Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2022 SAM #7497
SOURCES SOUGHT

63 -- Police Upgrade Compliance Surveillance System Sources Sought

Notice Date
6/8/2022 1:45:45 PM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1056
 
Response Due
6/15/2022 12:00:00 PM
 
Archive Date
07/15/2022
 
Point of Contact
Tim Harris, Contract Specialist, Phone: 520-629-4611
 
E-Mail Address
timothy.harris5@va.gov
(timothy.harris5@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) SAM Unique Entity ID Number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, Small Business HUB Zone business, or Other than Small Business, and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below: The New Mexico VA Health Care System (NMVAHCS) located at 1501 San Pedro Dr. SE, Albuquerque, New Mexico, 87108, requires the VA Police Video Surveillance System Removal and Replacement. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561621 ($22 Million). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov. All interested Offerors should submit information by e-mail to: timothy.harris5@va.gov. All information submissions to be marked Attn: Timothy M. Harris, Contracting Specialist and should be received no later than 3:00 pm EST on June 15, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. VIDEO SURVEILLANCE SYSTEM REMOVAL AND REPLACEMENT NEW MEXICO VETERANS AFFAIRS HEALTH CARE SYSTEM (NMVAHCS) Purpose: The New Mexico VA Health Care System (NMVAHCS) located at 1501 San Pedro Dr. SE, Albuquerque, New Mexico, 87108, requires the VA Police Video Surveillance System Removal and Replacement. Background: The surveillance system of the Raymond G. Murphy Medical Center was reviewed in January 2021, and was deemed non-compliant by 2019 McCain Act, Section 889(a)(1)(A). The current system is made by a blacklisted company (Zhejiang Dahua Technology) listed within the McCain Act, creating a need for the facility to comply with the national directive to change the current system. The following excerpt comes from the NDAA of 2019, and mandates removal of the current NMVAHCS by January 1, 2022. Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 prohibits the federal government, government contractors, and grant and loan recipients from procuring or using certain covered telecommunication equipment or services that are produced by Huawei, ZTE, Hytera, Hikvision, and Dahua and their subsidiaries as a substantial or essential component of any system, or as critical technology as part of any system. (See Pub. L. 115-232).    The statute covers certain telecommunications equipment and services produced or provided by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of those entities) and certain video surveillance products or telecommunications equipment and services produced or provided by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of those entities). The statute is not limited to contracting with entities that use end-products produced by those companies; it also covers the use of any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Scope: The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items necessary to perform the VA Police Video Surveillance System Removal and Replacement as defined in the performance work statement (PWS). The contractor shall provide a turnkey FIPS solution with NIST RMF and STIGs hardening cybersecurity posture, that adheres to US Federal Government IT procurements guidelines (NDAA, FAR, TAA). Assistive AI-powered video analytics facilitate greater efficiency and effectiveness to assist with resource constraints that save man hours traditionally dedicated to monitoring screens or watching recorded video. Invest in ultra-high-definition cameras that capture more area and evidence with fewer cameras. The PWS states the requirements for the installation, and programming of a new Network Video recorder (NVR) Server and, 375 new internet protocol (IP) cameras. In addition to the NVR and cameras, the PWS includes the requirements for the camera mounts where needed, camera licenses and all appurtenances necessary to connect the new cameras to the new NVR for a fully functional IP Video Surveillance System (VSS). The VSS shall monitor the main hospital as well as multiple outbuildings within the 99-acre facility. The VSS must include a Video Management System (VMS) capable of providing assistive/autonomous surveillance monitoring of all parking areas, vehicle traffic, personnel entry, emergency exits, and the exterior perimeter of the facility. Specific Tasks: The Contractor shall provide, install, and program all the equipment, licensing, and software necessary for a fully functional Video Surveillance System (VSS) consisting of Network Video recorder (NVR) servers, workstations, and cameras. The contractor shall also provide all camera mounts, other appurtenances, and system hardware as required for a complete and fully operational system as specified in the PWS. In addition to the VSS requirements, this section also includes the following requirements: The contractor is responsible for the removal and disposal of the existing VSS system and equipment. The contractor must use the existing wiring harnesses and network cables. The contractor is responsible for a project installation plan to confirm the location, orientation, and installation of all equipment. The installed VSS must be easily expandable for future growth. The contractor must provide all required licenses and software included as part of the complete VSS install and must not require recurring registration or payment. The servers shall be installed first within the Communication Center and OI&T closets with consistent video management software compliance and performance monitored during installation. Daily monitoring will be conducted with reviews of each camera and screen quality prior to installing the next camera for compliance. Replace current equipment with a high definition FIPS compliant internet protocol video surveillance system. Required System Infrastructure The contractor shall remove and dispose of the existing equipment and provide, install, and program the following system equipment or provide, install, and program equipment that meets all of the requirements in the PWS and is of a Brand Name or Equal nature in quality and capabilities as the following equipment. Manufacturer Part Number Description Qty Avigilon NVR4X Premium FIPS Series; 96TB; Windows Server 2016 5 Avigilon CAM-FIPS FIPS Camera license 375 Avigilon ACC7-ENT ACC 7 Enterprise camera channel 375 Avigilon HD-NVR4-SFPPLUS-SR SFP+ 10GBASE-SR Optical Transceiver (single) 10 Avigilon RM5-WKS-2MN-NA Remote Monitoring Workstation; 2 monitors; NA 3 Avigilon 2.0C-H5A-DO1-IR 2MP H5A Outdoor IR Dome Camera with 3.3-9mm Lens 268 Avigilon 4.0C-H5A-BO2-IR 4MP H5A Bullet Camera with 9-22mm Lens 50 Avigilon H4-BO-JBOX1 Bullet Junction Box for H5A / H4A Bullet Cameras 50 Avigilon 2.0C-H5A-PTZ-DP36 2MP Pendant PTZ Dome Camera 57 Avigilon IRPTZ-MNT-WALL1 Wall Arm for H4 IRPTZ or H4 Multisensor 57 Avigilon H4-MT-POLE1 Avigilon Pole Mount Adapter 57 Avigilon H4-MT-CRNR1 Avigilon Corner Mount Adapter 57 Avigilon POE-INJ-BT-60W-NA POE++ Injector; 802.3bt; 60W; NA 57 Avigilon ACC-USB-JOY-PRO Fully configured Professional USB Surveillance joystick for full control of Avigilon Control Center including shuttle playback control and digit 2 Ubiquiti US-16-XG OLM 10G Aggregation Switch for Enterprise Networks 2 Ubiquiti US-15-150W OLM 16 Port PoE Switch - 150W - 2 SFP Port 6 Ubiquiti USW-PRO-24-POE OLM 24 Port Switch - 400W - 16P PoE+ & 8P PoE++ - 2 SFP Port 22  Startech AR-SFP-1G-LX-ST OLM 1G - Fiber SFP Single Mode Module - LC Connection 60  APC  BR700G OLM Tower Mount 550VA - UPS/Battery Backup 3  APC  SRT2200RMXLA OLM Rack Mount 2200VA - UPS/Battery Backup 1  Commscope  2071E LBL C6 4/23 U/UTP W1000 OLM Cat 6 UTP CMP - Yellow 3000  Commscope  1100-U-GS3-24 OLM 24-Port Cat 6 Patch Panel 2  Commscope  CO166T2-02F003 OLM 3' Cat 6 Patch Cord - Blue 112  C2G  28758 OLM 3' - LC-LC Singlemode Patch Cords 60 Additional Required System Specifications The network security recorders must meet FIPS 140-2 Level 2 Security Requirements and protect data-at-rest. Server must provide at least 30 days storage of network video. Must be capable of recording video from available cameras. Software/interface must allow for a search engine style video that quickly locates a specific person or object of interest, to include lost patients and/or vehicular searching, across the entire site. Must have self-learning analytic events and alarms that offer specified schedule of events in real-time, i.e., automatic schedule 6am routine review of entrance doors and windows without end user changing the view. Must have Real-time events and forensic capabilities that detects and notifies scene changes and rules violations. All manufactured products shall be thoroughly tested and proven in actual use. VSS must be configured for the simple interchange of network video recording equipment and management of multi-megapixel IP cameras, up to the NDAA-standard 7K (30 megapixel) at a minimum. The system shall include all connectors, adapters, terminators, and appurtenances to interconnect all equipment. The Contractor shall also supply any required licenses and all miscellaneous materials necessary to interconnect all equipment installed in accordance with the PWS. The Contractor shall install and configure cameras in accordance with manufactures recommendations and industry best practices for optimal live view and recording. The system must support Network video recording and management of multi-megapixel IP cameras, up to the NDAA-standard 7K (30 megapixel). The system must be able to merge with the current code-blue security/emergency response system. Utilizes software/interface that allows for a search engine style video that quickly locates a specific person or object of interest, to include lost patients and/or vehicular searching, across the entire site thus allowing for improved incident response time and enhanced forensic investigations by providing video evidence and narrative of events. Easy to use video management software to optimize and efficiently capture and store high-definition video while managing bandwidth. Must be able to merge with the current code-blue security/emergency response system. 5. Vendor Escort: A member of the NMVAHCS within Police Service and/or OI&T is required to be with the contractor during the installation of the surveillance system. An installation schedule shall be provided at least two days prior to the COR. 6. Security Requirements:3 The C&A requirement do not apply, and the Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): No GFE/GFI requirements. 8. Other Pertinent Information or Special Considerations: On-site training: On-site training for security, police, and information technology personnel upon completion of the contracted work. Identification of Potential Conflicts of Interest (COI): No COI exists with this request. Identification of Non-Disclosure Requirements: No non-disclosure requirements for this request. Packaging, Packing and Shipping Instructions: Contractor is responsible for storage, delivery, and installation at each site location stated in the PWS. Communication with the COR shall occur in advance of scheduling delivery. All packaging and waste will be removed by the vendor and disposed of. The contractor will communicate with an assigned site representative, provided by the COR for delivery, set up, and testing. Shipping and delivery are the responsibility of the contractor and must be coordinated through the COR. Inspection and Acceptance Criteria: Final acceptance will occur when all equipment is installed and fully operational and capable of performing normal operations as demonstrated by the contractor, and pursuant to the operating instructions of the equipment manufacture. Employee training must be conducted by the contractor, familiarizing personnel with the system s capabilities and operational functions. Service Manuals/Tools/Equipment: The contractor shall provide the COR copies of all documentation that pertains to any hardware, software, or firmware. Contractor shall provide to the COR copies of the latest version(s) of all technical documentation and licensing agreements, which shall include operational and service manuals, schematics, diagnostic software, parts lists, and warranty information. Technical Support: The contractor shall provide 24/7/365 phone and remote technical support for the life of the system. Warranty: The contractor shall provide a five-year warranty on all equipment. Work Locations: Work could be required in patient locations and throughout the campus. No installation will penetrate the firewall and no major modifications will be completed. The camera system must be a remove and replace effort. The Contractor shall be required to be familiar with all applicable codes while carrying out the work outlined in the PWS. The Contractor shall complete the work pursuant to the PWS following all applicable codes and standards including, but not limited to: Occupational Safety and Health Administration (OSHA), Underwriters Laboratories (UL), National Fire Protection Association (NFPA), National Electrical Code (NEC), and any additional federal, state, and local codes and policies. 10. Place of Performance: All work will be completed at the 1501 San Pedro Dr. SE, Albuquerque NM 87108 VA Medical Center 99-acre campus. The principal performance will take place in Building 41 for the server installation. The principal performance of the camera installation is throughout the 99-acre campus. (See attachment 1, Camera Locations & Attachment 2, Campus Map) 11. Period of Performance: Contractor is expected to start work 7-10 days after award of the contract with the expectation that all work is completed within 90 days and training within 180 days of award. 12. Site Visit: A site visit will be scheduled after responses to the sources sought notice are received.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2cb64cc442047268d60d0bb680e1da2/view)
 
Place of Performance
Address: Department of Veterans Affairs New Mexico VA Health Care System 1501 San Pedro Dr. SE, Albuquerque 87108
Zip Code: 87108
 
Record
SN06352147-F 20220610/220608230125 (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.