Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SPECIAL NOTICE

N -- INSTALLATION OF ACCESS CARD EQUIPMENT IN (3) BOSTON FACILTIES.

Notice Date
7/16/2009
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Archive Date
7/21/2009
 
Point of Contact
paula.poppy@va.gov<br />
 
E-Mail Address
CONTRACTING SPECIALIST
(paula.poppy@va.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT The VA Medical Center, Engineering, Boston Healthcare System, MA. Intends to Sole Source a procurement for the following service: Installation of new PIV card access readers and transitional software for PIV conversion to interface with existing security software, security alarm systems, original security equipment and previously installed security card reader equipment (installed by this vendor) for the medical security alarm systems located at three (3) VA Boston Medical facilities. FAR 6.302-1, USC 253(c)(1) Only One Responsible Source, will meet the agencies requirement and time constraint. This vendor previously installed part of the equipment and will warrantee the equipment, software and maintenance for up to one year from installation. The entire Medical Center Complex (all three divisions/facilites) is on a Hirsch Electronics card access system. The system provides security to the complex and is connected directly to monitors in the Police headquarters at all three divisions. The nodes of the system are in controlled spaces throughout the facility. Access to the spaces is strictly controlled to assure the security of this system and the other critical Information Systems in these spaces. The system as a whole, has over $3,750,000 of installed equipment, it is an essential part of assuring Safety and Security of patients and staff at three Medical Centers. Accordingly, as we look toward adding PIV card access readers to the security system it is essential that we safeguard our investment and the systems overall integrity. The system as installed is a Hirsh Electronics system. The Vendor is a local authorized dealer of Hirsch Electronics who is covered under GSA contract GS-07F-7733C. Hirsch Electronics is the sole manufacture of the large complex system that we presently have installed for our card access security system. Several components of this request are not Hirsch Electronics, but at the same time they have to interface with our existing Hirsch Electronics system. The recommended source has demonstrated both the ability to install the system properly and to troubleshoot problems when we have them. The workmen have shown that they are reliable and can be trusted which is also essential because of the secured spaces they will be working in. The contractor is familiar with what is already in place as far as the existing security alarm systems and what has newly been installed in all three facilities within the past year, therefore the contractor is able to assess the situation, configure the VA facility security needs in a manner that is in the best interest for the VA Boston Healthcare System, taking into consideration the time constraint which needs to coincide with the issuance of the new access cards to staff members, scheduled for July 27nd, 2009, cost effectiveness and of most importance value to the Government. No other contractor has knowledge of all three facilities as far as the layout of previously installed equipment, the interaction with various supporting software and security equipment and past performance experience regarding installation, and maintenance. The VA does not have an adequate inventory and description layout of all the previously installed equipment or the newly installed equipment immediately available in order to allow other vendors to provide an adequate proposal that will meet the needs of the three VA facilities in a timely, cost efficient and in the best interest of the Government. Moreover, if some other contractor worked on the system and the VA had problems after the fact, with the system, we could easily end up in a dispute between contractors that we could not be easily resolve as each vendor could blame the other for the problems with the system and the VA, even with the devotion of a lot of time, it would be hard pressed to determine who was at fault. This could be a costly and time consuming venture to the Government, not to mention possible break in the continuity of security/alarm system services that could possibly shut down three VA facilities security systems, causing loss of security control for VA patients, lack of facility access for veterans, employees and customers and compromise heavily secured areas of the VA medical Healthcare System, i.e. medications/drugs, psychiatric departments. VA Engineering Service believes that a critical system like this one needs to be taken care of and modified by a single company so when there are problems a single source can be contacted for immediate correction. The contractor has agreed to cover the service, software and equipment maintenance for one full year from time of installation not from equipment purchase, at no additional cost to the Government, to include 24/7 on call emergency maintenance service. The contractor has warranted certain aspects of the system presently installed at the Jamaica Plain campus, this installation and two other facilities will be interfacing with. This will allow the whole system located at three facilities throughout Boston, to be maintained by one source, the contractor that installed all aspects of the entire security system. This notice of intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notice to the Contracting Officer within five (5) days from the synopsis publication date. Supporting evidence must be furnished in sufficient detail, to demonstrate the ability to comply with the above requirements. This information can be faxed to Paula Poppy at: (774)826-3347. Responses will be evaluated, however, a determination by the Government not to compete the proposed procurement based upon responses o this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/924d5c2f3952385dde640b0210386664)
 
Record
SN01877448-W 20090718/090717000013-924d5c2f3952385dde640b0210386664 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.