Z1NZ--VA Loma Linda Security System and Maintenance | 3 Year Contract Opportunity

expired opportunity(Expired)
From: Federal Government(Federal)
36C26224Q0903

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (22 days ago)

Due Date

05 Apr, 2024 (22 days ago)
Bid Notification

Type

Bid Notification
36C26224Q0903

Identifier

36C26224Q0903
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small 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)
Unique Entity ID (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), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone 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 VA Loma Linda Healthcare System (VALLHCS) located at 11201 Benton Street, Loma Linda CA 92357 is seeking a potential qualified contractor that can provide security System and Maintenance Services. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561621 ($25 Million Dollars). 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) 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 SBA Veteran Small Business Certification (VetCert) Registry located at https://veterans.certify.sba.gov. All interested Offerors should submit information by e-mail to Koby.Thiel@va.gov. All information submissions to be marked Attn: Koby Thiel, Contract Specialist and should be received no later than 10:00 AM MST on April 5, 2024. DRAFT STATEMENT OF WORK Background: The VA Police at Loma Linda requires a comprehensive security maintenance contract with a Base+2 option years structure to ensure the Lenel OnGuard2 Security Systems, Video Management System (VMS), to be installed as part of this contract, and integrated surveillance system remain functional to provide safety, security, and monitored access to critical areas. The intent of this contract is to ensure that warranty items are repaired, and to ensure non-warranty items are replaced, upon failure, with items covered under warranty. This maintenance contract will also include and cover the security system equipment identified in 2. Scope c., below. This contract includes provisions for installation, repair, cleaning, and maintenance of all security equipment under the purview of the VA Police at the Loma Linda VA Medical Center. Scope: Incumbent contractor will maintain, repair and/or replace existing security systems at the Loma Linda VA Medical Center (11201 Benton Street, Loma Linda, CA 92357) and affiliated properties: Behavioral Health Building (Valor Building), Community Living Center, Palliative Care Center, Eye Clinic, Cancer Building, Outpatient Pharmacy Building, Ambulatory Care Center, Audiology Building, Business Center (HR and HAS), Three (3) Off-station Warehouses, Women s Clinic and the Hemet Community Based Outreach Clinic (CBOC). The maintenance of the security systems at additional CBOC s, scheduled to open in fiscal years 2024, 2025, and 2026, will be added to this Security Maintenance Contract, as needed once the facility s security systems are installed and connected to the Lenel OnGuard2 System. An amendment to this contract will be completed at that time at the direction of the Contracting Officer. Vendor will include a Service Support Agreement (SSA) for the base software and camera cost included in maintenance contract. The Loma Linda VA security system as defined within the scope of this document includes, but is not limited to, the following items: Electrified locking hardware Closed Circuit Television Cameras (CCTV) and all associated cabling and termination points. Network Video Recorders (NVR s) Electrified locks Lenel card readers, to include dual authentication card readers Card readers and associated door contacts Request to exit devices Lenel Single Reader interface modules Lenel workstations: Seven (7) total Head-end panels The incumbent contractor will coordinate with the VA Police to select a new Video Management System (VMS) initial installation to an Avigilon, Milestone, Axis Communication, or equivalent VMS software system to ease the use of video viewing and all Lenel System user end operations. They will be required to provide, install, and train VA Police personnel in the use of a new Video Management System that will facilitate ease of system use for all end users. Any other associated equipment installed by the contractor or necessary equipment that is not already maintained by the facility or a department of the facility. The incumbent contractor will provide proposals, to include cost breakdowns on materials and labor fees, to install any new equipment, outside of the contract limitations, as requested by the Chief of Police, or his designee. The incumbent contractor will repair and maintain the security surveillance system connected to the Intrusion Alarm Panels and will upgrade and activate the system mapping feature. The incumbent contractor will maintain and repair the surveillance camera system, and any/all associated surveillance equipment installed, as a part of that system. The incumbent contractor will employ no less than five (5) Lenel Certified Technicians who will self-perform all required work. Proof of Certification for each technician, authorized to work on the Lenel OnGuard2 system, will be filed in the VA Police Records Control System 10.1. Incumbent contractor will respond for security system repair requests as mandated in this SOW. Subcontracting any work, installations or otherwise, to on the established Lenel OnGuard2 Security system is not permitted. Incumbent contractor will maintain an office or company workspace within 50 miles of the Loma Linda VA Medical Center. Incumbent contractor communication with Police Service will be strictly limited to the Senior Physical Security Specialist or their designee. Excluding an emergency, at no time, will the vendor directly communicate with the Chief of Police or the facility Executive Leadership in reference to the Security Maintenance Contract unless previously authorized by the Chief of Police, the COR, or their designee. While this Security Maintenance Contract is in place, no vendor, general contractor, or sub-contractor can expand, add or connect any equipment to the Lenel OnGuard2 Security Access Control System, security surveillance system, intrusion system, or add field security devices; to included, but not limited to: card readers, help buttons, motion detectors, cameras, can terminate to an existing Lenel/Bosch panel, or add new Lenel/Bosch panels, without the permission of the VA Chief of Police, the COR, or their designee. If equipment is added to a facility as a part of a contract outside of Police Service, and outside of the Security Maintenance Contract, all equipment must be approved by the Chief of Police or the Senior Physical Security Specialist, or their designee, prior to installation, to ensure the equipment is in full compliance with the standards required for the security system. Specific Work to be Performed: Maintain and or replace/repair items associated with the surveillance and security system, to include: Main Facility: 959 Card readers, door contacts & request to exit devices, 959 Lenel Single Reader interface modules, 21 Intrusion Panels, 277 Motion Detectors, 181 Duress Buttons, 75 Arming Keypads, 704 Interior and Exterior IP Cameras, and various door contact only doors. Ambulatory Care Center (ACC): 108 Card readers, door contacts & request to exit devices, 108 Lenel Single Reader interface modules, 8 Intrusion Panels, 41 Motion Detectors, 5 Arming Keypads, 70 Interior and Exterior IP Cameras, and various door contacts. Vendor to clean, aim and focus exterior cameras one (1) time annually. (Includes lifts). Vendor to clean, aim and focus interior cameras one (1) every other year, beginning in FY24. (Includes lifts). Lenel intrusion head end panel locations to include enclosures, power supplies, intelligent control modules, star multiplexer boards, tamper switches, controller boards, and Octo-popit boards. Installed motion detectors, arming stations, and hard-wired panic buttons. Monthly Lenel OnGuard2 system programming to ensure time zones are accurate on NVR s and user end video feeds and adjust time zones and access groups as needed. Vendor to ensure installed readers are programmed into the appropriate access levels, with the appropriate Reader Mode programmed. Vendor will reprogram all readers in the Lenel system to reflect a similar, and understandable naming convention. This will be completed at all levels of the system. Lenel client workstation hardware. At the discretion of the Chief of Police, or his designee, access to the VPN will be provided to a qualified Lenel technician to enable system integrity, stability, and up time. At the discretion of the Chief of Police or his designee, elevated privileges will be provided to the VA network, for access to the Lenel server only. Office locations: VA Police Compliance Officer, Deputy Chief, Senior Physical Security Specialist, Clinical Education, two (2) in VA Police Dispatch, and PIV/HR 2A-35A office. Lenel Software Support Agreement (SSA) and labor to provide upgrades, feature sets and patches to the system as needed annually. Quarterly Health check of the server and client workstations. Full-Service Agreement: 7 days x 24 hours service. NVR (18 Total) - software maintenance, hard drive replacement. Labor to install owner provided electrified lock hardware for existing defective lock locations. Maintain and/or replace/repair Lenel head-end panel locations, to include: Enclosures Power Supplies Intelligent Control Modules Star Multiplexer Boards Tamper Switches Bi-Annual replacement of back-up batteries at Lenel Head end panels. Lenel Intrusion Head end panel locations to include: Enclosures Power Supplies Controller Boards Octo-Popit Boards. Maintain and or replace/repair field installed motion detectors, arming stations, and panic buttons. Included will be the re-installation of hardwired duress buttons needed to be removed by Interior Design to install new desks/furniture. Maintain and/or replace/repair Lenel Workstations (replacement if provided by the vendor), Network Video Recorders, and or Virtual Servers running Lenel software. NVR s, workstation hardware/software can be provided by the vendor. A workstation can be purchased by VA Police Service and re-imaged to fully function with the Lenel Security System. Purchase determination will be based on what is in the best interest to the government. Under the Lenel Software Support Agreement (SSA) the vendor will provide labor for all upgrades, feature sets and patches to the surveillance and Lenel systems. Specific Requirements: Vendor agrees to provide 24/7/365 coverage under this agreement. Vendor agrees that a technician will arrive on site two (2) to four (4) hours following the receipt of an emergency call and four (4) to eight (8) working hours following receipt of a standard service call. Service calls may only be made by an authorized person in VA Police Service. The authorized person will be the Chief of Police, Senior Physical Security Specialist, COR, or their designee. It is understood, the following items and equipment are not covered under the terms of this maintenance agreement: Damage caused by misuse, abuse, accident, disaster, fire, flood, water, wind, lightning, and Acts of God. To include user error and vandalism. Also not covered by this SOW are items designed to fail, to protect the equipment, such as power and/or lightning suppressors, and lifts. Lenel workstations, running Lenel On-Guard software, not provided by the vendor. Equipment installed by others, unless noted above. Contingency work will not be funded or authorized under this contract. Any work required, that requires an additional purchase outside of this contract, will be coordinated and purchased by a VA Police Service representative, via a purchase card or contract as needed. All work, to any Lenel security system equipment, outside of the contract will be reported and tracked by the VA Police COR. Purchase order forms, invoices and other documentation will be maintained for no less than the end date of the period of performance. Provide for and maintain all necessary protection of building systems and services during maintenance work. Contractor will provide coverage to any equipment in construction areas to protect from dust build-up while performing work. Thoroughly clean effected areas of all construction/work areas of debris and trash. Properly dispose of materials. Vendor shall prepare and submit for approval, shop drawings and product data of intended equipment and materials to be used. Provide manufacturer information, catalog cuts, MSDS, and shop drawings to clearly indicate the work. Do not start maintenance work until all materials, submittals, and equipment are on hand. Vendor shall schedule work and check in with the VA Police prior to the initiation of any project or start of work. Vendor is required to submit an Invoice/Service Order upon the completion of each project/job. Safety: All contract personnel are required to have participated in an OSHA-approved, 10-hour safety course, prior to working at the Loma Linda VA Medical Center or affiliated sites. Additionally, the on-site contract supervisor is required to have participated in an OSHA-approved, 30-hour safety course. Up to an additional two hours of training may also be provided to contract personnel by VA personnel; this includes training for roof top work, as applicable. Hot work permits for welding, cutting, soldering, or brazing are to be obtained from the VA Loma Linda Safety Office. Scheduled utility outages require 14-day notification prior to the first day of project. Contractor will prepare a site-specific Safety Plan to be approved by the local VA Safety Officer prior to start of work. Plan is to include outages, lockouts and scheduling of work involving cabling and equipment impacting any potential patient treatment or care. A significant part of this planning process is to ensure other cabling and equipment, adjacent to the site being worked, is not impacted. Infection Control: Infection control measures will be enforced for this work. An infection control permit is required prior to start of construction. Infection control of the project site is to be maintained to VA standards by all contractors, at all times, which includes, but is not limited to, the following: Negative air pressure is to be maintained in effected spaces. Pressure gauge required. HEPA filters are to be used. Temporary construction partitions must be smoke-tight. Ensure dust and debris are contained during a project and immediately cleaned from any area occupied by patients and staff. Schedule: All work is to be coordinated with the VA COTR prior to arriving on site and must check in with COTR upon arrival. Most work shall be scheduled between 7:00 am to 4:30 pm, Monday through Friday. Some work may be required to be scheduled after hours and on weekends to avoid adversely impacting healthcare operations. Parking: Contractor parking is available within a quarter of a mile of the hospital. One tool truck is allowed to park on property. All contractor, personal vehicle, parking on the hospital grounds is prohibited. Temporary loading and staging areas are allowed and will be designated by the VA COTR. Contractor ID: All contractors working shall possess a government issued PIV/Non-PIV/I badge identification (whichever is authorized). The PIV/Non-PIV/I badge must always be worn above the waist and visible, at all times, while working on federal property. To be sponsored for a badge, contract personnel will be required to provide two (2) separate forms of government issued identification. At least one of the forms of government issued identification will have a picture of the individual. A list of acceptable identification documents can be provided. Obtaining a VA issued Identification badge is required by each contract person, prior to start of work on federal property. Non-badged contractors, who are not being escorted, can be escorted off property if needed. Contract Duration: The maintenance contract is for One (1) Base year, plus two (2) Option years.

 Department of Veterans Affairs VA Loma Linda Healthcare System 11201 Benton StLocation

Place Of Performance : Department of Veterans Affairs VA Loma Linda Healthcare System 11201 Benton St

Country : United StatesState : California

You may also like

BUILDING CONTROLS MAINTENANCE AND REPAIR SIOUX FALLS VA HEALTH CARE SYSTEM TASK ORDER #5

Due: 28 Feb, 2025 (in 10 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

NEW CONTRACT TO PURCHASE PHYSICAL SECURITY SYSTEM MAINTENANCE.

Due: 28 Sep, 2028 (in about 4 years)Agency: BUREAU OF THE FISCAL SERVICE

D--EROS SECURITY SYSTEM MAINTENANCE

Due: 10 May, 2024 (in 12 days)Agency: INTERIOR, DEPARTMENT OF THE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 561621
Classification CodeCode Z1NZ