63--619-19-1-5244-0012 - HIPU additional alarms & controls (VA-19-00007568)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24719Q0176

Basic Details

started - 11 Dec, 2018 (about 5 years ago)

Start Date

11 Dec, 2018 (about 5 years ago)
due - 14 Dec, 2018 (about 5 years ago)

Due Date

14 Dec, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C24719Q0176

Identifier

36C24719Q0176
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103536)VETERANS AFFAIRS, DEPARTMENT OF (103536)247-NETWORK CONTRACT OFFICE 7 (36C247) (2951)

Attachments (1)

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.

Page 1 of 5 ALARM & CONTROL INSTALLATION PACKAGER & ASSOCIATED EQUIPMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and/or 8.4, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will also be attached. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. All proposals must be received prior to 4:30pm EST on Dec 14, 2018. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. NAICS code is 561621, size standard is 750 employees. This solicitation document and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular (FAC) 2005-72 effective January 30, 2014. Please see attached RFQ document 36C247-19-Q-0176 for requirements. Potential vendors are to complete the attached RFQ document and submit an itemized quote as well as submit sufficient supporting documentation which details product specifications. This supporting documentation will be used to determine whether or not the quoted items meet the requirements of the solicitation. Information about current or previous vendors providing this/these or similar services such as; Contract Information, Vendor Name, Contract Number, Pricing, etc. WILL NOT be provided to potential bidders. RFQ Response Requirements and Information 1) This is a brand name or equal procurement. 2) Vendors must complete the VA issued RFQ in order to be considered for award. A vendor provided quote, proposal or attachment is not acceptable as a bid offer. 3) Only one award will be made to one vendor that can provide all items/services at the LOWEST PRICE TECHNICALLY ACCEPTABLE. 4) Please provide pictures and specifications if you are not offering EXACTLY what the government is requesting. 5) All RFQ responses must include all associated fees such as; Shipping, Delivery, Administration and delivery if required. See Statement of Work and other attachments for more detail if included. 6) All questions must be addressed by email no later than 36 hours prior to the closing date. Quotes are due no later than 4:30PM EST, Dec 14, 2018. Telephone calls will not be accepted. All quotes are to be sent electronically to Benford.Brundage@va.gov STATEMENT OF WORK FOR Providing and installation of additional alarms and controls to East & West corridor doors in the HIPU on the second floor of building 120 in Tuskegee and interfaced with the Lenel security systems at Central Alabama Veterans Healthcare System (CAVHCS). The Lenel Security systems DOES NOT STORE and/or HAVE PATIENT INFORMATION. GENERAL The contractor shall provide all OEM parts, labor, travel, materials, equipment, licenses, alarms, panic hardware, delay egress magnetic locks, built-in door position sensors, alarm points, card readers, emergency door releases with covers, indicator panels, delayed egress activated alarms, door release activated alarms, two door control boards, lock and board power supply, data cables, & data outlets, shipping, and service reports for providing and installation of additions to the Lenel Security systems at Central Alabama Healthcare System (CAVHCS). Service reports of the installation shall be a detailed documentation of the installation. Engineering point(s) of contacts are to be contacted for any information concerning this work. Engineering point(s) of contract will be provided after award of contract. PURPOSE: Provide installations of additions to CAVHCS Lenel Security Systems using manufacturer s specifications, OEM parts, and installation performed by OEM factory trained technicians. WARRANTY: Contractor shall provide warranty on the integrity of parts and installations. The warranty period shall be for 90 days after completion of work. SCOPE OF WORK: Provides and installs the additions to CAVHCS Lenel Security Systems in the areas of East Wing, West Wing, Central Nursing Station, and IDF rooms (East & West) using manufacturer s specifications using OEM parts and installation performed by OEM factory trained technicians. Installation performed by OEM factory trained technicians. Contractor provides all parts, calibration, labor, travel, testing, cameras, card reader licenses, hardware, wiring, cable, components, panic hardware, delay egress magnetic locks, built-in door position sensors, alarm points, card readers, emergency door releases with covers, indicator panels, delayed egress activated alarms, door release activated alarms, two door control boards, lock and board power supply, data cables & data outlets, misc., programming, and shipping for the additions to HIPU area and CAVHCS Lenel Security Systems. Contractor uses certified OEM trained technicians and uses OEM parts. Contractor performs installation to manufacturer s specifications. Contractor provides detailed and separate documentation of the installations. All additions to be TURN-KEY Installations. Fully operational when installation is completed. Contractor performs installations within 10 days from date of receiving purchase order. East Wing Entry doors components will include but not limited to: Two (2) Delay Egress Magnetic locks, built in Door Position sensor and Alarm points, Two (2) Readers, In/out, One (1) Emergency Door Release/with cover, Cabling, Pull door cabling to IDF room in this wing, From IDF room pull 4-conductor to Central Nursing Station Indicator panel. West Wing Entry doors components will include but not limited to: Two (2) Delay Egress Magnetic locks, built in Door Position sensor and Alarm points, Two (2) Readers, In/out, One (1) Emergency Door Release/with cover, Cabling, Pull door cabling to IDF room in this wing, From IDF room pull 4-conductor to Central Nursing Station Indicator panel. Central Nursing Station components will include but not limited to: Terminate 4-conductor on Indicator panel, Delayed Egress activated alarm, Door release activated alarm, IDF Room East & West room will include but not limited to: Two door control board, Lock and Board Power Supply. The HIPU staff will be able to lock down either Wing (East or West or both Wings) and at the Central Nursing Station the alarm will activate when the locked down Wing(s) is entered and/or exited. NOTES: All modifications shall be reviewed and approved prior to execution. LOCATIONS: CAVHCS 2400 Hospital Road, Building 120, Second floor, Tuskegee, Alabama 36083. See previous vendor questions/concerns and responses below: Vendor Questions Concerns for: 619-19-1-5244-0012 / Alarm & Control Installation Can a Floorplan or Installation Design Plan (IDP) be provided for the proposed areas of installation and the location of the IDF room?  No. Will a site survey be required? Not required, but advised to perform a site visit. Is there an active LENEL system currently deployed and functional that the added doors will be attached, or will this be a stand-alone LENEL system? Not a stand-alone system. An active Lenel system, vendor will need to program doors/alarms/controls into existing system. This is Turn-Key Install. What type of readers are currently being used in the facility? Keypad specs: FIPS201; PIV II Compliant iCLASS RPK40 READ ONLY MultiCLASS with Keypad HID Prox and LenelProx; iCLASS & GSA approved PIV-II Technologies; Wiegand 200 bit Output; contactless smart card reader with keypad; Pigtail only; 8 bit keypad [09] output; Wiegand output and/or RS-232 Output; US/EU/Asian back box sizes; read range 1 to 4.5 inches; 100 to 350 mA @12VDC; color BLACK (artwork code L110317). Will the Egress Maglocks need to be integrated with fire alarms for Life Safety requirements? Yes If yes, will CAVHCS provide the fire alarm technicians and modules for integration? No, this must be provided by vendor. How much cable will need to be installed (footage)? Approx. 2500 feet of cable. Will the programming of the newly installed LENEL board be performed by others (for Maglock override functions, alarm configurations, access levels, time zones, etc.)? Vendor to program what was installed. This is a Turn-Key Install. Is there an existing Nursing Station Indicator panel that can be used for reference on the new installation? No existing indicator panel. Nursing will provide placement of new panel in the Nursing Station. Is there a requirement for cabling to be in conduit? Yes, Â3⁄4 inch conduit is the minimum. Will a dedicated circuit (20amp) be site provided? No, vendor to provide dedicated circuit. Turn-Key Install. What s the distance from the nearest Power Panel source to the proposed location of the newly installed LENEL panels? Approx. 500 feet. Does the enclosure need to have alarm tampers installed? Yes, Mental Health Ward requires tamperproof. Is the equipment listed the only equipment required by the contractor to supply? Minimum equipment is listed.  Will any additional equipment be provided by CAVHCS? No, vendor will be responsible for any additional equipment and/or components. Will the installation require working after hours or during normal business hours? Installation is during normal business hours Monday Friday 8am-4:30pm. Work is being performed in a Mental Health Ward and vendor is responsible to keep all materials, tools, and etc. secured. B.3 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB __________________ __________________ Vendor On-Site Installation/Service: Vendor shall provide all labor, equipment, materials, user training, and incidentals to add alarms & controls to East & West corridor doors in the HIPU (second floor in building 120 in Tuskegee). The installation shall be a Turn-Key Installation and interfaced with current Lenel Security system. GRAND TOTAL __________________

Department of Veterans Affairs;Central Alabama Veterans Health Care;215 Perry Hill Road;Montgomery AL 36109-3798Location

Place Of Performance : Department of Veterans Affairs;Central Alabama Veterans Health Care;215 Perry Hill Road;Montgomery AL 36109-3798

Country : United StatesState : Alabama

Classification

561 -- Administrative and Support Services/561621 -- Security Systems Services (except Locksmiths)
naicsCode 561621Security Systems Services (except Locksmiths)
pscCode 63ALARM, SIGNAL, SECURITY DETECTION