Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
DOCUMENT

63 -- SURVEILLANCE SYSTEM UPGRADE - Attachment

Notice Date
9/15/2016
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26216Q1568
 
Response Due
9/27/2016
 
Archive Date
10/27/2016
 
Point of Contact
CONTRACTING OFFICER
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures, specifically FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation is attached to this announcement. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-87, dated March 07, 2016. Solicitation # VA262-16-Q-1568 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award. This procurement will be issued under as a small business set aside. The North American Industry Classification System (NAICS) Code is 238210 and the Small Business Administration's (SBA) size standard OF $15 Million. The Government is seeking a contractor to provide supplies and services to upgrade and improve the network, servers, camera hardware and Video Management Software (VMS) for the Loma Linda Healthcare System (VALLHS). This solicitation is being procured as a brand name or equal IAW 52.211-6 -- Brand Name or Equal. The submissions must meet the following salient characteristics: Cameras -Axis M3006-V, HD Resolution, 134 degree field of view, 3MP, digital PTZ, multi-view streaming -Axis M3005, HD Resolution, 118 degree field of view, 2MP, 3-axis angle, progressive scan, corridor format P-iris control (optimal depth of resolution) -Axis P3354-V 6mm, HD Resolution, remote focus, remote zoom, 105 degree field of view, digital PTZ -Axis P3354-VE 6mm, HD Resolution, remote focus, remote zoom, 105 degree field of view, tamper/vandal resistant -Axis P3364-LV 6mm HD Resolution, remote focus, remote zoom, 105 degree field of view with built-in 850nm IR illuminator, 5MP, new long life LED, P-iris control for optimal image clarity, WDR -Axis Q8414-LVS, HD Resolution, 105 degree field of view corner-mount Anti-ligature camera used in mental health seclusion rooms, network, stainless steel, impact resistance, IR LED illumination -Axis P5534-E, HD Resolution, PTZ dome, 18X zoom, day and night camera, H.264 (optimizes bandwidth and storage), high power over Ethernet (IEEE802.3at) -Sony SNCHM-662 Mini-dome, 5MP, 360 degree Immersion panamorph lens, solid PTZ, advanced VMS, IK10- rated, vandal resistant, IP66-rated, water resistant, dust-light features -Bosch DINION, capture 5000 (or similar) LPR camera, accurate license plate images, Night Capture Imaging, advanced ambient compensation minimizes overexposed plates for ALPR accuracy Servers Video Server -Memory: 96GB, DIMM 240 pin, DDR3 1333 MHz / PC3-10600, CL9 registered ECC. -Processors: (2) Intel Xeon E5 V3 series processors with a Passmark of 16000 or greater -Case: 2, 3, 4 or 5U -Case: Rack mounted -Case: (16) 2.5" or 3.5" HDD bays for video archive -Case: (2) 2.5" or 3.5" dedicated HDD for operating system -OS: Windows Server 2012 R2, 64-bit, Standard Edition, x64, with 5 CALS. -Network Controller will have 2 Integrated 1Gb ports -Network Controller with 1 10Gb Network Controller -Storage Controller: Smart RAID Array controller -OS HDD: (2) 600+ GB, 10K, SAS, RAID 1 -Live Video HDD: (6) 600+ GB Enterprise class, 15K, LFF - SAS-2, hot swappable, Raid 5 -Storage HDD: (10) 4TB, 7.2K, LFF - SAS-2, hot swappable Raid 5 -PSU: (2) AC 90-135V 750-1000 Watt redundant power supplies with >80% efficiency rating. -Must carry a manufacture 5 year unconditional warranty. Which will include 24/7 support either by phone or onsite, guaranteed 24 hour replacement of any part in the event of catastrophic failure Management Server -Memory: 16GB, DIMM 240 pin, DDR3 1333 MHz / PC3-10600, CL9 registered ECC. -Processors: (2) Intel Xeon E5 V3 series processors with a Passmark of 10094 -Case: 1U -Case: Rack mounted -Case: (8) 2.5" HDD bays -OS: Windows Server 2012 R2, 64-bit, Standard Edition, x64, with 5 CALS. -Network Controller will have 4 Integrated 1Gb ports -2GB RAID controller with WAIP RAID 0,1,5,6,10 -PSU: (2) AC 90-135V 800 Watt redundant power supplies with >80% efficiency rating -Must carry a manufacture 5 year unconditional warranty. Which will include 24/7 support either by phone or onsite, guaranteed 24 hour replacement of any part in the event of catastrophic failure Failover Server -Memory: 96GB, DIMM 240 pin, DDR3 1333 MHz / PC3-10600, CL9 registered ECC. -Processors: (2) Intel Xeon E5 V3 series processors with a Passmark of 16000 or greater -Case: 2, 3, 4 or 5U -Case: Rack mounted -Case: (16) 2.5" or 3.5" HDD bays for video archive -Case: (2) 2.5" or 3.5" dedicated HDD for operating system -OS: Windows Server 2012 R2, 64-bit, Standard Edition, x64, with 5 CALS. -Network Controller will have 2 Integrated 1Gb ports -Network Controller with 1 10Gb Network Controller -Storage Controller: Smart RAID Array controller -OS HDD: (2) 600+ GB, 10K, SAS, RAID 1 (Mirrored) -Live Video HDD: (16) 600+ GB Enterprise class, 15K, LFF - SAS-2, hot swappable, Raid 5 -PSU: (2) AC 90-135V 750-1000 Watt redundant power supplies with >80% efficiency rating -Must carry a manufacture 5 year unconditional warranty. Which will include 24/7 support either by phone or onsite, guaranteed 24 hour replacement of any part in the event of catastrophic failure Note: Failover servers only supports live video storage no archive drives are needed Work/View Stations -Processor: (2) Intel Xeon E5 V3 with CPU Passmark of 13,000 or greater -Memory: 32 GB -Case: Desktop -Case: Rack Mountable Option -OS: Windows 7, 64-bit -OS HDD: 1TB -Video HDD: 3TB -Video Card: 4 Gig video card with support for a minimum of 4 connected video monitors -PSU: 800 Watt, 80 PLUS GOLD Certified -Camera Feed Capacity: display 90 live camera feeds simultaneously on multiple (up to 4) monitors with a camera resolution of 720p 1280 x 800, H.264 all at 10 FPS. Wired network Switches Core Switch -Cisco Catalyst 4500-X Series 40-port 10GbE Fixed Port Switches, delivers up to 800Gbps, scales up to 1.6 Tbps capacity, Virtual Switching System (VSS) resiliency, simplifies Easy Virtual Networks (EVN), reduces energy cost Switch Specifications -24 Port Po E+ Switches will be: CISCO WS-C3750X-24P-E 24port Po E+ enterprise-class stackable layer 3, fixed configuration switch, Energy-wise, Media Access Control Security (MACSEC), dual redundant, flexible Net Flow -48 Port Po E+ Switches will be: CISCO WS-C3750X-48P-E 48 port Po E+ enterprise class stackable layer 3, fixed configuration switch, Energy-wise, Media Access Control Security (MACSEC), dual redundant, flexible Net Flow Wireless Hardware "Mesh" Network -Must support frequencies in the unlicensed ISM 5.8GHz band -Must be FIPS 140.2 compliant -Must support AES 128bit encryption or better -Must support a minimum bandwidth throughput of 50 Megabits per second -Must work in harsh outdoor environments -Must support point-to-point and point-to-multiple point mesh networks -Must have a Quality of Service (QOS) of greater than 99% -Must have a user friendly web interface which will allow for easy monitoring, and configuration -Must be optimized for Video Surveillance -Must have a connectorized and selectable antenna. -Antenna(s) must not be integrated -Radios must supply Po E (Power over Ethernet) The information identified above is intended to be descriptive, not restrictive and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If a solicitation is published, a site walk thru may be available in order to address key details. See attached SF 1449 Solicitation for Statement of Work (SOW), applicable clauses / provisions, and other pertinent information relative to this solicitation. Place of Performance: VA Loma Linda Healthcare System (VALLHS), 11201 Benton Street, Loma Linda, CA 92357. Period of Performance: October 1, 2016 to September 30, 2016. Provisions 52.212-1, Instructions to Offerors - Commercial, 52.212-2, Evaluation - Commercial Items, 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) evaluation process and award will be made to the offeror who conforms to the solicitation and meets the technical capability. Submitting Offer: Offeror(s) shall submit their offer on a company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm's DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror's annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for offer submission. Site Visit A site visit has been scheduled for Thursday, September 22, 2016 at 9:00 AM. All attending contractors shall in in the front of the VALLHS hospital entrance. Please review the solicitation attachment for further details. Submit all question(s) to Fredy A. Arteaga at fredy.arteaga@va.gov no later than September 26, 1:00 PM, Pacific Standard Time (PST). Ensure to reference solicitation # VA262-16-Q-1568 within subject line of the email. All questions and answers will be posted to this solicitation via an amendment. All offer(s) must be received September 27, 4:00 PM PST via email to fredy.arteaga@va.gov. Offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. All question(s) or concern(s) can be address to Fredy A. Arteaga via phone at 562-766-2224 or email at fredy.arteaga@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q1568/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-16-Q-1568 VA262-16-Q-1568_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007442&FileName=VA262-16-Q-1568-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007442&FileName=VA262-16-Q-1568-000.docx

 
File Name: VA262-16-Q-1568 S02 RFQ VA LOMA LINDA SURVEILLANCE SYSTEM UPGRADE VA262-16-Q-1568.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007443&FileName=VA262-16-Q-1568-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007443&FileName=VA262-16-Q-1568-001.pdf

 
File Name: VA262-16-Q-1568 S30 VA ASSESSMENT DRAWING LAYOUT CONDUCTED 2014.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007444&FileName=VA262-16-Q-1568-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007444&FileName=VA262-16-Q-1568-002.pdf

 
File Name: VA262-16-Q-1568 S30 Appendix A Estimated Camera locations and install.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007445&FileName=VA262-16-Q-1568-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3007445&FileName=VA262-16-Q-1568-003.pdf

 
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: DEPARTMENT OF VETERANS AFFAIRS;VA LOMA LINDA MEDICAL CENTER;11201 BENTON STREET;LOMA LINDA CA
Zip Code: 92357
 
Record
SN04272949-W 20160917/160915235302-50df89b9e525d78a50bc111b558d2f8a (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.