SOURCES SOUGHT
N -- Security System Brand name or Equal DigiOpt Replacement
- Notice Date
- 6/22/2020 1:18:26 PM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0915
- Response Due
- 6/29/2020 2:00:00 PM
- Archive Date
- 07/09/2020
- Point of Contact
- Dr. Vinicky Ann Ervin Ph.D., Contract Specialist, Phone: Please title email with RFI Solicitation Number, Fax: RFI 36C257-20-Q-0915
- E-Mail Address
-
vinicky.ervin@va.gov
(vinicky.ervin@va.gov)
- Awardee
- null
- Description
- ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB $00.00 $00.00 The Contractor will be required to design the system in a fashion that allows the system to be internal to the campus on a standalone Network and sent through a secure point to point tunnel between the different locations within the Central Texas area. The New system must support full integration into the Software house C-Cure system and existing Victor video Edge. The system and any new cameras added must support facial recognition, suspect following and some cameras that will be placed outside in areas determined by the VA police will need to have a License plate capture function. The New system must be designed for a 90-day recording of video with an estimated 65% activity at 10fps. (This will vary depending on the camera locations) and have a search function that allows searching for activity within a certain area of the frame. The New system must have a 2-year warranty on all parts and labor (this does not include the cameras that are already in existence). And must include a 2-year Licenses and SSA agreements for the completed system. 0002 30.00 EA $00.00 $00.00 Unmanaged Network Switches for Camera system 0003 4.00 EA $00.00 $00.00 Network Video Recorders 0004 90.00 EA $00.00 $00.00 Replacement Cameras 0005 10.00 EA $00.00 $00.00 New PTZ Cameras 0006 30.00 EA $00.00 $00.00 Backup Power supplys UPS to support the switches and NVRs 0007 1.00 JB $00.00 $00.00 Other items need for installation, like J-Hooks, Wiring, and other items needed. GRAND TOTAL $00.00 Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain Camera System. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking to obtain brand name or equal Camera System and Central, TX. Refer to the General Requirements section below for the requested product description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: Brand name or equal Camera System are needed for the Central, TX in accordance with the following requirements: Site Visit will scheduled with the solicitation. Performance Work Statement (PWS) DigiOpt Camera System Replacement Introduction The VA in Temple Texas has many locations and 2 different cameras system. These systems make it hard to maintain and to have a clear overview of the situations being monitored. This Contract is to take the current systems and create a single system that is viewable not only at the different clinics, but so that all clinics can be viewed at the main campus as well. 2.0 Background These systems are of different manufactures and from different time periods. DigiOpt is past its expected life for the NVR and switches. All systems are using digital POE cameras (mainly S3). This system is being replaced and will need to be integrated into the New American Dynamics system creating one system for all Central Texas main campuses in Temple. 3.0 Scope The Vendor will need to provide a pre- design (draft design) of the system to include the system specifications, Annual software support cost and a short description of the full system functionalities in their proposal. 3.1 Project Overview: The Contractor will be required to design the replacement system in a manor that places the cameras on a standalone network that will interconnect to the existing system over a second NIC card on the NVR The new system must support full integration into the Software house C-Cure system and existing Victor Video Edge. The system and any new cameras added must support facial recognition, suspect following and some cameras that will be placed outside in areas determined by the VA police and COR will need to have a license plate capture function. The new system must be designed for a 90-day recording of video with an estimated 65% activity at 10fps. (This will vary depending on the camera locations) and have a search function that allows searching for activity within a certain area of the frame. The new system must have a 2-year warranty on all parts and labor (this does not include the cameras that are already in existence). And must include a 2-year licenses and SSA agreements for the completed system. All equipment must be TAA compliant. Any wireless equipment must meet the VA FIPS-140-2 requirements. The Contractor will be required to provide multiple training sessions for the End User for the full operation of the system. Employees for the maintenance are already factory trained. The Contractor will be required to create and provide a drawing of all cameras in Temple on the consolidated system. The Vendor must be factory trained and listed as an authorized dealer by American Dynamics to purchase all licenses and SSA agreements for the CTXVHA. 3.2 Known Factors: The Contractor will be required to incorporate all the existing S3 cameras, with the exception of those being replaced, into the new system and add several others into the system. All existing switches and UPS that support the switches are required to be replaced. The Fiber paths and existing cables can continue to be used. Any cabling for new cameras must be cat6A , (all cameras being replaced can be left on the current cabling). Any new interconnections between Com Rooms will be provided by the VA. There are an estimated 275 cameras, mostly S3, in Temple on DigiOpt, on the Temple Campus. The second system, American Dynamics contains about 120 cameras (95% of them are Illustra Pro) in Temple and another est. 300 in Waco. The Cameras on the Victor Software are operational at 100% and are not included in the project except they must be included on the drawings for the Temple Campus. On the DigiOpt there are about 60 Cameras that are needing replacements. There are about 30 Cameras that will need to be added and an estimate of about 10 outdoor PTZ. We are also requiring 100 cameras, to replace about 60 of the S3 cameras that are having issues as well as the addition of the other 30 Dome Cameras and 10 PTX s in Temple. Current network switches and UPS, a total of about 30 each, will be required to be replaced with new unmanaged switches. The NVR s must support multiple network connections. The system can be designed using an internal network for the cameras and a second network connection can be integrated into the rest of the system. Attending a site visit is mandatory to prevent any confusion as to the scope, locations and type of equipment needed to perform this design and install of the new Central Texas Camera System. All Existing cameras require cleaning and adjustments. Building drawings are provided as is and the camera locations are estimates. We do not have any updated drawings that show the exact location of all cameras that are currently installed. 3.3 Constraints on Installation: The Vendor will be required to coordinate all work through the COR, all schedules of installation must be in a manor to not impede the daily operations of the Medical Center and patient care. The normal hours of operation will be from 0800 till 1700, time outside of this will need approval from the COR. The Contractor will be required to supply all tools, equipment, material and personal to perform the installation. The VA will provide an escort for up to 2 teams during installation. Under normal operation there should not be a need for a HEPA cart since the majority cameras are not in direct patient care areas. All wiring installed in spaces that would leave the wring exposed must be installed in EMT conduit. Existing wire trays and J-Hooks may be used. If none exist in an area the contractor will be required to supply. 4.0 Applicable Directives VA 0730 Security requirements All NEC codes as applicable to the installation All OSHA requirements that pertain to the work being performed All FPA codes that pertain to the installation of this system 5.0 Performance Requirements (Identify what the contractor is required to do (major tasks and subtasks). The Contractor will be required to walk the area with the COR and the VA police to outline the area and determine the required coverage and placement for the new cameras. The Contractor will be required to submit the planed installation drawings to the COR for approval prior to proceeding with the installation of that area to ensure the installation meets the proper coverage for that area. The Contractor will work with the COR on making the installation schedule for the new equipment and cameras. The Contractor will provide a digital copy of the drawing of the installation after completion of the project. The Contractor will ensure they have all required equipment prior to installation begin. The Contractor will assist the Electronics Technicians in program the new camera system into the C-Cure system server in Temple. The Contractor will provide a full 2-year warranty on all equipment and services including labor and parts that were installed under this contract. The Contractor will provide multiple sessions of training for the operation to the VA Police. The installation of all equipment and training needs to be completed after 180 days after award of this contract and the final drawings supplied within 60 days of completion of installation. 6.0 Deliverables (List all data required to manage or monitor contractor performance). All equipment determined by the approved design. All training as outlined within the scope of work for the operators of the system. 60 replacement cameras for replacement of existing cameras that are starting to fail. 30 new Dome Cameras installed and 10 PTZ cameras installed. Written and signed warranty letter at completion showing the start date and end date of the warranty period. All licenses and SSA agreement purchased on behalf of the VA. Do Not Directly contact COR during the Solicitation, All Questions should be directed to the Contracting Officer. Attached Drawings of DigiOpt system Camera Locations The Department of Veterans Affairs is seeking both manufacturers and/or distributors of the exact match or functionally equivalent equipment/ services to the following listed above. 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) VAAR 852.212-72 Gray Market Items: a) Gray market items are Original Equipment Manufacturers' (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM's warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) FAR 52.212-2 Evaluation-Commercial Items: A copy of the authorized distributor letter from the contractor to verify that you are an authorized distributor of the products/services SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY. Please title email with RFI Solicitation Number
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6780b8e72eb4ca4a0f1d1526415ef8a/view)
- Place of Performance
- Address: Department of Veterans Affairs 1901 Veterans Memorial Drive, Temple, TX 76504, USA
- Zip Code: 76504
- Country: USA
- Zip Code: 76504
- Record
- SN05699346-F 20200624/200623042719 (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 |