositadima.ndubizu@va.gov
- E-Mail Address
-
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Security Systems Maintenance and Installation Services 1.b. Description: VA Long Beach Healthcare System is seeking a contractor to provide maintenance, repair and installation services for the security systems at the Medical Center. 1.c. Project Location: VA Long Beach Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0587. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 561621, Security System Services. 1.g. Small Business Size Standard: $22 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base Year with Four (4) Option Years 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 14 1k. Job walk will be conducted at 10am PST Tuesday, April 7, 2020. Participants will meet in Building 5, Room 100C at the VA Long Beach Healthcare System, 5901 E 7th Street, Long Beach CA 90852. Please email ositadima.ndubizu@va.gov to indicate intent to participate. Parking is limited so get there early. Contact Liam Boccia at (209) 481-6233 if you have a problem locating the meeting point. 1.l. Request for Information (RFI) should be submitted via email no later than 10am PST Friday, April 10th, 2020 to ositadima.ndubizu@va.gov 2. STATEMENT OF WORK 2.1. OBJECTIVE. VA Long Beach Healthcare System is seeking a contractor to provide maintenance, repair and installation services for the security systems at the Medical Center. 2.2. BACKGROUND. The infrastructure and inventory of the electronic security systems at the Department of Veteran Affairs Long Beach Medical Center requires analysis, overhaul, and revision. Equipment, devices, software, and networks need development and implementation of preventative maintenance plan and extensive renovation of operating systems and components. On call troubleshooting, diagnostics, programming, and repair services are needed for all outstanding and prospective critical and non-critical work orders. 2.3. SCOPE. Troubleshooting and Repair Services: The contractor shall perform on-site troubleshooting, diagnostics, programming, testing, installation, maintenance, and repair services for all electronic security systems at Tibor Rubin, VA Long Beach Medical Center (VALBMC). The on-site RESIDENT SECURITY SYSTEMS TECHNICIAN/ENGINEER and (or) SPECIALTY SECURITY SYSTEMS TECHNICIAN(S)/ENGINEER(S) defined in (WORK SCHEDULE:), shall be equipped with all necessary parts, equipment, materials, tools, software, hardware, expertise, and additional resources required to conduct all troubleshooting and repair services. Additional expertise, personnel, repair crews, testing, troubleshooting and technical support shall be provided all inclusively by the contractor, shall be included in the contract price and no additional charges shall be incurred by the VA. Contractor responsible for generating and submitting all MAINTENANCE and SERVICE REPORTS pertaining to all CRITICAL and NON-CRITICAL troubleshooting and repair services for this requirement. Security Systems Installation Services: Contractor shall provide all parts, equipment, labor, expertise, hardware/software, materials, and programming to complete installation services in (Supplement-3). Installation services include all constituents and associated hardware to facilitate operation of equipment in conjunction with entire requisitioned security system outlined in (SECURITY SYSTEMS INFRASTRUCTURE AND INVENTORY:). All installation services must be completed in accordance with manufacturer specifications and shall comply with VA Life-Safety Protected Facilities, VALBMC policies, and Engineering Service requirements. Contractor shall provide one (1) fixed price for complete install (PARTS AND LABOR) of each (Item # 1-44) listed in (Supplement-3). MINIMUM OF $50,000 AND A MAXIMUM OF NOT TO EXCEED $500,000.00 shall be allocated by VALBMC for security systems equipment installation services to comply with current codes, repair and advance infrastructure, and accommodate up to date security, testing, surveillance, operating, and maintenance requirements. Contractor required to exclusively provide equipment specified in (Supplement-3) (BRAND NAME OR EQUAL/MUST MEET ALL SOFTWARE/HARDWARE REQUIREMENTS IN PROVIDED MANUFACTURER SPECIFICATION DATA SHEET) unless an acceptable substitute has been submitted and approved as per the (CONTRACTOR SUBMITTALS:) section of this requirement. The contractor shall furnish and install only BRAND-NEW parts and equipment compatible with current technology and network requirements for each applicable system. State-of-the-art software/hardware for each product line shall be installed exclusively for all installation services performed. A pre-job walkthrough shall be conducted with the COR and the Contractor prior to initiation of service request to identify end user requirements, system deficiencies, and hardware/software items required to complete task. Contractor shall be provided with a (SECURITY SYSTEMS INSTALLATION SERVICES-TASK ORDER WORKSHEET) for each service install encompassing all tasks to be performed under the specified order and including the total cost of project task. Prior to beginning task order service Contractor shall send digital communication record to the COR including: Technician assigned and contact information Project Manager assigned and contact information Proposed installation date (contingent on VA approval) Hours estimated for completion of service Estimated completion date A walkthrough shall be conducted upon completion of each install by the COR and all deficiencies shall be identified and corrected by the Contractor prior to closeout of each order. Invoices will be submitted upon completion of each service order and certified based on COR completion determination and closeout approval. Contractor is required to comply with all VALBMC safety procedures and policies including completion of all required permits including (but not limited to): Infection Control Risk Assessment (ICRA), Interim Life Safety Measure (ILSM), VA Energized Work Permit, Hot Work Permit, Above the Ceiling/Floor/Fire Wall/Smoke Barrier Penetration Permit, and Hot Work Permit. Contractor is responsible for identifying system deficiencies and updating all software, hardware, networking, servers, switches, interfaces, and licenses to newest versions in accordance with current standards, regulations, and requirements. Deficiencies in the fiber-optic network infrastructure associated with all security systems shall be identified corrected and updated to accommodate compatibility with most up-to-date technology and facility requirements. Contractor responsible for repairing all damages incurred during the performance of all services under this requirement at no additional cost to the VA. Contractor shall dispose of all un-used materials upon completion of service daily and ensure all work areas are left clean and in safe condition according to VALBMC policy. Security Systems Infrastructure and Inventory: Contractor shall be provided with VA Long Beach Medical Center (VALBMC) INITIAL ASSESSMENT OF SECURITY SYSTEMS INFRASTRUCTURE (Supplement-1) and current EQUIPMENT INVENTORY (Supplement-2). Security Systems to be serviced and maintained under this requirement include, but are not limited to: Ocularis Internet Protocol (IP) Camera System Code Blue Parking Lot Emergency System Velocity/Hirsch Access Control System Bosch/Velocity Intrusion Alarm System Analog Camera and Closed-Circuit Television (CCTV) System (M and L-Ward) Bosch/RADIOTRONICS Intrusion Alarms System REDSCAN Infrared Ceiling Beam Alarm System Door Control Services (DCS) Top Door Alarm Key Systems Security Asset Manager (SAM) Electronic Cabinet KIOSK System Cabling and Infrastructure for all security systems The Government makes no representation as to the completeness or accuracy of these documents. Contractor shall perform initial analysis of infrastructure and inventory of all security systems located at VALBMC. Based on review and verification of technical documentation provided by VA and compiled data from initial analysis, Contractor shall provide a comprehensive updated inventory of all Security Systems located at the facility. Updated inventory submission must contain, at minimum, all the following elements (as it relates to the infrastructure/components of each applicable corresponding security system): Make, model, serial number, location and room number of all security systems equipment and devices Local Area Network (LAN) logical diagrams including routing and Virtual LAN (VLAN) configuration Rack elevation diagrams for all telecommunications room equipment housing centralized surveillance equipment Server make, model, OS, hypervisor, and applications Network connectivity line diagrams relevant to the WLAN Make, model, serial number, and location of all Ocularis Cameras Velocity/Hirsch Access Control Card Readers and Controllers Access Control PIV standard: HSPD-12, FIPS201, NIST SP800-73, SP800-76, SP800-116 compliant and non-compliant card readers Complete non-compliant PIV standard card reader equipment replacement proposal Parking lot and pole locations of Code Blue IP phones and integrated Ocularis Cameras CCTV monitors, cameras, and video recording equipment All intrusion alarm and access control panels/controllers, keypads intercom systems, panic buttons, sensors, and devices REDSCAN ceiling beam alarm sensors and networked keypads and sensors including make, model, serial number, and location Door Control Services control panels, ceiling beams, communication distribution boxes, key reset switches, sensors, single line diagrams and schematics Current nomenclature of VALBMC security systems inventory and infrastructure contains CRITICAL and NON-CRITICAL equipment based on location and operational priority as defined below: Critical Systems (IP) Cameras and associated systems and software/hardware located in CRITICAL areas of VA Medical Center as per (Supplement-1) Code Blue Parking Lot Emergency System Velocity/Hirsch Access Control System Bosch/Velocity Intrusion Alarm System Analog Camera and Closed-Circuit Television (CCTV) System (M and L-Ward) Bosch/RADIOTRONICS Intrusion Alarms System REDSCAN Infrared Ceiling Beam Alarm System Door Control Services (DCS) Top Door Alarm Non-Critical Systems (IP) Cameras and associated systems and software/hardware located in NON-CRITICAL areas of VA Medical Center as per (Supplement-2) Key Systems Security Asset Manager (SAM) Electronic Cabinet KIOSK System Contractor shall provide the Government with written documentation of initial inventory results provided in Microsoft Excel format within six (6) months after issuance of Notice to Proceed (NTP) and semi-annually thereafter. Format and accuracy of inventory is contingent on review and approval of the COR. COR shall notify Contractor of all discrepancies and corrections in writing and Contractor has seven (7) calendar days from date of notification to submit revisions. Based on the recurring updated inventory results the VA reserves the right to adjust the parameters of the CRITICAL and NON-CRITICAL SYSTEMS defined in this requirement at any time during the period of performance of this contract and will provide the Contractor with written notification one (1) week prior to any changes being made. Preventive Maintenance: Contractor shall perform on-site Preventative Maintenance Inspections (PMI) for all security systems at VA Long Beach Medical Center. The RESIDENT TECHNICIAN/ENGINEER shall be equipped with all parts, equipment, materials, hardware, software, program access, tags, devices, and any additional human resources or expertise needed to conduct inventory, testing, programming, maintenance, and analysis of security systems. Any additional required personnel, or assistance is included in the contract price and contractor shall not charge extra if specialty expertise is required for maintenance or repair. Contractor shall furnish and provide hard copy records of all PMI documentation to COR and shall maintain digital copies of records for entire duration of contract. Proposed format of PMI documentation must be submitted by the Contractor to the COR for approval within sixty (60) days of NTP including all proposed weekly, monthly, semi-annual, and annual requirements, procedures, and reports. PMI Quality Assurance Program Weekly Requirements a. All REDSCAN Infrared Ceiling Beam Alarm System keypads shall be tested for activation/deactivation and reset. b. All RLS-3060L Ceiling Beam Alarms shall be individually live tested and reset. c. Door Control Services (DCS) Top Door Alarm System shall be fault checked for trouble codes and Contractor shall perform activation/deactivation and reset operations testing on each DCS panel located in mental health security closet. d. All hard-wired low voltage ceiling beam alarms located in every room in Building-128, M-Ward and L-Ward shall be live tested and reset at corresponding key reset location. Monthly Requirements a. All Ocularis Internet Protocol (IP) System Cameras located at VA Long Beach Medical Center shall be visually inspected, checked for connectivity and operations, and adjusted to maximize optimal viewing parameters. b. Each camera lens shall be cleared of debris and obstructions, and exterior cleaning service shall be provided to prolong longevity of electrical components and improve aesthetics throughout the facility. c. All Code Blue Push for Help Buttons located in the parking lots of the VA Medical Center shall be live tested and reset. d. Analog Cameras and Closed-Circuit Television (CCTV) System located in Building-128 shall be visually inspected and exterior cleaning service shall be completed. e. PELCO System and DX 8100 Series Hybrid Video Recorder shall be operations tested to ensure footage is being recorded according to manufacturer specifications. f. Contractor shall ensure provisional footage is being overridden continuously according to system design. g. Code Green System in Building-128 shall be live tested and reset with handheld wireless panic buttons and batteries shall be changed and re-tested on all in-operable units. h. Contractor shall perform a monthly operations and functions check of Key Systems Security Asset Manager (SAM) Electronic Cabinets and POS KIOSK System. Semi-Annual Requirements a. Ocularis IP System Camera frame rates shall be precision tested and adjusted to manufacturer specifications and correct operating parameters. b. Contractor shall perform all state-of-the-art software and licensing updates to Ocularis IP System network in accordance with current compliance standards, technology, and compatibility of system. c. All Hirsch/Velocity electronic card readers located at VA Long Beach Medical Canter shall be live tested and functions checked with PIV Access Card and all discrepancies shall be documented and reported in PMI Report. d. All Hirsch MX Controller High Secure Access Control Units and BOSCH/Radiotronics Intrusion Alarm Control Panels, located in the VA Long Beach Medical Center, shall be opened and visually inspected for connectivity, and all batteries shall be load tested and replaced if amp-hour properties are below manufacturer specified parameters. Annual Requirements a. Network server diagnostics check shall be completed for Ocularis IP Camera System coordinated through COR and VA Long Beach IT Department. b. All BOSCH/Radiotronics Intrusion Alarm devices located in the VA Long Beach Medical Center shall be visually inspected, live tested, and reset. All discrepancies shall be documented in PMI report. 2.4 GENERAL REQUIREMENTS Priority of deliverables Service and repair of CRITICAL and NON-CRITICAL equipment Engineering Services work orders Completion of initial assessment and inventory survey Access programming and group access adjustments and maintenance Identification and performance of essential system installation services Development and implementation of Preventative Maintenance Program Personnel Qualifications: Contractor must possess and furnish current certifications to operate, program, diagnose, repair, and install network infrastructure and required software/hardware for Ocularis IP Camera and Velocity/Hirsch Security Access Systems. Submit the following certifications with your quote. Axis Gold Partner Axis Certified Professional Axis Network Video Fundamentals BICSI RCDD BICSI Installer 1 BICSI Installer 2 BICSI Technician Cisco Gold Partner Cisco CCNA (Base, Data Center, Routing & Switching, Security) Cisco CCNP (Base, Routing & Switching) Cisco CCIE (Data Center, Routing & Switching, Security, Service Provider) Hanwha (Samsung) Gold Step Dealer Partner Hanwha (Samsung) Wisenet Certified Professional Identiv/Hirsch Mx Controller/DIGI*TRAC, Velocity 3.6 SP1 Administrator IPVM Access Control IPVM IP Cameras OSHA 10 OSHA 30 Qognify (formerly OnSSI) Ocularis Authorized Platinum Premier Channel Partner Qognify (formerly OnSSI) Ocularis 5 Sony Security Partner Reseller (Platinum) Sony Security Certified Professional Sumitomo Future Flex Installation Standards Sumitomo Licensed FutureFlex Installer Work Schedule: Resident Security Systems Technician/Engineer Resident Technician/Engineer shall be on site eight (8) hours per day, five (5) days per week, Monday through Friday, Excluding Federal Holidays not to exceed two-thousand (2000) hours annually. Contractor is responsible for tracking hours and notifying COR in writing eighty hours (80) prior to expiration Specialty Security Systems Technician(s)/Engineer(s) Specialty Technician(s)/Engineer(s) shall be available for service calls, troubleshooting, diagnostics and repair services twenty-four (24) hours a day seven (7) days a week. Specialty Technician(s)/Engineer(s) shall must be on-site within four (4) hours for Critical Systems and on-site within twenty-four (24) hours for Non-Critical Systems, Including Federal Holidays Contractor is solely responsible for providing qualified technician(s) to perform any Critical and Non-Critical service call(s) defined in Security Systems Infrastructure and Inventory. Service call for Specialty Technician(s)/Engineer(s) shall not exceed one-thousand (1000) hours annually per period of performance and contractor is responsible for tracking hours and notifying COR in writing ninety (90) hours prior to annual expiration. Contractor is responsible for providing the following Specialty Technicians: Communication Technician Surveillance Technician/Engineer Intrusion/Panic Alarm Systems Technician Access Control Technician/Engineer Programming/Networking Software Engineer Service Calls Contractor shall provide one primary and two alternate point of contacts for service calls Telephone number(s) shall be toll free and monitored twenty-four (24) hours a day, seven (7) days a week, including weekends and national holidays by responsible contactor. Contractor is responsible for ensuring technician is dispatched and on-site within a four (4) hour response time for all critical systems and within a twenty-four (24) hour response time for all non-critical systems. On-site is defined as at service location, in contact with VA representative, and fully equipped to commence repairs. Contractor shall request and be provided with VA representative point of contact name and telephone number for on-site service call. Once service required and priority has been communicated, contractor shall send digital notice via email to COR, Electric Shop Supervisor, and VA Police Security Officer including: Name of Technician(s)/Engineer(s) Technician(s)/Engineer(s) contact phone number(s) Service being performed (including priority) Critical/Non-Critical Location of service On-site arrival response time Contactor shall contact VA representative upon arrival on-site via telephone number provided for all service calls. e. Maintenance Reports Contractor shall generate and submit a weekly report detailing all inventory, testing, troubleshooting, programming, maintenance, repair, and installation services completed by the Resident Technician/Engineer to the Electric Shop Supervisor or appointed VA Representative. Reports shall be submitted at the end of the work week, on Friday by 4:30PM describing in detail all work completed throughout the duration of the previous forty (40) hour week. Contractor shall maintain digital copies of the weekly reports and shall submit copies via email monthly to the COR for the record of the Government. Format of the Maintenance Report must be approved and finalized by COR and must include at minimum: Dates and times of forty (40) hour work week Description of maintenance, inventory, services, and testing performed Number of direct hours expended for each task Description of material, parts, and software/hardware used Description of completed work Signature of Contractor personnel certifying service Signature of Electric Shop Supervisor or appointed VA representative Notes and recommendations f. Service Reports Contractor shall generate and submit a detailed report of all troubleshooting, programming, maintenance, repair, and installation services completed by the Specialty Technician/Engineer to the Electric Shop Supervisor or VA appointed Representative within two (2) business days of completion of on-site service. Contractor shall maintain digital copies of all Service Reports and shall submit copies via email monthly to the COR for the record of the Government. Format of the Service Report must be approved and finalized by COR and must include at minimum: Date and time of service and technician assigned Location of service Description of troubleshooting, maintenance, and repair services performed Number of direct hours expended for each task Description of materials, parts, and software/hardware used Description of completed work Signature of Contractor personnel certifying service Signature of Electric Shop Supervisor or VA appointed representative Notes or recommendations g. Drawings and Diagrams Contractor shall provide drawings/diagrams and schematics that document components and connectivity for all physical security systems provided in AutoCAD .dwg and two (2) hard copies to COR for the following systems: Ocularis Internet Protocol (IP) Camera System Code Blue Parking Lot Emergency System Velocity/Hirsch Access Control System Bosch/Velocity Intrusion Alarm System Analog Camera and Closed-Circuit Television (CCTV) System (M and L-Ward) Bosch/RADIOTRONICS Intrusion Alarms System REDSCAN Infrared Ceiling Beam Alarm System Door Control Services (DCS) Top Door Alarm Updated progress documentation of each systems infrastructure must be submitted and approved by COR at minimum semi-annually and every six (6) months thereafter. h. Contractor Submittals Contractor must submit valid proof of required accredited certifications, contained in (Personnel Qualifications) as a submittal with proposal package, prior to award of contract. GOVERNMENT APPROVAL BY COR OF REQUIRED CERTIFICATIONS IS MANDATORY AND IS A DIRECT CONTINGENCY OF THIS REQUIREMENT. Within sixty (60) calendar days after notice of award, the contractor shall submit to the COR two (2) hard copies and one (1) digital copy of all Preventative Maintenance Procedures defined in the (Preventative Maintenance) section, including proposed dates PMI s shall be accomplished. Any equipment substitutes to (Supplement-3) shall be submitted to COR prior to award of contract and approval based on compliance with current federally regulated security system infrastructure codes, VALBHS policies, equipment specifications, and Engineering Service requirements. All submittals are subject to approval of the COR. i. Parts, Materials, And Equipment The Contractor shall maintain sufficient quantities of readily available parts, materials, and equipment on hand to support the service, maintenance, and installation requirements of this contract. Lack of availability shall not relieve Contractor from completing work and any equivalent alternative shall be recommended, in writing and approved by the COR and must meet current security, compliance, and operational network requirements and system compatibility. The Government reserves the right to request the manufacturer s invoices for all parts, materials, and equipment. The contractor shall comply with this request within seven (7) calendar days, unless a request is made to and granted by the COR or Contracting Officer. The contractor guarantees all equipment covered in this contract shall be operational and in working condition at the contract expiration date. j. Clean Up/Meeting Minutes/Warranty All debris, excess material, parts, and equipment shall be cleaned up and removed by the Contractor at the completion of service and at the end of each day. The Contractor must dispose of all debris in accordance with all applicable laws and regulations and all required documentation must be submitted to the COR accordingly. Contractor is responsible for recording meeting minutes for all official meetings with the Government and distributing them via email to the meeting participants, COR, and CO within two (2) working days of the meeting. Official meetings include, but are not limited to security service coordination meetings, and any meeting the Contractor has with the Contracting Officer or COR regarding the Contract Quality or Performance. The Contractor shall not void any manufacturer or installer warranty during installation or service without prior written approval from the COR. If warranty is voided Contractor will be solely responsible for replacement at no cost to the VA. All defects in materials or workmanship found shall be reported to the COR. All services, equipment, software, hardware, materials, and parts furnished by the contractor must include a minimum one (1) Year Warranty including installation, provided by the Contractor from the date of install, repair, or replacement. 2.5. PERFORMANCE MONITORING. Routine inspections to include acceptance/certification work was completed in accordance with the SOW will be performed by the VA COR and designated Facilities Personnel. 2.6. PERIOD OF PERFORMANCE. The period of performance will be a base year plus four (4) option years. a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. c. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. d. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.7. CONTRACTOR PERSONNEL BACKGROUND REQUIREMENTS. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 381.00 Moderate Risk Minimum Background Investigation $ 1,730.00 High Risk Background Investigation $ 2,810.00 The Contractor shall be required to furnish all applicable employee information required to conduct theinvestigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.8. CHANGES The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract terms or price to cover any increase in costs incurred as a result thereof. 2.9. CONTRACTOR EMPLOYEES The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. Parking: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking is strictly prohibited on the grounds of...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/693cbf107ae742e2b59126e91bb8aed3/view)
- Place of Performance
- Address: VA Long Beach Healthcare System;5901 E 7th Street,;Long Beach, CA 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05608415-F 20200404/200402230208 (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 |