J063--CCURE Database Migration at West Haven and Associated Hospitals and CBOCs

expired opportunity(Expired)
From: Federal Government(Federal)
36C24123Q1012

Basic Details

started - 15 Aug, 2023 (8 months ago)

Start Date

15 Aug, 2023 (8 months ago)
due - 23 Aug, 2023 (8 months ago)

Due Date

23 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
36C24123Q1012

Identifier

36C24123Q1012
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103382)VETERANS AFFAIRS, DEPARTMENT OF (103382)241-NETWORK CONTRACT OFFICE 01 (36C241) (3845)

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.

This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 334290 (Other Communications Equipment Manufacturing) with a size standard 800 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of upgrading the CCURE software system at West Haven VAMC and it s associated medical centers and CBOCs. per the requirements below. Refer to the Statement of Work below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Statement of Work. This
Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to provide these services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 23 August 2023. All responses under this Sources Sought Notice must be emailed to Joshua Davis at joshua.davis5@va.gov and David Valenzuela at david.valenzuela2@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:Â ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 Statement of Work with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Statement of Work VA CCURE Software migration AND Physical Access CONTROLS 1. The Contractor shall provide all labor and parts to install CCURE software to VA Connecticut security software platform. The locations at the VA Connecticut Health Care Systems, West Haven Newington Campuses and CBOC New London. 1.2 The Contractor shall provide all resources required to perform the installation services, inspections, including parts, materials, cleanings fluids, equipment, tools, shipping, travel, and labor. The Contractor shall determine the nature and extent of any work required to install the following equipment to control access P2000 PEGASYS Software to Johnson Controls 1.3 P2K / Card-key PACS on existing VA Virtual Server OLD CARD KEY SERVER will continue to run with during the migration to new virtual server CCURE Security System . 1.4 Contractor shall support both PK 2000 Old Card-key server and move to the new panels and hardware units to new CCURE server. 1.4 All security panels have been updated during base year with intent to subsequently migrate to a supported software platform CCURE. 2. Equipment: 2.1 CCURE Software Platform SOFTWARE HOUSE Inc 2.2 Installation at VA Connecticut and all required hardware and necessary software connections to meet all VA OIT security guidelines. All completed work must meet standards as prescribed in the VA physical security manual. 2.3 All work must be performed in accordance with manufacturer Johnson Controls software licensing and guidelines for industry standards, as applicable, whichever is more stringent: 2.4 Manufacturer's requirement and specifications on inspection, maintenance and operation must be approved by servicing security contractor Johnson Controls Inc. 2.5 Covered equipment items listed in this PWS must be in operation with all PEGASYS PK2000 OPERATING software system components and associated apparatus as normally supplied and required for operation by the manufacturer(s) in the currently installed configuration, including integrity of connections to building utilities, excluding building utility supply lines up to the point of new manufacturer provided CCURE software. All new CCURE software installation shall be verified with all existing PIV card readers, request to exist motion detectors, push and release door buttons, power supplies including all components tied into VA security and physical access systems. 2.6 Contactor policies and procedures shall comply with all VA Privacy & Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA).

ONE VA CENTER  TOGUS , ME 04330  USALocation

Place Of Performance : West Haven VAMC

Country : United StatesState : ConnecticutCity : West Haven

Classification

naicsCode 334290Other Communications Equipment Manufacturing
pscCode J063Maintenance, Repair and Rebuilding of Equipment: Alarm, Signal, and Security Detection Systems