Washington, DC Bids > Bid Detail

5810--Police Substation, CO 589-23-3-7350-0013 (VA-23-00084000)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159671858954619
Posted Date: Sep 1, 2023
Due Date: Sep 7, 2023
Solicitation No: 36C25523Q0735
Source: https://sam.gov/opp/80936dc5dd...
Follow
5810--Police Substation, CO 589-23-3-7350-0013 (VA-23-00084000)
Active
Contract Opportunity
Notice ID
36C25523Q0735
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 01, 2023 09:18 am CDT
  • Original Response Date: Sep 07, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Harry S. Truman VAMC C/O Police Services Columbia , 65201
    USA
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.
The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.
The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below.
Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UIE number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below
Work to be performed: .
Statement of Work
38C25523Q0710
Police Substation Upgrade for Pelco/Lenel

GENERAL INFORMATION

1.0 Scope of Work: Equipment purchasing and installation. A Lenel access control workstation and an Pelco security camera system workstation will be provided for the new police substation. Both workstations will be connected to the existing Lenel and Pelco systems at the hospital. Hospital to provide 120 VAC power for each of the workstations as well as IT drop for each of the systems to connect to existing. Location for the 43-inch monitors for the security camera system will be determined during site consultation with Chief Nobles. Desk or counter space will be provided by the facility for the Lenel workstation monitor.

2.0 Background: The Police substation space was built to provide a more visible access to Police by employees, veterans, and guests. The scope of this project of surveillance will improve the efficiency of Police services.

3.0 Technical Requirements/Tasks:

Vendor will be installing the following equipment utilizing their own tools an providing the needs to properly install the monitors and workstations.

1 Pelco Desktop Workstation, 10 LoT, LoT19, D11S
4 Monitor; 43", LCD, 4K, UHD, 16:9 Widescreen Aspect Ratio
4 Monitor mounting hardware
1 Lenel OnGuard ADV Client With PC Includes Windows XP Professional, System Administration & Alarm Monitoring
120 VAC power for each of the workstations
IT drop for each of the systems to connect to existing equipment
Workstations must be compatible with the current system

4.0 Government Furnished:
Desk or counter space will be provided by the facility.

5.0 Delivery & Location Information:
Delivery of equipment items will be to:

Harry S. Truman VAMC
C/O Police Services
800 Hospital Drive, Ste E100
Columbia, MO 65201

6.0 Contract Administration Data
All contract administration functions will be retained by the Department of Veterans Affairs. The Contracting Officer will be the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer will be authorized to make commitments or issue changes that affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered unauthorized, and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.

7.0 Contracting Officer s Representative
Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer, the
designated representative for this contract will be determined at award.

8.0 Acronyms and Definitions
CDR: Contract Discrepancy Report. Report issued by the Government to the contractor to document a supply or service found to be unacceptable during contract performance.
CLIN: Contract Line-Item Number. Unit of work (or service) to be performed (or delivered) by the contractor as a pay item.
CO: Contracting Officer. A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.
COR: Contracting Officer s Representative. An individual, including a Contracting Officer s Representative (COR), designated, and authorized in writing by the contracting officer to perform specific technical or administrative functions.
QA: Quality Assurance. Actions taken by the government to assure contracted services meet PWS requirements.

9.0 Personnel
Non-Personal Services
This is a non-personal services contract. Personnel rendering services under this contract are not subject either by the contract s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. The Government shall not exercise any supervision or control over the contract service s performing services herein. Such contract service s shall be accountable solely to the Contractor who, in turn, is responsible to the Government.
Contractor Compliance with the Immigration and Nationality Act of 1952. The Contractor shall comply with any and all legal provisions contained in the Immigration and Nationality Act of 1952, As Amended; its related laws and regulations that are enforced by Homeland Security, Immigration and Customs Enforcement and the U.S Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to Department of Veterans Affairs patient referrals.

10. Hours of Operations
Business hours for the VAMC follow:
a. Administrative hours: Monday through Friday, 8:00 a.m. - 4:30 p.m.
b. National Holidays: The 10 holidays observed by the Federal Government are:
New Year s Day;
Martin Luther King s Birthday;
Presidents Day;
Memorial Day;
Independence Day;
Labor Day;
Columbus Day;
Veterans Day;
Thanksgiving;
Christmas; and
any other day specifically declared by the President of the United States to be a national
holiday.
(c.) Off-Duty hours: Friday through Monday, 4:30 p.m. - 8:00 a.m.; Monday through Thursday, 4:30 pm 8:00 am.

11. Quality Control
CONTRACT PERFORMANCE MONITORING. The COR may perform surveillance of
services by any of the methods listed below:
a. Observing actual performance;
b. Inspecting the services to determine whether or not the performance meets the performance standards; and
c. Review of any other appropriate records.
(1) When unacceptable performance occurs, the COR shall inform the Contractor and the Contracting Officer. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR) and present it to the contractor program manager. The Contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Contractor is required to prepare a corrective action plan to document how the Contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the Contractor has to present this corrective action plan to the COR. The Government shall review the Contractor corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the Contracting Officer.
(2) Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer
representative(s); The Government shall periodically evaluate the Contractor performance by appointing a Contracting Officers Representative (COR) to monitor performance to ensure services are received. The Government representative(s) shall evaluate the Contractor performance through inspections of observations, inspection of services or any other form of documentation and all complaints from VA personnel. The Government may inspect as each task is completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures or because of repeated customer complaints. Likewise, the Government may decrease the number of quality assurance inspections if performance dictates. The Government Contracting Officer shall make final determination of the validity of customer complaint(s).
(3) If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may -
(4) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements at no additional cost to the Government.

12. Contract Security
The C&A requirements do not apply, and a Security Accreditation Package is not required .

Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act.
However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open.
Any response to this source selection from Interested parties must be received NLT 09/07/2023, 2:00 PM CST.
Attention: Maria C. Espinosa, Contracting Specialist.
Email: maria.espinosa@va.gov

Please reference 36C255-23-Q-0735 in the subject line.

Please provide your Unique Entity ID so that your organization can be identified in SAM.GOV and VetBiz if organization is claiming SDVOSB preference.

Only organizations with an active SAM.GOV account can be considered.

Utilize this link to either start a new registration or to renew the organization s registration.

https://sam.gov/content/home
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 01, 2023 09:18 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >