Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

63 -- PMR- SURVEILLANCE EQUIPMENT

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;A&MM Service (90C);1500 E. Woodrow Wilson Drive;Jackson MS 39216 5199
 
ZIP Code
00000
 
Solicitation Number
VA-256-09-RQ-0525
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
Debra K JacksonContracting Officer601-362-4471 X 5732
 
E-Mail Address
debra.jackson4@va.gov
(Debra.Jackson4@va.gov)
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number VA-256-09-RQ-0525 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This RFQ solicitation is set aside for small businesses; the NAICS is 561621 and the small business size standard is $12.5M. Simplified Acquisition Procedures will be used for this requirement. Line Item 0001: October 1, 2009 to September 30, 2010, Preventive maintenance and emergency repair of surveillance equipment located at the G.V. (Sonny) Montgomery VA Medical Center, Jackson, MS 39216, Work shall comply with the Statement of Work at the end of this solicitation, Quantity of 12 months. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering price. The provision at 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) applies to this acquisition. The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009), applies to this acquisition and a completed copy of this provision shall be submitted with any quote. Offerors may elect to complete this provision online at https://orca.bpn.gov, in which case the offeror is required to prepare and submit paragraph (l)(2) of this provision with the offer. If the offeror elects to complete the provision manually, paragraphs (b) through (j) of the provision must be submitted with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2009) applies to this acquisition, and the following clauses cited in this clause are applicable: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-50, Combating Trafficking in Persons; 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. The following clauses are applicable: 52.204-9, Personal Identity Verification of Contractor Personnel; 852.203-70, Commercial Advertising; 852.237-70, Contractor Responsibilities; 852.270-1, Representatives of Contracting Officers; 852.273-76, Electronic Invoice Submission (Interim-October 2008). Quotes are due no later than 10:00 AM CDT on Tuesday, September 25, 2009, by email to debra.jackson@va.gov or fax (601-364-7931). Point of Contact is Debra Jackson, G.V. (Sonny) Montgomery VA Medical Center, 1500 E. Woodrow Wilson Dr., Jackson MS 39216-5116; phone 601-368-3943; fax 601-364-7931; email debra.jackson@va.gov. STATEMENT OF WORK: I. EQUIPMENT. CCTV EQUIPMENT: Equipment to be serviced/maintained includes:Coax Cable from Room D-103C to each existing camera location in the CCTV system CAMERA LOCATIONTYPECOLORQTY1. Retail StorePanasonic WV-CP244Color12. A&MM Morgue Gate/Home Oxygen (Split Screen Image)Panasonic WV-CP244Color23. Front Lobby ElevatorsPanasonic WV-CP244Color14. Pizza ShopCBC CX- NV36Color15. Regional Counsel EntranceEverfocus EQ-350N1Color16. AO Waiting/Urgent CarePanasonic WV-CP244Color17. Blood LabPanasonic WV-CP244Color18. Linen Room HallPanasonic WV-CP244Color19. Agent CashierPanasonic WV-CP244Color110. Retail StorePanasonic WV-CP244Color111. Basement Elevator LobbyEverfocus EQ-350N1Color112.Inpatient Pharmacy VaultPanasonic WV-BP344B&W113. Rooftop A Lot - Oxygen Storage TanksPelco Spectra II SD5BCBW-PG-E0 Color/B&W114. Smoking PatioPanasonic WV-CP244Color115. Vending RoomPanasonic WV-CP244Color116. Front Lobby Information DeskPanasonic WV-CP244Color117. R & E EntranceVicon 2700Color118. Linen Room DoorPanasonic WV-CP244Color119. Ward 3K (Quad Screen Image)Panasonic WV-CP244Color420. Ward 3L (Quad Screen Image)Vicon 2700Color421. First Floor Elevator LobbyPanasonic WV-CP244Color122. Ward 3K (Quad Screen Image)Panasonic WV-CP244Color423. Silver ClinicVicon 2700Color124. Front PorticoPanasonic WV-CP244Color125. Outpatient Pharmacy VaultEverfocus EQ-350N1Color126. AO/Urgent Care HallwayPanasonic WV-CP244Color127. Loading Dock GatePanasonic WV-CP244Color128. Canteen StoragePanasonic WV-CP244Color129. Radiation Therapy DeskCBC CX-NV36Color130. SICU HallwayPanasonic WV-CP244Color131. Old Patient Rep HallwayVicon 2700Color132. Chapel HallwayPanasonic WV-CP244Color133. Canteen Warehouse #1Everfocus EQ-350N1Color134. Canteen Warehouse #2Everfocus EQ-350N1Color135. Nursing Home RoofPanasonic WV-CP244Color136. Front Rooftop - Parking Lot HPelco Spectra III SE SD53CBW-PG-E0Color/B&W137. R & E Rooftop - Parking Lot C/DPelco Spectra III SE SD53CBW-PG-E0Color/B&W138. Light Pole Mount (East End) Parking Lot DPelco Spectra III SE SD53C22-PG-0Color139. R & E Rooftop - Loading DockPelco Spectra III SE SD53CBW-PG-E0Color/B&W140. Interior Police Office Exit DoorEverfocus EQ-350N1Color141. Arms RoomPanasonic WV-CP244Color142. Front EntrancePanasonic WV-CP244Color143. 3A Mental Health HallwayVicon 2700Color144. Outpatient Pharmacy Back DoorVicon 2700Color145. Rooftop Fascia- Parking Lot APelco Spectra III SE SD53CBW-PG-E0Color/B&W146. Morgue DoorPanasonic WV-CP244Color147. Computer HallwayPanasonic WV-CP244Color148. I-Bldg. Lower HallwayCBC CX-NV36Color149. Basement Surgery ElevatorsEverfocus EQ-350N1Color150. Library HallwayVicon 2700Color151. Second Floor Elevator LobbyPanasonic WV-CP244Color152. Animal LabCBC CX-NV36Color153. Surgery Control Room - BasementCBC CX-NV36Color154. Outpatient EntranceCBC CX-NV36Color155.Back Door - Loading Dock (near Kitchen)CBC CX-NV36Color156. Agent Cashier DoorPanasonic WV-CP244Color157. Front Entrance FoyerPanasonic WV-CP244Color158. SPD HallwayPanasonic WV-CP244Color159. Regional Counsel Door/HallwayPanasonic WV-CP244Color160. Computer RoomCBC CX-NV36Color161. Canteen Office Hallway/Loading Dock ExitCBC CX-NV36Color162. Exercise RoomCBC CEC-N29Color163. Exercise RoomCBC CEC-N29Color164. Exercise RoomCBC CEC-N29Color165. Light Pole Mount Parking Lot GPelco Spectra III SE SD53CBW-PG-E0Color166. Light Pole Mount Parking Lot BPelco Spectra II SD5BCBW-PG-E0Color/B&W167. Credit UnionCBC CX-NV36Color168. Ambulance EntrancePanasonic WV-CP244Color169. Ambulance Entrance- Inside ViewPanasonic WV-CP244Color170. Police Office HallwayPanasonic WV-CP244Color171. SPD Work RoomPanasonic WV-CP244Color172. SPD Stock RoomPelco Spectra III SE SD53C22-PG-0Color173. Warehouse Rooftop Parking Lot FPelco Spectra III SE SD53CBW-PG-E0Color/B&W174. Retail StorePanasonic WV-CP244Color175. Retail StorePanasonic WV-CP244Color176. Food CourtPanasonic WV-CP244Color177. Outpatient Pharmacy - Prescription Pickup AreaPanasonic WV-CP244Color178. Inpatient Pharmacy Prescription Dispensing WindowPanasonic WV-CP244Color179. Physical Therapy/Rehab HallwayPanasonic WV-CP244Color180. Ward 3KPanasonic WV-CP244Color481. Medical RecordsPanasonic WV-CP244Color182. Medical Records - PrinterPanasonic WV-CP244Color183. Medical Records HallwayPanasonic WV-CP244Color184. Outpatient Pharmacy (Prescription Turn-in)Pegasus EIA/CCDColor185. Outpatient Pharmacy (Waiting - South Side)Pegasus EIA/CCDColor186. Outpatient Pharmacy (Waiting - North Side)Pegasus EIA/CCDColor187. Outpatient Pharmacy (Waiting - Middle Area)Pegasus EIA/CCDColor188. Outpatient Pharmacy VaultEverfocus EQ-350N1Color189. West Rooftop NHCUPelco Spectra IV SE SD54CBW-PG-E0Color/B&W190. Director's Office - Receptionist Desk Area (I Building)Pelco Spectra III SE SD53C22-F0Color191. Inpatient Pharmacy Vault Cam1Everfocus EQ-350N1Color192. Inpatient Pharmacy Vault Cam2Everfocus EQ-350N1Color193. NHCU Basement Quad 1Everfocus EQ-350N1Color494. NHCU Basement Quad 2Everfocus EQ-350N1Color495. NHCU 1st Floor Quad 1Everfocus EQ-350N1Color496. NHCU 1st Floor Quad 2Everfocus EQ-350N1Color4 Notes:1.All parking lot (light pole and fascia mounted) Spectra cameras require a bucket or lift to access for service.2.Cameras at the Loading Dock Gate, Front Portico, Ambulance Entrance, and Outpatient Pharmacy Back Door require a bucket or lift to access for service.3.Government electrical personnel currently service three (3) vandal proof cameras (not listed in the above table) located in Ward 3k.4.All camera locations/numbers correspond to existing Pelco matrix channels terminated in Room D-103C. The current matrix capacity is ninety-six (96) camera inputs.Additional equipment to be serviced/maintained includes: EQUIPMENT LOCATIONTYPECOLORQTY1. West EntranceCBC CX-NV36 Miniature CameraColor22. A&MMATV DPX4 Multiplexer/SplitterColor13. Arms Room MonitorPanasonic WV-CM1340 MonitorColor14. Ward 3KATV Quad SplitterColor15. Ward 3KJVC 19-in MonitorColor16. Ward 3KPegasus CQ4 Quad SplitterColor17. Ward 3KToshiba 19-in MonitorColor18. Ward 3KFM Systems VideoplexerColor19. Ward 3LVicon V-2110QS Quad SplitterColor110. Ward 3LVicon VM613 13-in MonitorColor111. Agent CashierPanasonic 13-in MonitorB&W112. Front Ent. Information DeskPanasonic WV-CM1340 MonitorColor113. WarehousePanasonic 9-in MonitorB&W114. Urgent CareVicon VM613 13-in MonitorColor115. Outpatient PharmacySharp LC15SH7U LCD MonitorColor416. Outpatient PharmacyDual Output Video Dist. AmplifierColor117. Radiation TherapyPanasonic Wide Dynamic CameraColor118. Radiation TherapyPanasonic Medium Duty Pan/TiltN/A119. Radiation Therapy Panasonic 80mm Zoom LensColor120. Radiation TherapyPanasonic Pan/Tilt Remote Control KeyboardN/A121. Radiation TherapyPelco Spectra III SE SD53C22-PG-0Color122. Radiation TherapyPelco KYBD Remote KeyboardN/A123. Radiation TherapyPanasonic 19-in MonitorColor2 CCTV Security Console Equipment to be serviced/maintained includes: DESCRIPTIONQUANTITYRobot Intellex Digital Recorder6Pelco CM9502 Matrix card cage, CPU & Power Supply1Pelco CM9502KBD Joystick Control Keyboard1Pelco CM9504 Monitor Output Card2Pelco CM9516L Looping Video Input Card6Pelco CM9505IC-50 Joystick Keyboard Cable1Panasonic WV-CM1340 13-in Color Monitor6Ultrak 13-in Color Monitor1Ultrak 13-in Monochrome Monitor1FM Systems Videoplexer1Pelco 24vac @ 100va Outdoor Power Supplies10Ditek 16 Channel Rack Mount Surge Protector6Winsted 34860 Dual Cabinet Graphics Desk (8 LCD Display Mount)1Winsted V8801 70-in Vertical (40U) Rack Cabinet1Winsted 98708 10-outlet Power Strip2Winsted 97808 8-outlet Power Strip2Dell 20-in Flat Panel Color Monitor8Winsted G8103 Mounting Hardware1PS/2 Extension Cable, 25 Ft.6VGA Extension Cable, 25 Ft.6Rack Mount KVM Switch, 8-port1APC 1000VA UPS Unit2APC 1500VA UPS Unit1Pelco 8-position Pushbutton Manual Switcher1Tote Vision 9-in LCD Monitor1Philips DVD Multimedia Disk Recorder1 The existing monitoring system may be enhanced by additional equipment. This contract will be amended to add or remove any equipment as necessary at the time such action is taken. II. HOURS OF WORK. A. Normal hours of coverage are Monday through Friday from 8:00 a.m. to 4:30 p.m. excluding holidays. Work required in the performance of this contract shall be performed during regular administrative working hours. Work beyond 4:30 P.M. will be at the contractor's discretion, at no cost to the Government. B. Federal Holidays observed by the VAMC are: New Years Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. III. SCHEDULED MAINTENANCE. Preventive maintenance shall include, but not be limited to, the following: 1. Technical inspections2. Cleaning, oiling and focusing of all equipment as listed3. Trouble-shoot all components including coax cables, replacing parts without additional cost to the Government 4. Maintain equipment in first class operating condition, including all intervening calls necessary between regular inspections, but excepting services necessitated by accident, fire or any act of God 5. Performing remedial maintenance of non-emergent nature 6. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn without additional cost to the Government 7. Adjust and calibrate equipment for optimum image clarity 8. Inspect and replace wiring and cables for wear and fraying 9. Inspect and replace all mechanical components as necessary 10. Provide documentation of all services performed 11. Contractor's price includes all parts, excluding operating supplies. This contract provides for four (4) preventive maintenance inspections to be performed in December, February, May and August. In no event shall more than three months elapse between preventive maintenance inspections. PM services shall be performed in accordance with, and during the hours defined in the preventive maintenance schedule established herein. The PM schedule shall be arranged and approved at least three (3) days in advance with the COTR.The Contractor shall provide all the necessary tools, ladders, worker lifts, or any other specialty tools or equipment to safely perform all duties. When additional workers are necessary for verification of system performance, the contractor shall provide the needed personnel to perform all tests, rather than rely upon VA employees to assist in repairs and calibration of equipment. Any charges for parts, services, manuals, or tools required to successfully complete scheduled PM are included within this contract, and its agreed upon price. IV. REMOVAL OF EQUIPMENT. Should a piece of equipment require repair at the Contractor's plant, the Contractor agrees to provide a loaner at no extra charge. Government property cannot be removed from the station without a signed property pass. This pass can be obtained after removal is authorized by the Contracting Officer's Technical Representative from Acquisition and Materiel Management Service, Personal Property Management Section. Equipment may not be removed by the contractor from government site for minor repairs only. The Contractor will be responsible for loss or damage of equipment while in the Contractor's charge. EQUIPMENT DEEMED IRREPAIRABLE WILL BE RETURNED TO THE VAMC. LOANER EQUIPMENT WILL BE PROVIDED AT NO ADDITIONAL CHARGE UNTIL REPLACEMENT EQUIPMENT CAN BE OBTAINED BY THE VAMC. V. PROTECTION FROM DAMAGE. The contractor shall provide all labor, material, and equipment necessary to protect personnel, furnishings, equipment, buildings, etc. from damage. Contractor shall remove and replace moveable items, if necessary, and shall replace or repair any items damaged due to work performed in connection with this contract equal to its original construction and finish. VI. PARTS. Parts shall be new or factory reconditioned and equal to original parts being replaced. Reconditioned parts acceptability shall be subject to VA approval. Reconditioned parts can be rejected for any reason. VII. REPORTS. The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including the replaced parts required to maintain the equipment. All equipment will be cataloged by the contractor and the dates and types of service rendered will be noted thereon. A written report of each inspection shall be furnished to the Contracting Officer's Technical Representative, Facility Management Service, Room I-101. VIII. CONDITION OF EQUIPMENT. The contractor accepts responsibility for the equipment described. The Contracting Officer will arrange for one inspection of the equipment to be included in the contract if the Offeror so requests and at a time that is convenient to the Government. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. IX. SAFETY REQUIREMENTSIn the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or designee may determine to be reasonably necessary to protect the lives and health of the occupants of the buildings. The Contracting Officer or designee will notify the contractor of any non-compliance with the safety requirements and the action to be taken. The contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor or his representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all work or any part of the work at no additional cost to the Government and hold the contractor in default. X. PERFORMANCE AND EMERGENCY SERVICE. All work will commence within 24 hours after receipt of telephonic, written, or verbal notification and will proceed progressively to accomplishment without undue delay. All work shall be performed by a trained technician, experienced and qualified to work on the specific equipment and all work performed shall be first class in accordance with good commercial practice. Contractor will provide the proper procedure for emergency service to be handled, including the service representative's name and telephone number. Contractor will provide unlimited service calls to include labor, parts, and travel expenses. XI. PAYMENT OF INVOICES. Payments will be made monthly in arrears. The contractor shall submit an original invoice to the following address: Financial Services Center, P. O. Box 149971, Austin, TX 78714. XII. IDENTIFICATION, PARKING, SMOKING AND VA REGULATIONS. The Contractor's personnel shall wear visible identification at all times while on the premises of the V AMC. It is the responsibility of the contractor to park in the appropriate designated parking area. The VAMC will not invalidate or make reimbursement of parking violations of the contract under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is strictly prohibited. XIII. INSURANCE. Prior to award of this contract the contractor shall furnish to the Contracting Officer a certification of insurance which shall contain an endorsement to the effect that cancellation of any material change, the policies which adversely affect the interest of the Government shall be effective unless written notice, 30 days in advance is forwarded to the Contracting Officer. Worker's Compensation and Employer's Liability: Contractors are required to comply with applicable Federal and State Worker Compensation and Occupational Disease statutes. General Liability: Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property Damage Liability: Contractors are required to have Property Damage Liability insurance coverage of at least $500,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA-256-09-RQ-0525/listing.html)
 
Place of Performance
Address: G.V. (SONNY) MONTOGMERY VA MEDICAL CENTER;1500 E WOODRWOW WILSON DRIVE;JACKSON, MS 39216
Zip Code: 39216
 
Record
SN01960117-W 20090919/090918001419-4f11fe19e06e114d98094aab404e08e5 (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.