Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-05 03/07/2022.
This solicitation is set-aside for SDVOSB
The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $22,000,000.
The FSC/PSC is 6350.
The Department of Veterans Affair, Chalmers P. Wylie Veterans Outpatient Clinic, 420 North James Road, Columbus, OH 43219-1834 is seeking to purchase Access Control Software, CCTV and Database Management Upgrade.
All interested companies shall provide quotations for the following:
Supplies/Services
ITEM
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
PRICE
TOTAL
0001
1.00
JB
________
________
AVIGILON CARD ACCESS AND VIDEO CONTROL REPLACMENT AND INSTALL
LOCAL STOCK NUMBER: REPLACEMENT/INSTALL
0002
29.00
EA
________
________
AVIGILON 16 ZONE INPUT MODULE WITH 2 RELAYS
LOCAL STOCK NUMBER: AC-MER-CON-MR16IN
0003
68.00
EA
________
________
AVIGILON SERIES 3 TWO-READER INTERFACE MODULE : MAG OR WIEGAND; 8 INPUTS 6 RELAYS
LOCAL STOCK NUMBER: AC-MER-CON-MR52
0004
19.00
EA
________
________
AVIGILON INTELLIGEN CONTROLLER; LINUX BASED WITH 2 DOORS; 8 INPUTS AND 4 OUTPUTS; EXPANDABLE TO 64 DOORS
LOCAL STOCK NUMBER: AC-MER-CONT-LP4502
0005
19.00
EA
________
________
AVIGILON INTELLIGENT CONTROLLER, LINX BASED WITH TWO DOORS, 8 INPUTS AND 4 OUTPUTS, EXPANDABLE TO 64 DOORS
LOCAL STOCK NUMBER: AC-MER-CONT-LP1502
0006
2.00
EA
________
________
INTELLIGENT CONTROLLER; LINUX BASED WITH 1 DOOR; 2 INPUTS AND 2 OUTPUTS; POE+ SUPPORT; EXPANDABLE UP TO 17 DOORS
LOCAL STOCK NUMBER: AC-MER-CONT-LP1501
0007
2.00
EA
________
________
AVIGILON Server Access Control Manager Enterprise 6 Web-Based PACS Enterprise Appliance for 128 Readers - includes: I physical appliance I embedded 64 bit Linux OS & Open LDAP for configuration database I Access Control Manager Security Management Software I 128 Reader Count Software License I One (1) ACMVerify I ACC Video Integration I Five (5) partitions I Identities CSV export; recurring; one-time; long & short format I Total reader capacity can be expanded from 128 to 400 readers; in increments of 16; with the purchase of the desired quantity of AC-SW-LIC- 16RCU-6-P; 16 Reader Count Software Licenses I Supports up to 512 controllers I 250K identities and 150M stored events and twenty (20) simultaneous operators (via browser) I Three (3) year appliance hardware warranty begins at date of shipment
LOCAL STOCK NUMBER: AC-APP-128R-ENT2-6
0008
6.00
EA
________
________
Avigilon Additional 16 Doors Expansion Software Licenses for Avigilon AccessControl Manager Professional Enterprise; Enterprise Plus & Virtual
LOCAL STOCK NUMBER: AC-SW-LIC-16RCU-6-P
0009
2.00
EA
________
________
AVIGILON ACCESS CONTROL MANAGER 6 HOT STANDBY- AUTO FAILOVER SOFTWARE LICENSE (PER APPLIANCE) INCLUDES AC-SW-LIC-REP-6-P; REQUIRES DUPLICATE LICENSING FOR FAILOVER APPLAINCE
LOCAL STOCK NUMBER: AC-SW-LIC-AF-6-P
0010
2.00
EA
__________________
________
AVIGILON 2 Year Extended Warranty for Access Control Manager Enterprise Appliance
LOCAL STOCK NUMBER: ACAPPENT2WAREXTEN2Y
0011
14.00
EA
________
________
AVIGILON PANELS - 16 Door Mercury Over Sized Enclosure (OSE) with removable backplate. Enclosure holds a total of 8 mercury panel boards and two D8P auxiliary distribution modules for 16 class 11 power limited outputs. Battery space for 12V or 24V; 8Ah batteries is available. Enclosure comes standard with installed AC on/off switch; a low battery disconnect module and dual door lock key sets. Enclosure weight: 75 lb. Size: 36 x 30 x 4.5. CE approved. UUCUL listed with Mercury panels installed.
LOCAL STOCK NUMBER: AC-LSP-OSE-16DR-MER-LCK
0012
7.00
EA
__________________
________
AVIGILON Eight Door Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with three AC-MER-CONMR52 (Mercury hardware sold separately). The advantage of a dual voltage power supply is the ability to power both Mercury boards and door locks from the same supply. Includes a painted steel enclosure; removable pre drilled back plate; controller standoffs and mounting screws and a 150 watt 12V/4A and 24V/4A power supplybattery charger. The power supply is pre-wired to eight Class 2; Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each Mercury board and eight fused output (C8 Board) for independent relay lock power. The power supply features dual outputs (12 & 24volts DC); form C fault relay contacts; a fire alarm input and network interface (interface module sold separately) to enable monitoring; reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V; 8Ah batteries is available in cabinet. Cabinet size: 20 x 24 x 6.5 with door lock and two (2) keys. Weight 25 lb.(LifeSafety Power Part Number: FPO150-B 1 00C8D8PE4M )
LOCAL STOCK NUMBER: AC-LSP-8DR-MER-LCK
0013
7.00
EA
________
________
AVIGILON FOUR DOOR MECURY DUAL VOLTAGE INTERGRATED POWER SYSTEM SPUUORTING ONE AC-MER-CONT-2DR WITH ONE AC-MER-CONMR52 (MERCURY HARDWARE SOLD SEPERATLY) advantage of a dual voltage power supply is the ability to power both Mercury boards and door locks from the same supply. Includes a painted steel enclosure; removable pre drilled back plate; controller standoffs and mounting screws and a 75 watt 12V/2A and 24V/2A power supplybattery charger. The power supply is pre-wired to eight Class 2; Power Limited (CL2PL) outputs (D8P Board) delivering a regulated independent power connection to each Mercury board and four fused output (C4 Board) for independent relay lock power. The power supply features dual outputs (12 & 24volts DC); form C fault relay contacts; a fire alarm input and network interface (interface module sold separately) to enable monitoring; reporting and control of the power system from Access Control Manager (ACM) link. Battery space for two 12V; 8Ah batteries is available in cabinet. Cabinet size: 16 x 20 x 4.5 with door lock and two (2) keys. Weight 19 lb.(LifeSafety Power Part Number: FPO75-B 1 00C4D8PE2M)
LOCAL STOCK NUMBER: AC-LSP-4DR-MER-LCK
0014
1.00
JB
________
________
AVIGILON DATABASE CONVERSION ACM SQL Identity Data MIGRATION
LOCAL STOCK NUMBER: AC-PRO-MIGF-SQL
0015
1.00
JB
________
________
AVIGILON Access Control Manager 6 Microsoft SQL Server Connectivity Software License (from Microsoft SQL 2000 forward)(per appliance)
LOCAL STOCK NUMBER: AC-SW-LIC-SQL-6-P
0016
252.00
EA
________
________
AVIGILON ACC7 ENTERPRISE LICENSE
LOCAL STOCK NUMBER: ACC7-ENT
0017
252.00
EA
________
________
AVIGILON ACC7 VIDEO ANALYTICS CHANNEL
LOCAL STOCK NUMBER: ACC7-VAC
0018
4.00
EA
________
________
AVIGILON AI APPLIANCES 2 CG2 model with 30 channels of video analytics included (ACC7-VAC)
LOCAL STOCK NUMBER: VMA-AIA2-CG2-NA
0019
1.00
EA
__________________
________
AVIGILON Al Appliance 2 CG1 model with 10 channels of video analytics included(ACC7-VAC)
LOCAL STOCK NUMBER: VMA-AIA2-CGI-NA
0020
1.00
JB
________
________
AVIGILON VIDEO SOTWARE REPLACEMENT AND INSTALL
GRAND TOTAL
________
STATEMENT OF WORK (SOW)
1. Contract Title.
Access Control Software, CCTV and Database Management Upgrade
2. Background.
The current Access Control Software, Database Management Software and Video Software for the Department of Veterans Affairs Police Department at Chalmers P. Wylie Ambulatory Care Center, Columbus Ohio needs an upgrade because the current system will no longer support the operations of the systems.
3. Scope.
The Contractor shall provide all necessary travel, labor, equipment, configuration, and training required to upgrade the existing Access Control Software, CCTV and Database Management Software. The basic requirements of this system are outlined below.
4. Specific Tasks
The upgrade to the existing Access Control Software and Database Management Software is used for real time monitoring of physical access control.
The contractor shall set up and configure the upgrade to the existing Access Control Software and Database Management Software to ensure proper performance.
The system must have emergency power source in case of unplanned power or network outage.
Surge protectors are required for all components.
5. Description of Tasks and Associated Deliverables:
The contractor shall provide the specific deliverables described below:
Access Control
Contractor will install (2) new access control servers in the designed computer
room next to the existing CCURE server.
These new servers will be on their own subnet however unlike the existing server they will be bridged onto the VA network in accordance with the new credential requirements.
The existing client workstations in the command center will have the new access control software installed on them. Additionally, contractor will show VA personnel how to install their own instances of the client as well as the browser client on their workstations. The contractor professional services team will extract the existing access control database from the CCURE system. The database will be converted to the new system.
A SQL backup of the access database must be provided for testing (.bak).
The contractor, in partnership with the VA, will determine access levels needed. The new system will be programmed to mirror the current.
The contractor will provide training in advance of the cutover on the functionality of the Avigilon system.
The contract specialist team will perform a test of the current system to verify the functionality of the existing access control doors and associated peripheral devices.
o The VA will be notified of all defective devices and a remedy plan will be
determined. Issues critical to the functionality of the new access control system will
be rectified on a change order. For cosmetic or non-critical issues, the VA will be
notified and will make the determination to remedy or not.
The contractor will replace each of the existing CCURE access control panels (21 total new panels) with new panels.
o New panels will be stood up next to the existing panel on carts so that both the existing and new panels will be powered simultaneously.
o Doors will be cut over one at a time to minimize gaps in access.
o The existing inputs and outputs will be mirrored in the new panels.
o Once all doors are cut over on an existing panel it will be removed from the wall and the new panel will be installed in place.
o The VA will be notified of any doors that are currently being worked on.
The Contractor will convert (2) existing badging stations into the Avigilon system.
The contractor will provide LP4502 boards for future authentication purposes with government database.
The contractor will provide for a PIVClass workstation to meet new requirements.
Video management system
The contractor will assist the VA with exporting the required video data that is required.
The contractor will load new VMS software on the existing workstations in the command center. Additionally, the contractor will show VA personnel how to install their own instances of the client and browser client on personal workstations.
The contractor will update the firmware of each camera to match what is required by the new system.
The contractor will provide training in advance of the cutover on the functionality of the system. For the purposes of this (2) 4-hour basic training sessions to assure that all necessary VA personnel can attend.
The contractor will remove (1) of the 128TB NVR s from the current system migrate the camera currently recording onto this server to the adjacent device.
The contractor will wipe the server of existing data. The new software will then be loaded on to the NVR and tested to ensure functionality.
Contractor will then migrate the cameras back to this NVR.
The above procedure will be replicated on the second NVR with the result being all the cameras migrated and balanced across the servers.
The contractor will mirror the recording parameters to match the existing settings and make changes that the customer requests.
Upon completion of system cutover the contractor and the VA will test the system to ensure all cameras that are functioning are able to be called up in the system.
Current estimated required equipment includes:
AI Appliance 2 CG2 model with 30 channels of video analytics included (ACC7-VAC) 4 EA VMA-AIA2-CG2-NA
AI Appliance 2 CG1 model with 10 channels of video analytics included (ACC7-VAC) 1 EA VMA-AIA2-CG1-NA
ACC7 Video Analytics channel
252 EA
ACC 7 Enterprise camera channel
252 EA ACC7-ENT
16 Zone Input Monitor Module with 2 relays (Mercury Part Number: MR16in-S3) 29 EA AC-MER-CON-MR16IN
"Series 3 Two-Reader Interface Module: mag or wiegand, 8 inputs, 6 relays
(Mercury Part Number: MR52-S3)"
68 EA AC-MER-CON-MR52
"Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 outputs,
expandable up to 64 doors. (Mercury Part #: LP1502)"
19 EA AC-MER-CONT-LP1502
"Intelligent Controller, Linux Based with 1 door, 2 inputs and 2 outputs, PoE+
Support, expandable up to 17 doors. (Mercury Part #: LP1501)"
2 EA AC-MER-CONT-LP1501
"2 Year Extended Warranty for Access Control Manager Enterprise
Appliance"
2 EA AC-APP-ENT2-WARR-EXTEND-2YR
"Access Control Manager Enterprise 6 Web-Based PACS Enterprise
Appliance for 128 Readers - includes: | physical appliance |
embedded 64 bit Linux OS & Open LDAP for configuration database |
Access Control Manager Security Management Software | 128
Reader Count Software License | One (1) ACM Verify | ACC Video
Integration | Five (5) partitions | Identities CSV export, recurring,
one-time, long & short format | Total reader capacity can be
expanded from 128 to 400 readers, in increments of 16, with the
purchase of the desired quantity of AC-SW-LIC-16RCU-6-P, 16
Reader Count Software Licenses | Supports up to 512 controllers |
250K identities and 150M stored events and twenty (20) simultaneous
operators (via browser) | Three (3) year appliance hardware warranty
begins at date of shipment"
2 EA AC-APP-128R-ENT2-6
"Additional 16 Doors Expansion Software Licenses for Avigilon Access Control
Manager Professional, Enterprise, Enterprise Plus & Virtual"
6 EA AC-SW-LIC-16RCU-6-P
"Access Control Manager 6 Hot Standby - Auto Failover Software License (per
Appliance) includes AC-SW-LIC-REP-6-P; Requires duplicate licensing for failover appliance"
2 EA AC-SW-LIC-AF-6-P
"16 Door Mercury Over Sized Enclosure (OSE) with removable backplate.
Enclosure holds a total of 8 mercury panel boards and two D8P auxiliary
distribution modules for 16 class II power limited outputs. Battery space for
12V or 24V, 8Ah batteries is available. Enclosure comes standard with
installed AC on/off switch, a low battery disconnect module and dual door
lock key sets. Enclosure weight: 75 lb. Size: 36"" x 30"" x 4.5"". CE approved.
UL/CUL listed with Mercury panels installed."
12 EA AC-LSP-OSE-16DR-MER-LCK
"Eight Door Mercury Dual Voltage Integrated Power System supporting one
AC-MER-CONT-2DR with three AC-MER-CON MR52 (Mercury hardware
sold separately). The advantage of a dual voltage power supply is the
ability to power both Mercury boards and door locks from the same supply.
Includes a painted steel enclosure, removable pre drilled back plate, controller standoffs and mounting screws and a 150 watt 12V/4A and
24V/4A power supply-battery charger. The power supply is pre-wired to
eight Class 2, Power Limited (CL2PL) outputs (D8P Board) delivering a
regulated independent power connection to each Mercury board and eight
fused output (C8 Board) for independent relay lock power. The power
supply features dual outputs (12 & 24volts DC), form C fault relay
contacts, a fire alarm input and network interface (interface module sold
separately) to enable monitoring, reporting and control of the power system
from Access Control Manager (ACM) link. Battery space for two 12V, 8Ah
batteries is available in cabinet. Cabinet size: 20 x 24"" x 6.5"" with door lock
and two (2) keys. Weight 25 lb.(LifeSafety Power Part Number:
FPO150-B100C8D8PE4M )"
7 EA AC-LSP-8DR-MER-LCK
"Four Door Mercury Dual Voltage Integrated Power System supporting one
AC-MER-CONT-2DR with one AC-MER-CON MR52 (Mercury hardware
sold separately). The advantage of a dual voltage power supply is the
ability to power both Mercury boards and door locks from the same supply.
Includes a painted steel enclosure, removable pre drilled back plate,
controller standoffs and mounting screws and a 75 watt 12V/2A and 24V/2A
power supply-battery charger. The power supply is pre-wired to eight Class
2, Power Limited (CL2PL) outputs (D8P Board) delivering a regulated
independent power connection to each Mercury board and four fused
output (C4 Board) for independent relay lock power. The power supply
features dual outputs (12 & 24volts DC), form C fault relay contacts, a fire
alarm input and network interface (interface module sold separately) to
enable monitoring, reporting and control of the power system from Access
Control Manager (ACM) link. Battery space for two 12V, 8Ah batteries is
available in cabinet. Cabinet size: 16 x 20"" x 4.5"" with door lock and two
(2) keys. Weight 19 lb.(LifeSafety Power Part Number:
FPO75-B100C4D8PE2M)"
7 EA AC-LSP-4DR-MER-LCK
5.1 Task 1 - Enterprise Management Controls.
5.1.1 Subtask 1 - Integration Management Control Planning.
Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation, and related functions.
5.1.2 Subtask 2 - Contract Management.
Prepare a Contract Management Plan describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract.
6. Performance Monitoring
All requirements contained in this SOW must be met and must meet minimum industry standards. Product substitutions are not permitted without the express written approval of the Contracting Officer or the designated Contracting Officer Representative. The contractor must document all proposed changes in writing and receive approval from the Contracting Officer (CO) or the designated Contracting Officer Representative (COR) prior to implementation. If a substitution is made without written permission, the contractor may have to replace the parts in question without delay and at no cost to the government. Additional fees or expenses for items not specifically addressed by the SOW or the Contracting Officer will not be approved.
The contractor will take guidance only from the Contracting Officer or the designated Contracting Officer Representative and not from any other individual. The Contracting Officer Representative will be designated in writing and introduced to the contractor prior to the start of the project.
For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan.
Upon the successful award of contract, but prior to beginning any work, a kick-off meeting will be scheduled with the contractor, CO, COR and project staff to discuss the design and components being considered. It is required that the contractor meet with the Contracting Officer Representative on site to walk the space and resolve any questions prior to beginning work.
During the kick-off meeting the contractor, in conjunction with the Contracting Officer Representative will prepare a schedule for the completion of the installation of the security system. Any variance from the schedule, once set, must be communicated immediately to the Contracting Officer Representative.
The contractor will install the system in accordance with the manufacturer's written instructions in addition to all codes and standards set forth by, but not limited to, the National Electrical Code, the National Building Code, Underwriters Laboratories, and the local Authority Having Jurisdiction.
The contractor will furnish and install all equipment, cables, wires, circuits, connectors, wall or ceiling mounting brackets, labor, supervision, and all other equipment necessary for the installation contained within this SOW. All work pertaining to the installation of the equipment as covered by the SOW is the responsibility of the contractor.
Wires are not to be exposed or visible. The contractor will conceal all wires within the office by "fishing" wire in the walls, ceilings, and doorframes to ensure tamper resistance. No mechanical pulling of wires is allowed. Contractor shall install system using the existing conduit.
It may be necessary to place wire in electrical metallic tubing (EMT) in some locations in which walls cannot be fished. No wire mold will be used. Every attempt to fish wires in walls will be made before using EMT. The size of the EMT will be 50% larger than needed to permit additional wire pulls.
The contractor must securely fasten all wires in the ceiling to overhead wire supports in order to prevent damage that may occur from existing or future wire runs in the ceiling. The contractor shall not use the existing data cabling "J" hooks to support security systems wiring or cables. Contractors are to install their own cable supporting hardware. Any damage to existing cables caused by mounting or pulling of any wires will be the responsibility of the contractor to repair at no cost to the government.
The contractor shall not splice or utilize T-taps, etc., except inside of the control panel, spare enclosure, cabinets, or auxiliary power supply.
The contractor must label each wire, cable, etc. as it enters its termination location on the head end for long term troubleshooting purposes. If wire numbers are used, a true wire legend must remain on site with a full description of each device, its destination point, and termination point. Periodic labels must be placed on the wire to indicate type of wire; for example, "card access".
All other items, including detectors, sensors, junction boxes, control panels, transformers, phone jacks, etc. must be labeled to show the device and/or zone number on the front cover of the specific device. All necessary patching, painting, or repairs as a result of this installation must be performed by the contractor at no cost to the government.
After the upgrade to the existing Access Control Software and Database Management Software, the contractor will inspect and test the system with the COR.
The contractor will provide operator training to the employees selected by the Contracting Officer Representative and will distribute associated User Guides to the local user.
All equipment remains the property of the United States government. The contractor retains no liens, titles, or ownership against any equipment, installed or uninstalled. All surplus equipment should be shipped to the COR via FedEx or UPS at the time of final inspection.
The contractor shall provide the COR with a list of contractor employees expected to enter the building. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility.
It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas.
7. Security Requirements
Contractor has No Access to VA Sensitive Information under this contract:
VA Sensitive Information is not accessed or processed while performing maintenance of VA Information System Hardware or Software under this contract. Additionally, contractor access to VA Sensitive Information is not permitted under this contract. Contractors must be escorted by VA Personnel at all times when accessing non-general access areas within the Facility that may store or have systems that store VA Sensitive Information. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.
The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met, and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract.
Installer must be licensed to install access control and security equipment as required by authority having jurisdiction.
Installer must have certified staff on access control products prior to bid date.
Installer must be in good standing by the manufacturer prior to bid date.
Installer must be capable of providing references that will attest to successful completion of projects of similar scope as the work noted in this section.
8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
Not applicable.
9. Other Pertinent Information or Special Considerations.
Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.
a. Identification of Possible Follow-on Work.
Not applicable.
b. Identification of Potential Conflicts of Interest (COI).
Any situation that may influence which contractor should be awarded the contract. An organizational COI is a situation where because of other relationships or activities a person (company) is unable or potentially unable to render impartial assistance or advice to the Government or cannot objectively perform contract work or has an unfair competitive advantage. FAR 9.502 states that an organization COI may result when factors create an actual or potential conflict of interest on an instant contract, or when the nature of the work to be performed on the instant contract creates an actual or potential COI on a future acquisition. An organizational COI exists when the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor or (2) impair the contractor s objectivity in performing the contract work. In services contracts, it is the latter which may most often occur because of a contractor s access to proprietary information, the evaluation and analysis of products which it may produce, and/or its role as an advocate in contract performance or other situations. The primary burden is on the contractor to identify any organizational COI, however, the Government has the responsibility to identify and evaluate such conflicts. The Contracting Officer is charged with avoiding, neutralizing, or mitigating such potential conflicts. It is the customer s responsibility to determine that no organizational COI exists. This is because the customer is more familiar with its requirements and the history of the requirements than the Contracting Officer could ever be. Therefore, the customer must make a determination that no COIs exist, or identify any potential COI that may exist prior to the execution of this contract.
c. Identification of Non-Disclosure Requirements.
It is agreed that:
1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the contract.
2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response.
d. Packaging, Packing and Shipping Instructions.
Not applicable.
e. Inspection and Acceptance Criteria.
The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. A demo period or trial is not inspection of a product.
10. Risk Control
Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts.
In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government.
Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee.
11. Place of Performance.
Chalmers P. Wylie Ambulatory Care Center
12. Period of Performance.
90 Days from the date of award
13. Delivery Schedule.
Upon the successful award of contract, but prior to beginning any work, a kick-off meeting will be scheduled with the contractor, CO, COR and project staff to discuss the design and components being considered. It is required that the contractor meet with the Contracting Officer Representative on site to walk the space and resolve any questions prior to beginning work.
During the kick-off meeting the contractor, in conjunction with the Contracting Officer Representative will prepare a schedule for the completion of the installation of the security system. Any variance from the schedule, once set, must be communicated immediately to the Contracting Officer Representative.
The contractor will install the system in accordance with the manufacturer's written instructions in addition to all codes and standards set forth by, but not limited to, the National Electrical Code, the National Building Code, Underwriters Laboratories, and the local Authority Having Jurisdiction.
Delivery shall be provided FOB origin or destination no later than 90 days after receipt of order (ARO).
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS
North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation.
Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show-
The solicitation number;
The time specified in the solicitation for receipt of quotations;
The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This shall include product literature, specification sheets or other documents to facilitate product evaluation;
Terms of any express warranty;
Price and any discount terms;
Remit to address, if different than mailing address;
A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically);
Acknowledgment of Solicitation Amendments;
Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.
Late submissions
Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 3:30 p.m., local time, for the designated Government office on the date that quotations are due.
Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15.
Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978
If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
ASSIST (https://assist.dla.mil/online/start/).
Quick Search (http://quicksearch.dla.mil/).
ASSISTdocs.com (http://assistdocs.com).
Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.
[Reserved].
Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.
End Provision
FAR 52.212-3, Offerors Representations and Certifications Commercial Items
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2021)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018
VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS APR 2020
852.203 70, Commercial Advertising.
852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors.
852.215 71, Evaluation Factor Commitments.
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
852.232 72, Electronic Submission of Payment Requests.
VAAR 852.246-71 REJECTED GOODS OCT 2018
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)
FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
(JUL 2016)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
GRAY MARKET LANGUAGE (MAY 2016)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2022)
The following subparagraphs of FAR 52.212-5 are applicable:
[52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33.]
All quoters shall submit the following:
A completed schedule with pricing,
Adequate documentation detailing the capabilities of the product Pamphlets or specifications sheet for quoted items,
Integration Management Control Plan (Include productivity and management methods such as quality assurance, progress/status reporting and program reviews.),
Contract Management Plan (describing the technical approach, organizational resources, and management controls)
Past performance information of similar magnitude
and Training Plan with content to be covered.
All quotes shall be sent to the electronically via email to Christopher A. Callihan @ Christopher.callihan@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following are the decision factors:
Technical, past performance information and price.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than 05/13/2022 1500 Eastern Time at christopher.callihan@va.gov
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Christopher A. Callihan
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300 x49579
Email: christopher.callihan@va.gov