Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

65 -- KEYLESS CONTROL PANEL MDI SECURITY UPGRADE

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, Dayton VAMC, Department of Veterans Affairs Medical Center, VISN 10 Contracting Activity - Dayton;Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-250-08-RQ-0439
 
Response Due
9/28/2008
 
Archive Date
10/28/2008
 
Point of Contact
Aprile HorneContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. A firm fixed price award for supplies and services may be made, dependent upon availability of funding. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is available as 100% Small Business set aside for commercial items under the North American Industry Classification System (NAICS) Code 561621, size standard $11,500,000. REQUIREMENTS: The Department of Veterans Affairs Medical Center (VAMC), 4100 W. Third Street, Dayton, OH 45428-9000, is seeking quotes for the following items, including installation and FOB Destination: KEYLESS ACCESS CONTROL PANEL IN VARIOUS BUILDINGS BIOMED SERVICE: BLDG 310 ACCESS BSL-3 LAB (1) Contractor shall install a new MDI Control Panel for Bldg 310 for the purpose of adding a card reader to door 2e-125A. The control panel shall be installed in the following areas: In the hallway closet on the 3rd floor, Rm 3e-139; The communication for control panel in (a) of this section, shall be from the 1st floor of Bldg. 330, closet 1a-109. It shall connect to the existing Security network. This is a turn key installation that includes programming the controller and card reader. A I-class multi card reader door contact, request to exit device shall be installed at this door. An Electric strike shall be provided and installed. The Contractor shall provide AC Power for the Control Panel. 1 MDI a30-10201 processor 1 MDI b76-1204-d duel door controller 1 MDI r10-20459 i class multitech reader (Lenel) 1 UL Listed Power Supply-12VDC or 24VDC 6A output switch (Lenel) 1 Battery Kit, includes, 12VDC, 12 AH Battery (PS-12120) (Lenel)1 Universal Micro Serial Server for Ethernet, Flash ROM, DB25 seri. (Kenco Electric) 1 Installation (PSASECNET) 1 Magnetic Contact, Steel Door, Recessed, 1" Diameter, w/Wire Lea (Bosch Security) 1 PIR Request to exit sensor gray 1 Aztec installation Final test/termination 1 Fittings, Connectors, ETC shall be provided by Contractor 1 Warranty. (Contractor) Project Services 1 JB $__________________ BLDG 115 SECURITY PANEL (2) Addition of a new MDI Control Panel for future Security. The Contractor shall provide for one (1) alarm input board with 16 inputs. The Contractor shall complete the final termination at the control panel and program into the MDI data base so that future connection of devices (by others) can be accomplished. The control panel shall be installed in a tell-com closet within the facility along with a security network switch. The VA Medical Center will supply any fiber required to the Security Network Switch. The Contractor shall provide Power for the controller and network switch. The Contractor shall provide and install the following: 1 MDI a30-10201 processor 1 MDI b76-1302-d alarm input board (Lenel) 1 UL Listed Power Supply-12VDC or 24VDC 6A output switch (Lenel) 1 Universal Micro Serial Server for Ethernet, Flash ROM, DB25 seri (Lenel) 1 Battery Kit, includes, 12VDC, 12AH Battery (PS-12120) (Mainline) 1 24 Port Switch (Mainline) 1 Fiber Interface (Mainline) 1 Belkin Cable (Mainline) 1 Cable (MID) 1 Rackshelf, 3 Space (5 1/4"). 1 Aztec Installation, Final Test/Termination 1 Fittings, Connectors, ETC 1 Warranty 1 Project Services 1 JB $_________________ BLDG 408 SECURITY PANEL: Addition of a new MDI Control Panel for future Security. This provides for 1 alarm input board with 16 inputs. The Contractor shall complete the final termination at the control panel and program into the MDI data base so that future connection of devices (by others) can be accomplished. The control panel shall be installed in a tell-com closet within the facility along with a security network switch. The VA Medical Center will supply any fiber required to the Security Network Switch. The Contractor shall provide power for the controller and network switch. The Contractor shall provide and install the following: 1 MDI a30-10201 processor. 1 MDI b76-1302-d alarm input board. (Lenel) 1 UL Listed Power Supply - 12VDC or 24VDC 6 A output switch. (Lenel) 1 Battery Kit, includes, 12 VDC, 12 AH Battery (PS-12120). (Lenel) 1 Universal Micro Serial Server for Ethernet, Flash ROM, DB25 seri. (Mainline) 1 24 Port Switch. (Mainline) 1 Fiber Interface. (Mainline) 1 Belkin Cable. (Mainline) 1 Cable. (MID) 1 Racketshelf, 3 space (5 1/4"). 1 Aztec Installation, Final Test/Termination. 1 Fittings, Connectors, ETC. 1 Warranty. (The Contractor) 1 Project Services. 1 JB $__________________ BLDG 340 SECURITY PANEL: Addition of a new MDI Control Panel for future Security. Provides for one (1) alarm input with 16 inputs. The Contractor shall complete the final termination at the control panel and program into the MDI data base so that future connection of devices (by others) can be accomplished. The control panel shall be installed in a tell-com closet within the facility along with a security network switch. The VA Medical Center shall supply any fiber required to the Security Network Switch. The Contractor shall provide Power for the controller and network switch. The Contractor shall provide and install the following: 1 MDI a30-10201 processor. 1 MDI b76-1302-d alarm input board. (Lenel) 1 UL Listed Power Supply - 12VDC or 24VDC 6A output switch. (Lenel) 1 Universal Micro Serial Server for Ethernet, Flash ROM, DB25 seri. (Lenel) 1 Battery Kit, includes, 12VDC, 12AH Battery (PS-12120). (Mainline) 1 24 Port Switch. (Mainline) 1 Fiber Interface. (Mainline) 1 Belkin Cable. (Mainline) 1 Cable. (MID) 1 Rackshelf, 3 space (5 1/4") 1 Aztec Installation, Final Test/Termination. 1 Fittings, Connectors, ETC. 1 Warranty. (The Contractor) 1 Project Services. Connectors, ETC. 1 Warranty. (The Contractor) 1 Project Services. 1 JB $__________________ TOTAL COST: $_______________________________ PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions, 52.233-2 (Service of Protest), VAAR 852.233-70 (Protest Content), 852.233-71 (Alternate Protest Procedure), 852.270-1 (Representative of Contracting Officer), 52.212-1(k) (CCR Registration) Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items Indicate terms. A minimum of one year warranty is requested. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: VAAR 852.203-70 (Commercial Advertising) and 852.203-71 (Department of Veteran Affairs Hotline Poster), 52.211-6. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-21, 52.219-28, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-152.225-13, 52-232-34. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/. All technical questions and quotes must be submitted to Aprile Horne, Contract Specialist by e-mail only at: Aprile.horne@va.gov. Quotes and accompanying information are due no later than 1:00 p.m. EST Sunday September 28, 2008. Phone and Faxed inquiries will not be addressed. Department of Veterans Affairs VISN 10 Justification and Approval 1.Identification of Agency and Contracting Activity: Department of Veterans Affairs, 4100 W. Third Street, Dayton, OH 45428-9000; VISN 10 Contracting Activity. 2.Nature/Description of Action: Small Business Set Aside; Brand Name 3.Description of Supplies/Services Required: MDI Security System Upgrade, Keyless Card Reader and Control Panel 4.Identification of Statutory Authority: N/A not a sole source procurement. 5.Proposed Contractor's Unique Qualifications or the Nature of the Acquisition Requiring Use of the Authority Cited: The MDI Security System is the only system that will satisfy the Government's requirement because the existing security system relies on MDI hardware and software. The additional areas needing security need to be the same as the existing for uniformity (ease of usage) and seamless interfacing. Moreover, the installation must be performed by factory trained technicians and authorized by MDI to install their equipment. 6.Solicitation of Potential Resources: Posted the entire system to GSA eBuy to locate the system and/or similar items from other contractors. Historically, MDI components and security systems are offered on GSA contract. In the event that no qualifying responses are received on GSA in a timely manner, the CO will seek other resources. 7.Determination of a Fair and Reasonable Cost: The Contracting Officer determines that the anticipated cost to the government will be fair and reasonable because a complete analysis of all costs or a price analysis will be fully utilized prior to award of the contract. Contracting Officers Certification: The Contracting Officer has determined that the justification is accurate and complete to the best of the Contracting Officer's knowledge and belief. APRILE HORNE __ ______ ____ Contracting Officer Not exceeding $500K
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6821bc9b13c12ca5b1463e8f3ba8f33c&tab=core&_cview=1)
 
Record
SN01681260-W 20080926/080924224302-6821bc9b13c12ca5b1463e8f3ba8f33c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.