Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2012 FBO #3763
DOCUMENT

N -- Installation of Onguard System - Attachment

Notice Date
3/12/2012
 
Notice Type
Attachment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25012Q0192
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
Roman Savino
 
Small Business Set-Aside
N/A
 
Description
Lenel access card security for SPD, IRM and Cares Tower Requested by Engineering Service VA Medical Center 10701 East Blvd Cleveland Ohio 44106 1. Scope: The scope of work is to install Lenel security card access for the main door entrances for SPD first floor room 114 single door, IRM on the third floor room 3A133 double doors and room 3A135 single door. The work is to be performed by a Lenel authorized dealer and Lenel authorized technicians. Automatic door opener to be interfaced with Lenel on SPD. The scope of work is also to install Lenel security access at five entry doors at the Cares Tower so patients can be allowed access to the building via intercom and Police video and maintain security in parallel. The work is to be performed by a Lenel authorized dealer and Lenel authorized technicians. A site visit will be required by all vendors prior to bid. No extra cost to the VA will be authorized due to vendor oversight. All work will be installed per local, state and or federal requirements. Vendors must have all required licenses/certifications by the state of Ohio to install electrical and data systems. a. We installed this type of security access in other locations at the facility and it works well. b. The security access will prevent unauthorized personnel from gaining access to the building while protecting our patients from harm due to foul weather by allowing entrance. c. The security access will prevent unauthorized personnel from gaining access to our surgical supplies and our main IRM rooms. Unauthorized access to either one of these areas could lead to violations of patient care. 2. COTR Randy Vinson 216-791-3800- ext. 3033 Cell 216-701-3873 Room 4B743 Fax 216-231-3243 Email randy.vinson@va.gov 3. Specific Task Part One: IRM - SPD The vendor will supply a Turnkey installation of (1) Lenel OnGuard controlled Access Controlled door to the 1st Floor Hospital Surgery Preparation Department Hallway Entrance. The quote will include Access equipment for (1) Single Door. A new Lenel Controller Wall Panel will need to be installed in a nearby Tele-Comm Room. 120Vac is provided for by the vendor. Existing OnGuard reader licenses will be utilized for this installation. Also Turnkey installation of (2) Lenel OnGuard controlled Access Controlled doors to the 3rd Floor Hospital IRM Room. To include Locking, Access & Egress equipment for (1) Single Door & (1) Double Door for the IRM space. A copper Network switch with fiber optic cable uplink and Lenel Controller Wall Panel will need to be installed by the VA Police Security Network Core Switch location in the 3rd FL Main IRM Rm. Fire Alarm Emergency Release & 120Vac will be provided by the vendor. Also include a Lenel Access Control to existing DSC Intrusion panel integration to allow for automatic disarm of the existing Main IRM Room Intrusion System. OnGuard reader licenses, camera licenses or any other requirements from Lenel but not limited to will be the responsibility of the vendor and all cost associated with. 3. Specific Task Part Two: Cares Tower Five Door Security and Related Work The Vendor will install all wire, cameras, audio equipment, switches, and interface equipment but not limited to, in order to install a turnkey installation of (5) Stentofon IP Intercom Correctional Grade IP Intercom Sub-Stations, (5) 3MP Axis Outdoor Network Cameras, (1) Lenel On Guard controlled Access & An extension/continuation of the VA Police Services Optical & Copper Security Network to accommodate the new equipment included. Of the (5) proposed Intercom Station locations. (5) Camera additions will be included for video surveillance of all five entry locations. Also (1) of the proposed Intercom locations has no Lenel Access Control currently for the double door entry, the additional Lenel & Magnetic Locking equipment to allow Police Dispatch to release the door remotely will be included in the proposal. Location of cameras will be supplied by the VA M&O. Lenel Licenses and all hardware; software requirements will be the responsibility of the vendor to be part of the installation. 4. Period of performance The vendor will complete the Cares Tower job in 30 calendar days from the date the contract is signed. The SPD and IRM work will be 60 days from the date the contract is signed to complete. 5. Deliverables On completion of the job the vendor will turn over to the VA all schematics, firmware, software, special keys, special tooling and or all information related to the project. 6. Work schedule Work will be conducted from 7AM to 5PM unless coordinated with the COTR for off shift work hours at no additional cost to the government. 7. Reporting to work All vendor personnel will report to the boiler plant daily at the start of work and at the end of each day in the boiler plant. 8. Vendor supplied materials and equipment but not limited to for installation Cares Tower: 5 IP vandal resistant substation 5 8098000 Surf BB, (WxHxD) 3.7"x7.1"x2.1", Vandal Resistant 1 9641-006 6 Station Lic 2 SCHLAGE 1,500 LB MAGNETIC LOCK, DSM MBS RTD 628 2 TOP JAMB (INSWINGING DOOR) FOR 2 FILLER PLATE M490 3/4X1/2 1 FIPS20 1, PIV II compliant iCLASS RP40 MultiCLASS Read Only Multi Technology Reader, GRAY, HID Prox and LenelProx, iCLASS & GSA approved PIV-II Technologies, Wiegand 200 bit Output, UL/EU/Asian back box size, 5 - 12 VDC 70/120mA @12 VDC (artwork code L1 10317). Indala compatible version also available. 1 REQUEST TO EXIT PIRS LIGHT GRY 1 UNIV BUTTON W/PNEUMATIC TIMER 1 Lenel Dual Reader Interface Module (Series 2 -Supports OSDP Readers) - 12/24 VDC, 2 Reader interface, W/M, 8 inputs, 6 (5A) form C relays, RoHS, CE, C-Tick and UL294 certified 1 Lenel UL Listed Power Supply - 12VDC or 24VDC 6A output (switch selectable), 120VAC (1.6 amps) input, continuous supply current with enclosure (24" x 18" x 4.5"), lock, tamper switch, power distribution module, UPS capable (Battery Optional) UL & CUL Approved AL600ULX W/ACM8 PWR CNT W/CRBK AXIS P3346-VE 3MP, day/night fixed dome with vandal-resistant, IP66-rated outdoor casing. Varifocal 3-9 mm P- iris lens, remote focus and zoom. Multiple, individually configurable H.264 and Motion JPEG streams; max 3MP resolution at 20 fps or HDTV 1080p at 30 fps. WDR. Video motion detection and active tampering alarm. Two- way audio and audio detection. I/O for alarm/event handling, SD/SDHC memory card slot for optional local video storage. Operation in -40 °C to +55 °C powered by standard Power over Ethernet. Midspan not included. Includes smoked and clear transparent covers, weather shield against sun, rain or snow, and 5m Ethernet cable with mounted 6 OUTREACH PLUS, ETHERNET POE EXTENDER 1 Cisco Catalyst WS-C3750X-24PS Ethernet Switch - 24Port - 2 Slot Close CATALYST 3750X 24PORT FULL POE IP BASE 24 x 10/100/1000Base-T - Power Over Ethernet - 2 x Network Module, DATA IP BASE, 435W 1 Cisco CATALYST 3K-X 1G NETWORK MODULE, Four SFP slots 1GB each 2 AO GE MULTI-MODE SFP RJ45 SX AO CORPORATE CISCO COMPATIBLE TIER 1 OEM QUALITY 2 FBR PTCH CRD SC/UPC TO LC/UPC VA Police Services Network New 6 Strand Multi-Mode Fiber Optic Cable Installation to Establish New VAPD Security Network Connectivity on the "B" Level of CARES Tower CABLE:CAT6 24/4PR PLN Device & Head End Hardware Cable Hardware & Support System Programming, Adjustments & Testing Shipping & Handling To be included 9. Vendor supplied materials and equipment but not limited to for installation of SPD-IRM installation: 1 FIPS20 1, PIV II compliant iCLASS RP40 MultiCLASS Read Only Multi Technology Reader, GRAY, HID Prox and LenelProx, iCLASS & GSA approved PIV-II Technologies, Wiegand 200 bit Output, UL/EU/Asian back box size, 5 - 12 VDC 70/120mA @12 VDC (artwork code L1 10317). Indala compatible version also 1 REQUEST TO EXIT PIRS LIGHT GRY 1 SNTRL 1" STEL DR SPDT WDGP NAT 1 Lenel UL Listed Power Supply - 12VDC or 24VDC 6A output (switch selectable), 120VAC (1.6 amps) input, continuous supply current with enclosure (24" x 18" x 4.5"), lock, tamper switch, power distribution module, UPS capable (Battery Optional) UL & CUL Approved 1 Lenel Intelligent Dual Reader Controller - 12 VDC or 24 VDC @ 700mA, size (6" (152mm) W x 8" (203mm) L x 1" (25mm)H), (5 year lithium battery or 3 months full run) 6 MB standard cardholder flash memory, 50,000 of Event memory, maximum of 32 devices, On-board Ethernet, on-board two door control, eight inputs, four outputs, cabinet tamper and power fault input monitors. RoHS, CE, C-Tick and UL 294 1 AL600ULX W/ACM8 PWR CNT W/CRBK 3 12V 7AMP BATTERY 1 Automatic Door Opener Interface 1 Installation 120Vac For New Lenel Access Control Panel Tele-Comm Room Power By Zenith Electrical Access Control Composite Cable 2x-22/6 OAS, 22/2, 18/4 Device & Head End Hardware Cable Hardware & Support System Programming, Adjustments & Testing Shipping & Handling 1 Yr. Warranty Materials & Workmanship 10. Warranty Period The vendor will warranty in full for labor and material all work pertaining to the installation, programming, and operation of the access systems. The vendor will have a technician on site in no more than 4 hours from the time the call is placed to repair system 24/7 for a period of one year from the date the job is completed. A phone number will be supplied to the VA for emergency service prior to starting the job. 11. SAFETY The vendor will supply a site specific safety plan to Maintenance and Operations (M&O) in no less than three days from the date contract is signed or at preconstruction meeting. The plan will have to be approved prior to vendor starting work. The time taken by the VA to approve the safety plan will be deducted from the required start to completion time. As a part of the safety prior to work starting there will be a work above ceiling permit issued to the vendor. Above ceiling work permit has to be signed off by Safety or M&O when project is completed. M&O will not agree project is complete until above ceiling permit is signed off at the completion of job. The vendor will supply an ID card that will be worn above the waist to identify who the individual is and the company the employee works for. 12. PRECONSTRUCTION MEETING: There will be a pre construction meeting prior to vendor starting project. Purpose of meeting will be to discuss requirements of the contract, exchange contact numbers, and reduce the risk of possible complications during the job. The Contracting Officer will coordinate the details of the preconstruction meeting, where, when and who has to attend. 12. Training The vendor will supply training and a job walk through at the completion of the project. The time will be 8 hours allotted and be performed by personnel that are knowledgeable of the project. 13. Proprietary Information The government will retain rights to all intellectual property produced in the course of developing, deploying, training, using and supporting Lenel security. All modifications to Security system will be the property of the government. The contractor will be required to negotiate agreements with commercial system vendors relating to non-disclosure of vendor-proprietary information. 14. Lenel Access: The Lenel maintenance agreement at the Louis Stokes VA medical center at this time is Zenith Systems. It will be the responsibility of the vendor to coordinate access with Zenith and the Lenel factory process. Permission will be authorized on the part of the government. Any and all programming required to complete the project will be the responsibility of the vendor. Zenith contact will be supplied at the preconstruction meeting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25012Q0192/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-Q-0192 VA250-12-Q-0192_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306167&FileName=VA250-12-Q-0192-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=306167&FileName=VA250-12-Q-0192-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 10701 East Boulevard;Cleveland, OH
Zip Code: 44106
 
Record
SN02694724-W 20120314/120312235235-6a3fa6b9c09630cdf38ca98f307b5093 (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.