SOLICITATION NOTICE
70 -- HIRSH SCRAMBLEPADS & INSTALL
- Notice Date
- 8/27/2020 11:40:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1414
- Response Due
- 9/4/2020 3:00:00 PM
- Archive Date
- 10/04/2020
- Point of Contact
- latricia.williams2@va.gov, LATRICIA WILLIAMS, Phone: 562-766-2245
- E-Mail Address
-
latricia.williams2@va.gov
(latricia.williams2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 1 of 3 REQUEST FOR QUOTE (RFQ) 36C26220Q1414 VHA San Diego Healthcare System: HIRSH Scramble Pads COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This RFQ is SDVOSB set-aside. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-05, dated August 13, 2019. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office is issuing a Request For Quote (RFQ) #36C26220Q1414 as SDVOSB set-aside with the size classification relative to NAICS codes 334112 or (related) that can supply the Veterans Affairs San Diego Healthcare System with HIRSH Scramble Pads that is brand name or equal to the requirements in this RFQ. If you are providing equal, you must provide specifications at the time of offer. DESCRIPTION OF REQUIREMENT Part # Description Quantity Hirsh DS47L-SSP-TS 1 Scramble Pad with MELM, Mounting Hardware, and 250 Composite Wire Installation 50 EA Hirsch Mx-8 2 Controller, Altronix AL600 Power Supply, and 250 Category 6 wire installation 8 EA Power Receptacle 3 Installation for MX Controller 8 EA 4 Electrified Strike-Single Door 50 EA SCOPE OF WORK: IDENTIV HIRSCH SCRAMBLE PAD MODEL INSTALLATIONS. The intent of this Request for Quote is to enter into a Firm Fixed Price contract for the purchase and installation of 50 IDENTIV Hirsch scramble pads Model DS47L-SSP-TS, with PIV Access, and 8 MX8 Controllers to support the Velocity Physical Access Control System (PACS) throughout VA San Diego Healthcare system. Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform a site visit to better understand the requirement. The vendor shall install a Hirsch scramble pad at the locations designated by the COR. The installation of each scramble pad will differ depending on the location but will consist mainly of a scramble pad and a connection to an existing MX8 controller. If it is determined that a new MX8 controller is needed in the area, it will be installed to accommodate the scramble pad. It has been determined that 8 new controllers will be needed for this request. The following items are what will be purchased: Hirsch TS Scramble pad Reader & Installation (Item 1): Hirsch Scramble Pad DS47L-SSP-TS Up to 250 feet composite wire Cable supports MELM3 alarm line module Miscellaneous material and connectors for panel and reader Required Licenses for Velocity Application Hirsch MX8 Controller-Material Installation (Item 2) Altronix AL600 Power Supply To include Alarm Input Expansion Board (AEB8) To Include Relay Expansion Board (REB8) CAT6A data cabling run to nearest IT closet up to 250 Feet Required Licenses for Velocity application e. Power Receptacle Installation for MX controller (Item 3) Vendor to connect MX controller to building High Voltage power. Vendor Responsibilities: The Vendor shall install Item 1 at the requested location throughout VA San Diego Health Care System. It will be connected to the nearest Identiv Physical Access Controller with an available scramble pad connection. Pad is to be installed in drywall and cabling will go through the building interstitial to the required controller. The Cabling will be labeled at the controller connections to designate what door is being controlled. It is to be added to the existing software and programmed to align to internal policies required by the VA Police. The availability of the scramble pad connection will be determined and communicated to the Vendor by the Contracting Officers Representative (COR). If it is determined that installation of further items is required for Item 1 to function, COR must be informed of which items and their quantities before the installation can commence. MX8 controllers shall be installed in the building interstitial area. All cabling to the controllers will be labeled to designate what doors are being operated. Vendor will hardwire controllers to facility on high voltage circuit. CAT6A cable will be terminated and connected to nearest network switch. The Vendor shall furnish all labor, transportation, materials, tools, supplies and spare parts required to perform the installation of the scramble pad reader and for dust containment. The Vendor assumes that the installation teams will be working in areas that will contain asbestos or other hazardous material that would require additional time or alternative installation procedures. Vendor shall utilize only parts of original manufacturer design and specifications or equal thereto. Used parts are prohibited. Modifications and/or maintenance to install scramble pad readers outside the scope shall be communicated to COR to determine the appropriate purchase authorization. Vendor shall provide the COR an electronic copy of the installation report within 7 calendar days. At a minimum, this report must contain the location of installed scramble pad, the location of the Physical Access Controller connection, and verification of functionality. Working hours: Installation of scramble pad reader shall be accomplished during working hours generally between 7:00AM and 5:00PM Monday through Friday, National Holidays excluded, unless other arrangements have been made by the ordering COR with the Vendor. Vendor must check-in with Healthcare Technology Management (HTM) COR when coming on-site. All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. The vendor is available outside normal business hours upon submittal of a written modification. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: If your company is submitting an equal brand, please provide explanation of how your quote is equal to the description in this RFQ and your response must address each salient characteristic. Submitting a Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with their name, address, the telephone number of the offeror, the firm s DUNS#, and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. All offerors shall be an authorized distributor by the manufacturer and must be able to offer full manufacturer warranties for products delivered to the Government. Award will be made to the Lowest Price Technically Acceptable (LPTA) quote. Responses to this RFQ are due by September 4, 2020, at 3:00 PM Pacific Standard Time (PST). Quotes shall be submitted electronically via email to the Contract Specialist latricia.williams2@va.gov. Offers are advised to review and monitor their emails for any correspondence regarding amendments. Correspondence or questions may be directed to the Contract Specialist with 36C26220Q1414 HIRSH Scramble Pads in the subject line, (48) hours of the posting of this solicitation. Telephone inquiries will not be honored. Inquiries after the allotted period may not receive a response due to the time constraints of the procurement. NOTICE LISTING CLAUSES INCORPORATED BY REFERENCE The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR ""52.252-2 CLAUSES INCORPORATED BY REFERENCE"" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. CLAUSES FAR Number Title Date 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 PROVISIONS 52.211-6 BRAND NAME OR EQUAL TO. AUG 1999 52.212-1 INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS APR 2014 52.212-2 EVALUATION-- COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- -COMMERCIAL ITEMS NOV 2014 The order cannot be split, quotes must include all items.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e0e0d302b0a1428898edc28433cc402a/view)
- Place of Performance
- Address: VA SAN DIEGO HEALTHCARE SYSTEM 3350 LA JOLLA VILLAGE DRIVE WAREHOUSE BLDG. 1, SAN DIEGO, CA 92161, USA
- Country: USA
- Country: USA
- Record
- SN05776687-F 20200829/200827230212 (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 |