6350--NEW-PACS and Physical Security Camera System

expired opportunity(Expired)
From: Federal Government(Federal)
36C25722Q0752

Basic Details

started - 13 Jun, 2022 (23 months ago)

Start Date

13 Jun, 2022 (23 months ago)
due - 01 Jul, 2022 (22 months ago)

Due Date

01 Jul, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
36C25722Q0752

Identifier

36C25722Q0752
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103648)VETERANS AFFAIRS, DEPARTMENT OF (103648)257-NETWORK CONTRACT OFFICE 17 (36C257) (4945)
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.

Sources Sought Description This is a Request for Information/Sources Sought announcement only. It is not a solicitation announcement. Requests for a solicitation will not receive a response. The purpose of this sources sought announcement is to request responses from qualified Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) interested and capable of performing an Access Control Service Contract as detailed below in the Statement of Work (SOW). Read the SOW carefully and pay close attention to section 3.4 and the on-site technician response time. The anticipated North American Classification System (NAICS) code for this acquisition is 561621 ($22.0M). This sources sought notice is part of market research and will be used to make appropriate acquisition decisions. Response to this RFI must include responses to the following questions: Are you an SDVOSB or VOSB? Are you registered in VIP VETBIZ and SAM? Are you able to meet all requirements
of the SOW to include on-site technician response time? Responses must also include: Company Name and DUNS number. Active or previously awarded similar contracts details to include contract number, location, services included, length of service, and awarded amount. Years of experience. Statement of Work (SOW) Background: The PACS (Physical Access Control System) is an AMAG Technology, Homeland Security Edition (HSE), Security Management System (SMS) version 9.3, utilizing model M4000 style controllers, structured to provide continuous control, and monitoring of (251) doors and (30) video security cameras in multiple locations throughout the Amarillo VA Health Care System. The SMS database is running on a Dell R530 server. The two Network Video Servers (NVR) are running on Dell R730 s (58 TB raid 5 storage). The PACS is interconnected providing two-way communications via VLAN to the Security Management System Database (SMS) and Networked Video Recorder servers (NVR) located at the Amarillo VA Health Care System, Amarillo TX. The Physical Security camera system is the Genetec Omnicast Video Surveillance System, Security center version 5.9.4.0, utilizing Axis cameras on a private, dedicated security network, including switch infrastructure, fiber infrastructure. This system is structured to provide continuous surveillance/monitoring of (161) video cameras in multiple locations throughout the Amarillo VA Health Care System, Amarillo TX. 100% daily operability is required to maintain the continuity of the PACS and Physical Security Camera Systems. A contract is needed to install, upgrade, repair and maintain all aspects of the current PACS and Physical Security Camera Systems. This includes Original Equipment Manufacturer (OEM) technical and software support agreement, (SSA) Servers Operating systems, and Microsoft SQL. These are high priority systems, so a full service and support contract is needed. Place of Performance; Amarillo VA HealthCare System - Consisting of: Thomas E Creek VA Medical Center 6010 Amarillo Blvd. West Amarillo TX. 79106 VA Human Resources Office (IBM Building) 7201 I-40 West, Suite 100 Amarillo TX. 79106 Scope: The Amarillo VA Health Care System is seeking a full service and support contract that includes unlimited parts, updates, system licenses, labor, and travel during the hours of 8am to 5pm, Monday through Friday. The Contractor will: žSupply names and certifications of technician(s) certified on the AMAG M4000 system žSupply names and certifications of IT technician(s) certified with MS Server and SQL. žMust have AMAG hardware and Axis camera inventory on hand, certified 24/7 support technician(s) žPerform a system inspection and operability check to insure 100%, the system is stable and operational. žMaintain the SMS Database and NVRs at the newest versions of Homeland Security Edition software and options. Server and NVR must meet and/or surpass AMAG technical specification and recommendations. žProvide and maintain access to AMAG s technical support via an annual Site Support Agreement (SSA). žPrepared to add AMAG hardware/control board(s) for 3 doors to the AMAG system and 3 new cameras to the Genetec system ANNUALLY as requested by the VA. žLabel all cameras, and wires inside the existing AMAG cabinets. žIdentify all wiring, programming, and installation issues and correct to AMAG standards. žReplace all batteries (212) every 3 yrs. (current batteries have been changed in 2021) žProvide support documentation, and maintenance on existing door hardware, control panels, cabinets, video cameras, and servers (hardware and software). žDoor hardware includes all electrified hardware: crash bars, strikes, mortise sets, handles, REX motion sensor/push button, magnets/mag locks, and any other electrified door hardware not mentioned above. Specific Tasks: System Stability: System stability is defined as all hardware properly installed as per AMAG Technology and Genetec Omnicast Video Surveillance System installation instructions, U.S. Department of Veteran Affairs Physical Security Design Manual for Life Safety and Mission Critical Facilities dated January 2015, VA Engineering Specifications, and VA Handbook 0730/4. If it is discovered that any door, camera hardware, or wiring is not installed to the AMAG and/or Genetec standard the door or camera will be corrected to meet the current approved AMAG and/or Genetec installation standard by the contractor under this contract. This is to include, but not limited to, wiring of all hardware at the door, door controllers, or cameras. The contractor will also be responsible for verifying and correcting any software configuration errors within the AMAG and/or Genetec system, including but not limited to, the server operating system, and Microsoft SQL. The contractor will provide support in correcting the current configuration to include, but not limited to, hours, time codes, holidays, schedules, predefined, and triggers. All work listed above will be covered under this contract before the system can be cleared as being stable. 3.1.1 Existing AMAG Door Controller equipment to be maintained: BLDG 01A1, N. Courtyard Entry BLDG 01A1, Rm 1148, Dental SPS Rm BLDG 01A1, Rm 1111, IDF Closet BLDG 01A1, Pt Records Outside Entry BLDG 01A1, Rm 1155, Pt Records Entry BLDG 01A1, N. Entrance BLDG 01A1, Rm 1131A, Police Armory BLDG 01A1, S Courtyard Entry BLDG 01A2, Rm 1156, Dental Lobby BLDG 01A2, Rm 1131B, Police Evidence Lkr BLDG 01A2, Rm 1134, Policemen Lkr Rm BLDG 01A2, Rm 1132, Policewomen Lkr Rm BLDG 01B1, Rm 2132, Executive Office Door BLDG 01B1, Rm 2130, IDF Closet BLDG 01B1, Museum Entrance BLDG 01C1, Rm 3738, IDF Closet BLDG 01C1, Rm 3729B, 3N Clean Utility BLDG 01C1, Rm 3716, NOD Sleep Rm BLDG 01C1, Rm 3760D, Oxygen Strg BLDG 01C1, Rm 3741, PYXIS Med Rm BLDG 01C1, Rm 3718, Student Sleep Rm BLDG 01C1, Rm 3729A, 3N Linen Rm BLDG 01D1, Rm 4129A, IDF Closet BLDG 01E1, Rm 5100, Biomed Main Entry BLDG 01E1, Rm 5102, Biomed Server Rm BLDG 04A1, Rm 1014, New Linen Strg. BLDG 04A1, Rm 1021, PBX Switch Room BLDG 04A1, Rm 1000, Pharm Cache BLDG 04A1, W Entrance BLDG 07A1, E Entrance BLDG 07A1, W Entrance BLDG 07A1, N. Entrance BLDG 07A1, Rm 002, Computer Strg. BLDG 07A1, Rm 003, IDF Closet BLDG 07A1, 1st Floor, Inner Door E BLDG 07C1, Rm 208, Comp Bay Entry BLDG 08A1, E Entrance BLDG 08A1, Rm 1806, IDF Closet BLDG 08A1, NE Entrance BLDG 08A1, NW Entrance BLDG 08A1, S Entrance BLDG 08A1, SW Entrance BLDG 09A1, Front Entrance BLDG 09A1, Rm 0916, IDF Closet BLDG 09A1, NW Entrance BLDG 09A1, SW Entrance BLDG 10A1, Front Entrance BLDG 10A1, Rm 0115, IDF Closet BLDG 10A1, NE Entrance BLDG 10A1, SE Entrance BLDG 11A1, Rm 005, IDF Closet BLDG 12A1, IDF Closet BLDG 12A1, Logistics Office Entrance BLDG 14A1, Rm 004, IDF Closet BLDG 14A1, Rm 005, Locksmith Shop BLDG 26A1, Rm 0001, IDF Closet BLDG 28A1, Loading Dock Entrance BLDG 28A1, Lobby Front Entry South BLDG 28A1, Rm 1203, PD Dispatch Dummy Reader BLDG 28A1, Rm 1204, Business Off/Med Record BLDG 28A2, Rm 1207, Agent Cashier BLDG 28A2, Rm 1338, IDF Closet BLDG 28A2, Rm 1256, MRI Interior W Entry BLDG 28A2, Rm 1203, PD Dispatch Office BLDG 28A3, Rm 1300, Chemo BLDG 28A3, Rm 1294, Chemo Med Rm BLDG 28A3, Respiratory Outside Entry BLDG 28A3, Rm 1277, RT SPS Closet BLDG 28A3, SW Sliding Door BLDG 28A4, Rm 1220, IDF Closet BLDG 28A4, Rm 1337G, Narc Vault BLDG 28A4, Rm 1337, Pharm Prod S Entry BLDG 28A4, Rm 1210, Pharm Counsel Entry BLDG 28A4, Rm 1210A, Pharm Distribution Entry BLDG 28A4, Pharm Distribution Narc Locker BLDG 28A4, Rm 1337, Pharm Prod N Entry BLDG 28A4, Rm 1228, Pharm Office BLDG 28A5, Rm 1303, Nuclear Med Hot Rm BLDG 28A5, Pharm Prod Narc Lkr A BLDG 28A5, Pharm Prod Narc Lkr B BLDG 28A5, Rm 1320, Xray N Entry BLDG 28A6, Decontamination Entry BLDG 28A6, Rm 1368, IDF Closet BLDG 28A6, ED Waiting Outside Door BLDG 28A6, ED Waiting Room Door BLDG 28A7, Ambulance/ED N Door BLDG 28A7, Ambulance/ED S Door BLDG 28A7, ED W Entry BLDG 28A8, Rm 1377, ED Clean Linen Rm BLDG 28A8, Rm 1255A, ED CT Control Rm BLDG 28A8, ED N Hallway Entry BLDG 28A8, ED Radiology Hall Entry BLDG 28A8, Rm 1256, MRI N Entry BLDG 28A8, Rm 1256, MRI Interior N Entry BLDG 28A8, Rm 1256, MRI W Entry BLDG 28A8, Rm 1382, ED Radiology Storage BLDG 28B1, Rm 2228, Canteen Retail Entry BLDG 28B1, Rm 2263A, Canteen Office BLDG 28B1, Histology E Entry (double doors) BLDG 28B1, Histology Stairwell BLDG 28B1, Rm 2246, IDF Closet BLDG 28B1, Rm 2256, Lab E Entry (inside blood draw) BLDG 28B1, Rm 2256, Lab S Entry BLDG 28B1, Rm 2253, Phlebotomy Entry BLDG 28C1, Rm 3813, IDF Closet BLDG 28C1, Rm 3815, SPS Bifold Entry BLDG 28C1, Rm 3865, SPS Decontamination Entry BLDG 28C1, Rm 3815A, SPS Main Entry BLDG 28C1, Rm 3801, SPS Lounge BLDG 28C2, Rm 3817, SPS Chief Office Entry BLDG 28C2, Rm 3862, SPS Stairwell BLDG 28C3, Rm 3856, 3S Clean Linen BLDG 28C3, Rm 3872, 3S Clean Utility E Entry BLDG 28C3, Rm 3872, 3S Clean Utility W Entry BLDG 28C3, Rm 3824, 3S Clean Linen BLDG 28C3, Rm 3808, 3S Night Meds BLDG 28C3, Rm 3847, 3S Electrical Rm BLDG 28C3, Rm 3833, 3S Med Rm E Entry BLDG 28C3, Rm 3833, 3S Med Rm S Entry BLDG 28C3, Rm 3848, 3S Nurse Call Closet BLDG 28C3, Rm 3874, 3S Soiled Utility E Entry BLDG 28D1, Rm 4264, IDF Closet BLDG 28D1, Rm 4276B, OR/Elevator Area BLDG 28D1, Rm 4248B, OR/ICU Waiting Area BLDG 28D1, OR/ICU Door BLDG 28D1, OR Main Door BLDG 28D1, Rm 4249, ICU Med Room BLDG 28D1, OR Stairwell BLDG 28D1, Rm 4257, OR Break Rm BLDG 28D1, Rm 4256, OR Dirty Utility BLDG 28D1, Rm 4224, PACU SPS Strg BLDG 28D1, Rm 4247, ICU Clean Storage BLDG 28D1, Rm 4238, ICU Soiled Utility BLDG 29A1, Endo Main Entry BLDG 29A1, Rm 0504, Endo Med Rm BLDG 29A1, Endo Stairwell BLDG 29A1, Endo Emer Outside Exit BLDG 29A1, Endo Vent Rm Entry BLDG 29A1, ERTF Ambulance Entrance BLDG 29A1, Rm 0535A, IDF Closest BLDG 29B1, Rm 1526, CLC-A Med Rm BLDG 29B1, Rm 1525, SPS Strg BLDG 29C1, Rm 2502, Central Linen Issue BLDG 29C1, Rm 2516, CLC-B Med Rm BLDG 29C1, Rm 2517, CLC-B SPS Strg BLDG 29C1, Rm 2528, IDF Closet BLDG 33A1, Rm 1415, IDF Closet BLDG 33A1, Main Entry BLDG 33A1, Patio Entry BLDG 33A1, Rm 1441, Spec Clinic SPS Strg BLDG 34A1, W Entry BLDG 34A1, Rm 3415A, IDF Closest BLDG 34A1, Main Entry BLDG 34A1, NE Entry BLDG 44A1, 2nd Floor, Hall Entry S BLDG 44A1, 2nd Floor, Waiting Rm BLDG 44A1, 2nd Floor, E Entry BLDG 44A1, Rm 2650, IDF Closet (inside 2648) BLDG 44A1, 2nd Floor, N. Entry BLDG 44A1, 2nd Floor, Stairwell BLDG 44A1, 2nd Floor, Hall Entry W BLDG 44A2, 1st Floor, Main Entry BLDG 44A2, Rm 1611, Electrical Rm BLDG 44A2, Rm 1646, IDF Closet (inside 1644) BLDG 44A2, Rm 1605, Mechanical Rm BLDG 44A2, Hall Entry W BLDG 44A2, Unit Clerk Entry BLDG 44A2, 1st Floor, Waiting Rm BLDG 44A2, Employee Entry West BLDG 45A1, 9th Street Gate Entry BLDG 45A1, 9th Street Gate Exit BLDG 45A1, Rm 4512, IDF Closet BLDG 45A1, NE Entry BLDG 45A1, NW Entry BLDG 45A1, SE Entry BLDG 45A1, SW Entry BLDG 46A1, Rm 1725, Break Rm Outside Exit BLDG 46A1, Employee Entry East BLDG 46A1, Employee Entry West BLDG 46A1, Rm 1732, IDF Closet BLDG 46A1, Rm 1733, Mechanical Rm BLDG 46A1, Rm 1733, Mech Rm Outside Exit BLDG 46A1, Oxygen Storage BLDG 46A2, Rm 1739, Elevator Machine Rm BLDG 46A2, 1st Floor, Main Entry BLDG 46A2, Rm 1707, Med Rm BLDG 46B1, Rm 2723, Break Rm Outside Exit BLDG 46B1, Rm 2729, Clean Linen BLDG 46B1, 2nd Floor, Main Entry BLDG 46B1, Rm 2731, IDF Closet BLDG 46B1, Rm 2734, Mechanical Rm BLDG 46B1, Rm 2705, Med Rm BLDG 48B1, Rm C2-4, N. Hallway Entry BLDG 48B1, Rm C2-2, Inner Hallway Entry BLDG 48B1, Rm C2-3, Inner Hallway Entry BLDG 48B1, Rm 1155, Biomed Rm BLDG 48B1, Rm 1160, Clean Linen BLDG 48B1, 1st Floor, Employee Entry, West BLDG 48B1, Rm 1147, EMS Storage BLDG 48B1, Rm C2-1, S Hallway Entry BLDG 48B2, Rm 1110, Reception Area BLDG 48B2, Rm 1157, Electrical Rm BLDG 48B2, Rm 1156, IDF Closet BLDG 48B3, Rm 1148, Med Rm BLDG 48B3, 1st Floor, Main Entry, NE BLDG 48B3, Rm 1158, Med Gas Rm BLDG 48B3, Rm 1154, Soiled Linen BLDG 48B3, Basement, Employee Entry, West BLDG 48B3, Basement, Main Entry, South BLDG 48B3, Rm B119, Basement, Mech Rm Outside BLDG 48B3, Rm C1-1, Basement, Hallway Entry BLDG 49A1, East Overhead Door BLDG 49A1, Rm 103, IDF Closet BLDG 49A1, NE Outside Entry BLDG 49A1, Reproduction. Outside Entry BLDG 49A1, Reproduction. Inside Entry BLDG 49A1, South Office Entry BLDG 49A1, West Overhead Door BLDG 53B1, Main Entry, South BLDG 53B1, Elevator BLDG 53B1, Rm 1399, Elevator Control Rm BLDG 53B1, Rm 1392, Electrical Closet BLDG 53B1, Rm 1390, ADL Apartment BLDG 53B1, Hall Entry, 1st Floor, North BLDG 53B1, Chemo Hallway, Exterior Door South BLDG 53B1, Rm 1505 (entry from CLC-A hallway) BLDG 53B1, Rm 2375, IDF Closet BLDG 53B1, Rm 2373, Electrical Closet BLDG 53B1, Rm 2384, Prosthetic Storage, SE BLDG 53B1, Rm 2376, Prosthetic Storage, E BLDG 53B1, Rm 2374, Prosthetic Storage, NE BLDG 53B1, Hall Entry, 2nd Floor, North BLDG 53B1, Stairwell Door, 3rd Floor, Roof Access BLDG 54A1, Main Entry BLDG 54A1, Residence Entry-In BLDG 54A1, Rm 1936, Elec. Closet (outside-S) BLDG 54A1, Rm 1918, Housekeeping BLDG 54A1, Rm 1919, IDF Closet BLDG 54A1, Rm 1912, Med Rm BLDG 54A1, North Entry-In BLDG 54A2, Rm 1937, Elec. Closet (outside-W) BLDG 54A2, Gate Entry BLDG 54A2, Gate Exit BLDG 54A2, Rm 1938, Mech Rm (outside-W) BLDG 54A2, Rm 1940, Riser (outside-W) BLDG 54A2, Residence Entry-Out BLDG 54A2, North Entry-Out BLDG 54A2, Rm 1941, Roof Access BLDG IBM, Rm 107, PIV Office Video Cameras that need to be maintained: Bldg. 28, South Awning Entrance, PTZ Bldg. 28, 3rd Floor Ward 3 SE Hall E Bldg. 28, Agent Cashier/Pharm. Windows Bldg. 28, Inside Agent, Cashier office Bldg. 28, 3rd Floor. Ward 3 South, East Hall, West Bldg. 44, 2nd Floor. (East Door) Bldg. 44, 2nd Floor. (North Door) Pharm. Cont. Substance Desk Bldg. 28, Pharm. Mail Order Narc Window Bldg. 28, Chemo Entry Cam 7 Bldg. 28, Chemo Nurse Station S Cam Bldg. 28, Chemo Nurse Station N. Cam Bldg. 28, Chemo, North Cam 10 Bldg. 33, Ramp camera Bldg. 46, SW Employee Entrance Bldg. 46, Lobby 1st. Floor. Bldg. 46, Lobby 2nd. Floor. Bldg. 28, ED 1241 Cam 3 Bldg. 28, ED 1237 Cam 4 Bldg. 28, ED 1253 Cam 5 Bldg. 28, ED 1256 Cam 6 Bldg. 45, 9th. Street Exit Bldg. 45, 9th. Street Entrance Bldg. 48, Basement South Entrance Bldg. 48, 1st. Floor. South Hallway Bldg. 48, 1st Floor. Hallway C-2 Bldg. 48, 1st. Floor. Hallway C-3 Bldg. 48, 1st. Floor. North Hallway Bldg. 48, 1st. Floor. Main Entrance Outside Bldg. 01, Biomed Hallway Rm 5103 Bldg. 01, Biomed Server Bay Rm 5102 Bldg. 01, Employee Health Exit Bldg. 01, Museum Bldg. 01, Police Armory Bldg. 04 Back Dock Bldg. 04, Mail Room Back Door Bldg. 04, Mail Room Hallway Bldg. 04, PBX Entrance Bldg. 04, West Entrance Bldg. 07, Back Entrance Interior Bldg. 07, Basement Entrance (North) Interior Bldg. 07, Front Entrance Interior Bldg. 07, Outside Server Room Entrance Bldg. 07, Server Room Entrance Bldg. 08, Parking Lot D Bldg. 09, Inside Main Entrance Bldg. 09, Parking Lot C View 1 Bldg. 09, Parking Lot C View 2 Bldg. 09, Parking Lot C View 3 Bldg. 09, Parking Lot C View 4 Bldg. 09, Parking Lot C View 5 Bldg. 09, SE Outside Corner Bldg. 10, NE Outside Corner Bldg. 10, Parking Lot D View 1 Bldg. 10, Parking Lot D View 2 Bldg. 10, Parking Lot D View 3 Bldg. 10, Parking Lot D View 4 Bldg. 10, Parking Lot D View 5 Bldg. 10, SW Outside Corner Bldg. 11-8-11.01.01-Fuel Tanks & Gate Bldg. 11-8-11.01.01-Fuel Tanks & Gate Bldg. 11-8-11.01.01-Fuel Tanks & Gate Bldg. 11-8-11.01.01-Fuel Tanks & Gate Bldg. 11-8-11.01.01-Fuel Tanks & Gate Bldg. 11-8-11.01.02-Parking Lot J Bldg. 11-8-11.01.03-Parking Lot K Bldg. 12, Warehouse Gate, License Plate Reader Bldg. 14-005.01.01-Parking Lot J Bldg. 14-005.01.01-Parking Lot J Bldg. 14-005.01.01-Parking Lot J Bldg. 26, Parking Lot J Bldg. 28, 1st Flr, Back Dock Entrance Bldg. 28, 1st Flr, ED Ambulance Inside Entry Hallway Bldg. 28, 1st Flr, ED North Hallway Bldg. 28, 1st Flr, ED North Outside Ambulance Entrance Bldg. 28, 1st Flr, ED Nurses Station/Ambulance Entrance Bldg. 28, 1st Flr, ED South Hallway Bldg. 28, 1st Flr, ED South Outside Ambulance Entrance Bldg. 28, 1st Flr, ED Waiting Room Bldg. 28, 1st Flr, Inside Agent Cashier Office Bldg. 28, 1st Flr, Lobby (looking at entrance) Bldg. 28, 1st Flr, Lobby, Information Desk Bldg. 28, 1st Flr, O2 Storage, Back Dock (north to south) Bldg. 28, 1st Flr, Pharm, NE corner Narcotics Vault Bldg. 28, 1st Flr, Pharm, Corner Narcotics Vault Bldg. 28, 1st Flr, Pharm, Overhead Narcotics Vault Bldg. 28, Parking Lot B Front Entrance Bldg. 28, Parking Lot H & I (roof mounted) Bldg. 28, Patio of honor Bldg. 28, 1st Flr, Pharm, Counter Substance Cabinet Bldg. 28, 1st Flr, Pharm, Counter Substance Fill Station Bldg. 28, 1st Flr, Pham Vault Bldg. 28, 1st Flr, Rm 1314, Back Dock (south to north) Bldg. 28, 1st Flr, Pharm, SE Corner Narcotics Vault Bldg. 28, 1st Flr, Pharm, SW corner Narcotics Vault Bldg. 28, 2nd Flr, Canteen Office, Rm 2253A Bldg. 28, 2nd Flr, Canteen Coin Changer Bldg. 28, 2nd Flr, Canteen Food Line Bldg. 28, 2nd Flr, Canteen Registers Bldg. 28, 2nd Flr, Retail Storage Aisle 1 Bldg. 28, 2nd Flr, Retail Storage Aisle 2 Bldg. 28, 2nd Flr, Retail Store Entrance Bldg. 28, 2nd Flr, Retail Store NE Bldg. 28, 2nd Flr, Retail Store NW Bldg. 28, 2nd Flr, Retail Store SE Bldg. 28, 2nd Flr, Retail Store SW Bldg. 28, 2nd Flr, ATM Bldg. 28, 3rd Flr, Ward 3S, Nurse Station, North Bldg. 28, 3rd Flr, Ward 3S, Nurse Station, South Bldg. 28, 3rd Flr, Ward 3S, East Hall (looking east) Bldg. 28, 3rd Flr, Ward 3S, East Hall (looking west) Bldg. 28, 3rd Flr, Ward 3S, North Hallway Bldg. 28, 3rd Flr, Ward 3S, North Hallway Elevators Bldg. 29, Parking Lot L (roof mounted) Bldg. 29, Parking Lot H& I (roof mounted) Bldg. 33, Hallway Inside East Entrance (east) Bldg. 33, Main Waiting Room Bldg. 33, Outside East Entrance Bldg. 33, South of Clinic Bldg. 33, Towards Primary Care Bldg. 33, Waiting Rm 1412 Bldg. 33, Waiting Rm 1428 Bldg. 36, Parking Lot D View 1 Bldg. 36, Parking Lot D View 2 Bldg. 36, Parking Lot D View 3 Bldg. 36, Parking Lot D View 4 Bldg. 36, Parking Lot D View 5 Bldg. 36, Parking Lot E View 1 Bldg. 36, Parking Lot E View 2 Bldg. 36, Parking Lot E View 3 Bldg. 44, 1st Flr, East Patient Entrance Bldg. 44, 1st Flr, West Employee Entrance Bldg. 44, 2nd Flr, East Entrance Bldg. 44, 2nd Flr, North Entrance Bldg. 44, Parking Lot L (all views) Bldg. 44, Parking Lot L View 1 Bldg. 44, Parking Lot L View 2 Bldg. 44, Parking Lot L View 3 Bldg. 44, Parking Lot L View 4 Bldg. 45, 9th Street Entrance Interior Bldg. 45, 9th Street Exit Interior Bldg. 45, Parking Lot E & G View 1 Bldg. 45, Parking Lot E & G View 2 Bldg. 45, Parking Lot E & G View 3 Bldg. 46, Parking Lot M View 1 Bldg. 46, Parking Lot M View 2 Bldg. 46, Parking Lot M View 3 Bldg. 46, Parking Lot M View 4 Bldg. 46, Parking Lot M View 5 Bldg. 46, 1st Flr, Lobby Bldg. 46, 2nd Flr, Lobby Bldg. 46, Main Entrance Bldg. 46, SW Employee entrance Bldg. 47.01.01-North West Corner View 1 Bldg. 47.01.01-North West Corner View 2 Bldg. 47.01.01-North West Corner View 3 Bldg. 47.01.01-North West Corner View 4 Bldg. 47.01.01-North West Corner View 5 Bldg. 48, 1st Flr, Front Hallway Bldg. 48, 1st Flr, Hallway C2 Bldg. 48, 1st Flr, Hallway C3 Bldg. 48, 1st Flr, Main Entrance Bldg. 48, 1st Flr, North Hallway Bldg. 48, 1st Flr, Rear Hallway Bldg. 48, 1st Flr, South Hallway Bldg. 48, Basement, Pharmacy Waiting Room Bldg. 48, Basement, Rear Elevator Bldg. 48, Basement, West Staff Entrance Bldg. 48, Parking Lot M Bldg. 48, Parking Lot N View 1 Bldg. 48, Parking Lot N View 2 Bldg. 48, Parking Lot N View 3 Bldg. 48, Parking Lot N View 4 Bldg. 48, Parking Lot N View 5 Bldg. 49-103.01.01-Parking Lot K View 1 Bldg. 49-103.01.01-Parking Lot K View 2 Bldg. 49-103.01.01-Parking Lot K View 3 Bldg. 49-103.01.01-Parking Lot K View 4 Bldg. 49-103.01.01-Parking Lot K View 5 Bldg. 54, 1st Flr, Connector 1901 (north) Bldg. 54, 1st Flr, Corridor 1923 (north) Bldg. 54, 1st Flr, Outside Reception 1900 (south) Bldg. 54, 1st Flr, Outside Vestibule 1939 (north) Bldg. 54, 1st Flr, Connector 1901 (south) Bldg. 54, 1st Flr, Outside NE Corner (NE) Bldg. 54, 1st Flr, Outside NE Corner (SE) Bldg. 54, 1st Flr, Outside SE Corner (NE) Bldg. 54, 1st Flr, Outside SE Corner to Vestibule 1900A Bldg. 54, 1st Flr, Outside SW Corner Bldg. 54, 1st Flr, Outside UPS 1936 Bldg. 54, 1st Flr, Reception 1901 (south) 3.2 Identify, Label and Creation of CAD Documents: 3.2.1 The Contractor will create AutoCAD documents for all security equipment with locations of readers, cameras, encoders, enclosures, and badging station. 3.2.2 AutoCAD drawings will be added into the AMAG system and configured to work with alarms within the software. 3.2.3 Hard copy AutoCAD drawings will be provided to the Police Service Security Coordinator. 3.3 Equipment Repair and Replacement: žCard reader failures will be replaced with AMAG ICRK40-H-T Card Reader. Requirements will be reviewed as new Amag products become available. žNIC will be replaced with the AMAG required card for the style of control board the failure occurred on. žM4000 4Door Controller Units (4DCU) will be replaced with new M4000 4DCU or newer compatible AMAG Technology approved boards. -Cameras will be replaced with Axis PTZ cameras 3.4 On-Site Response Requirements: 3.4.1 High Priority Support Request: If the Amarillo AMAG and/or Genetec Camera systems experience an 80% to 100% system outage, or a server is down, the Contractor will provide a 1 hour call back after the work request has been submitted and a 4 hour, (weather permitting) on-site response. This will also include individual high priority doors to sensitive areas. These individual high priority doors consist of: Entrance Doors Canteen Office Agent Cashier Pharmacy Drug Storage areas IT Data Centers and Server rooms Biomedical Data Center and Server rooms Telephone Equipment room (PBX) Evidence Storage room Weapon Storage/Armory Laboratory Nuclear Medicine Hot room IT Equipment Storage room IDF room Pharmacy Dispensing Areas Ward and Treatment Areas 3.5.2 Medium Priority Support Request: If the Amarillo AMAG and/or Genetec Camera systems experience a 40% to 80% system outage, the Contractor will have a tech onsite within 24 hours. This will also include medium priority doors and medium priority cameras. These items consist of: Canteen Storage Areas Patient Records Warehouse Storage Central Linen Issue Police Operations Office Primary Outside Entrances Pharmacy related Cameras ATM camera IT/PBX Related cameras Outside Surveillance cameras 3.5.3 Low Priority Support Request: If the Amarillo AM AG and/or Genetec Camera system experience a 0% to 40% system outage, the Contractor will have a tech onsite within 48 to 72 hours. This will also include low priority doors and low priority cameras. These items consist of: Secondary Outside entrances Non-Patient Care Related offices New Linen Storage Main Electrical Rooms All other interior cameras 3.5.4 Remote System Access: No remote system access will be granted without an approved National MOU agreement in place. 3.6 New Server: AMAG SMS Database Server is due for replacement and must meet or surpass the following: ž19 rack mountable unit ž64-bit Microsoft Server 2019 ž64-bit Sequel Server 2019 ž64GB of Ram žAMAG Symmetry Enterprise, Homeland Security Edition, Security Management System 9.3 or latest žSymmetry Complete View NVR software žProcessor: Minimum Intel Xeon E3-1270v2 4C/4T @3.5GHz 8M cache (or equivalent) žMemory: Minimum 32GB RAM žOptical Drive: Symmetry software supplied on a single-layer DVD žLAN Speed: 1000Mbit/s žDisk: at least 950GB of free disk space for Symmetry server; at least 1TB disk size; mechanical hard-disk drives, a speed of 10,000RPM or greater žRedundant 120 VAC power supplies žAny server replacement, installation, and configuration must be a turnkey operation 3.7 System Software Options: The following system software options and licensure will be provided by the Contractor for base year and each option year. 3.7.1 Threat level Manager 3.7.2 Symmetry Complete View Video Management 3.7.3 Intercom Control Integration 3.7.4 Intrusion Management 3.7.5 Genetec Omnicast Video Surveillance System 3.8 Control Cabinet Backup Batteries: All control cabinet backup batteries (212) must be replaced every 3 years. All batteries must have a label on them stating the last replacement date. Current batteries were replaced in 2021. 3.9 Yearly Operator Training: The Contractor will provide Operator training on the system, (within 30 days of contract award and renewal), for new Employees and for all new system operating options yearly. 4.Performance Monitoring: 4.1 The COR will maintain a record for Service Calls and daily reports during camera and door installations. 4.2 The COR and or Approved VA alternate will visually inspect work site of door and camera installations for cleanliness and that the ICRA and ILSM are posted and followed. 4.3 The COR will monitor and report to the CO, quarterly or more frequently, if problems become trending, on contract completion percentage in relation to stated delivery dates. 5. Security Requirements: There will be access to VA Sensitive Information in the form of Staff Personal Identifiable Information, PII with this contract. The Contractor will need access to the Amag Security Management System database server Networked Video Recorder (NVR) servers, and Genetec Omnicast Video Surveillance Server. They will need to make a copy of the database to be sent to the Amag Corporation to be modified to work with new levels of system software. The Contractor will be required to check in with the Police Service and the COR or Designated VA Alternate, to get a Contractors Visitor Badge when onsite. If the Contractor needs access to any Sensitive Areas, the Contractor will be escorted by a Full Time VA Authorized Employee. The C&A requirements do not apply, and a Security Accreditation Package is not required. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): 6.1 NO GFE or GFI will be provided. Contractor will have to bring all replacement parts with them. 6.2 If GFE is provided then Vendor will replace it with new factory sealed replacements. 7. Other Pertinent Information or Special Considerations: 7.1 Certifications: The Contractor must be an AMAG Certified Reseller in good standings with AMAG. The Contractor must provide a copy of their AMAG certification card, showing they are in good standing. The Contractor must have at minimum (2) current Certified Symmetry Essentials AMAG Installers. The installers must have also been trained on AMAG 9.3 (M4000) or higher. The Contractor must be trained in Microsoft Windows Server 2019 Operating system (standard), and Microsoft Sequel Server 2019. This is needed to always maintain a high level of support. All work performed on AMAG Servers, and Workstations by the Contractor must also be performed by Certified Symmetry Essentials AMAG Installers. 7.2 Identification of Possible Follow-on Work: This contract is for a Base year with the option of an additional 4 option years. Each option year would include everything but section 3.6. All other sections 3.1 through 3.7 will regenerate each year and include coverage for additional equipment installed during the previous year contract. 7.3 Identification of Potential Conflicts of Interest (COI): There is NO COI, currently. 7.4 Identification of Non-Disclosure Requirements: Personal Identifiable Information, (PII), will be accessible and a disclosure agreement will be required. 7.5 Packaging, Packing and Shipping Instructions: The Amarillo System will provide a secured staging & storage area for project related materials. 7.6 Inspection and Acceptance Criteria: The COR or designated VA alternate will be responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible for assuring the inspection and acceptance of products provided are incidental to services. 7.7 Facility Polices: Contractor will follow all VA and Federal security, parking, and smoking regulations. 7.8 OSHA Training: During new equipment and door installations, the onsite supervisor must have his or her 30-hour OSHA card. Onsite techs must have their 10-hour OSHA card. 7.9 Firewall Penetrations: All holes made through firewalls will be filled with VA approved red fire caulk or fire sleeve. All penetrations shall be inspected by COR or designated VA replacement. 7.10 Infectious Control Risk Assessment, (ICRA) and Interim Life Safety Measures, (ILSM): The Contractor shall keep in their possession in plain sight their signed ICRA and ILSM for the installation job they are performing, for the duration of the job. 7.11 Contractors Equipment and Ladders: Contractors tools and equipment shall be in good working order and have all the appropriate OSHA decals for use on the facility. 7.12 V.A. Holidays: Work shall be accomplished Monday-Friday 8:00am-4:30pm. National Holidays: The 10 holidays observed by the Federal Government are: New Year s Day Martin Luther King's Birthday Presidents Day Memorial Day Juneteenth Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day And any other day specifically declared by the President of the United States to be a national holiday. 7.13 Pre-bid Site Visit: All solicitors must perform a site visit conducted by the Contracting Officer and Contracting Officers Representative prior to submitting a bid. 8. Risk Control: There will be approved ICRA and an ILSM for all work done that may put Staff or Patients at risk. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 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 SDVOSB or VOSB 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 http://vetbiz.gov. All interested offerors should submit information by email to jeffrey.crysler@va.gov.  All information submissions should be received no later than 5:00 PM CT on June 24th, 2022.

2301 E. LAMAR BLVD  ARLINGTON , TX 76006  USALocation

Place Of Performance : 2301 E. LAMAR BLVD ARLINGTON , TX 76006 USA

Country : United StatesState : Texas

You may also like

Security Technician for Alarm System, Camera, & Keyless Access

Due: 09 May, 2024 (in 4 days)Agency: Rockford School District

SECURITY CAMERA SYSTEM EVALUATION

Due: 19 Jul, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 238210Electrical Contractors and Other Wiring Installation Contractors
pscCode 6350Miscellaneous Alarm, Signal, and Security Detection Systems