Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2024 SAM #8247
SOLICITATION NOTICE

J -- Miscellaneous| None | PIV Access Control Maintenance Service and Installation | 693

Notice Date
6/24/2024 9:52:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0710
 
Response Due
6/28/2024 7:00:00 AM
 
Archive Date
08/27/2024
 
Point of Contact
Edward Ferkel, Contracting Officer
 
E-Mail Address
edward.ferkel@va.gov
(edward.ferkel@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
1. What is the current version of SoftwareHouse CCURE9000 that is run at the Wilkes-Barre facility? A. unknown version last updated the software 3 years ago. The current system runs on a 2012 physical server. Per the SOW, part of the contract is to provide a new license for CCURE and to migrate the data and operation on to a new VA virtual server so that the VA can decommission the physical server. 2. What series (R,T,Q) does the facility currently have? A. The facility is not sure what is meant by series R, T, Q. 3. Is there a current active CCure SSA? If so, when is the expiration date? A. No existing SaS or known SSA for either software (CCure or Lynx). In the past the facility had a service contract to include providing current license and support when hardware in the field would fail or operate unexpectedly.   4. Is the Lynx SSA up to date? A. Unsure, the program was installed by Johnson Controls in the past two years. No software SaS or SSA. 5. We recommend that the offeror is a Federal Software House Value Added Reseller (VAR). Is this the government s intent?  A. The government s intent is multi-faceted and identified in section 2 Task and Deliverables section of the SOW. (e.g. Preventive Maintenance & Validation (of installed equipment/hardware/controllers/ect), Service Call Agreement (onsite repair as needed), Software Licensing,  CURE Server Migration (to VA owned virtual server - base year service only), Spare Equipment &  New Installations (of old hardware on site base year only) 6. We recommend that the team has members with ICAM CSEIP certification. Is this the government s intent?  A. No such credentials requirements were identified in the SOW. 7. We recommend that the organization presently has members with VA PIV credentials and GFE to begin initial and immediate support for the site. A. Noted. 8. Will the maintenance of the UPS module be included as the responsibility of the winning proposal? If so, will a licensed electrician be made available to assist with testing and maintenance? A. The power supply on the IStar controllers is considered at our facility to be part of the PIV (access control system). The winning company should be prepared to have there staff open, inspect and replace the batteries of both the power supply and IStar with out he assistance of VA electricians. 9. Is it the government's intent to acquire all materials on this solicitation through the offeror? (see Attachment A: SOW, Section 2.2 - government is responsible for providing replacement parts . ) A. The government reserves the right to procure replacement parts through any vendor based on existing procurement policy s. In practice the vast majority on replacement parts will likely be procured via government purchase card with the company servicing the equipment. The facility has and intents to keep a small stock room of new and serviceable parts that maybe used assuming that they are suitable for use.   10. There are multiple different batteries listed. Can you identify the devices that are associated with each battery type and list the number of devices? 10.1. We wish to verify quantities for each type of device as the current number given seems higher than the norm in our experience. 11. A. 12v 10ah Sealed Lead Acid Alarm Battery- AC to DC power supply (2 per panel) Energizer 2032 lithium coin Battery- IStar (1 per panel) ZEUS Battery, 1.5 V, AA, NI-MH- IStar (5 per panel) Casil CA12180 12v 18ah Terminal- Power supply controlling voltage to doors (2 per panel) Duracell Ultra 12V 7Ah AGM Battery w/F1 Terminals Power supply controlling voltage to doors (2 per panel) All battery items are priced as one battery. The government disclosing and estimated quantity over to course of the proposed contact (i.g. Duracell Ultra 12V 7Ah AGM Battery w/F1 Terminals (1 EA) Estimated need of 560 Each over a 5 year period.) 12. Is there currently a VAR of record providing maintenance support? A. There is not an existing service contract in place providing support to the Wilkes Barre VAMC and its satellite sites regarding access control. 13. Who will be responsible for activating and testing the fire alarm? Regarding Mag Locks and operable testing? Will the VA provide us with a licensed technician to perform said testing or will that need to be a 3rd party fee associated? A. VA staff will operate the fire alarm. If there is a dispute as to what component failed the VA will pay for the fire alarm tech s time.    (e.g. doors fails to unlock and the access control tech can show that the fire alarm relay did not change state. The fire alarm would remedy the issue without a 3d party fee to the access control contractor.) 14. Will the Wilkes-Barre VAMC please provide the SoftwareHouse CCURE system serial number. The format is as follows: 9-XXXXX The serial number is 9-11935 15. The language of the SOW states that the CBOCs are to be covered by the ensuing contract, however only 3 CBOCs are listed in the rundown of doors and IStar controllers: (Williamsport, Allentown, and Sayre). Will service be required at all locations (Allentown VA Clinic, Cedar Crest Boulevard VA Clinic, Columbia County VA Clinic, Northampton County VA Clinic, Sayre VA Clinic, Tobyhanna VA Clinic, Wayne County VA Clinic, Williamsport VA Clinic)? A.     Correct, VA only currently has access countertrolled doors on the VA s PIV system at the main facility and 3 CBOC s (Williamsport, Allentown, and Sayre). At the other clinics there are other systems that the lease owner maintains or reliant on physical locks for security. At this point there is not future plans to install new VA owned PIV doors at the other CBOC s (Allentown VA MH Clinic, Columbia County VA Clinic, Northampton County VA Clinic, Tobyhanna VA Clinic, Wayne County VA Clinic). The other clinics above are included in the service portion because at any point in the future the VA may elect to install a PIV access control system that may need support to include setup in C-Cure at the main facility. If a new system were to be installed at the other sites, it would likely be procured on a new contact or via the existing lease contact to be worked in conjunction with the winner of this contract as to only have one vendor modifying the C-Cure program.   Construction projects at the main facility would also have a similar program process. The general contractor could hire an electrical contractor to install new PIV Doors at the Wilkes Barre VAMC however any new doors added to the software would be via the winner of this contract as paid for by the construction contactor. It is the stations intent to have any new construction contracts have the winner of this contact listed as the sole source for programming of new doors on the C-Cure software. There will likely be a small transition period from the previous vendor to the winner of this contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cdb32223a0564fe9b7db83108f6bec36/view)
 
Place of Performance
Address: Wilkes-Barre VAMC 1111 East End BLVD, Wilkes-Barre 18711, USA
Zip Code: 18711
Country: USA
 
Record
SN07105391-F 20240626/240624230114 (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.