New York Bids > Bid Detail

6350--NY Community Based Outpatient Rome Intrusion Detection Upgrade

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159295284824458
Posted Date: May 19, 2023
Due Date: May 24, 2023
Solicitation No: 36C24223Q0750
Source: https://sam.gov/opp/679ce16f0b...
Follow
6350--NY Community Based Outpatient Rome Intrusion Detection Upgrade
Active
Contract Opportunity
Notice ID
36C24223Q0750
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 19, 2023 04:22 pm EDT
  • Original Date Offers Due: May 24, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Department of Veterans Affairs Rome NY Community Based Outpatient Clinic Rome , NY 13441
Description

Page 2 of 2

The Department of Veterans Affairs on behalf of Rome NY Community Based Outpatient Clinic has a requirement for Intrusion Detection Systems as defined below.
This solicitation is restricted to Small Business (SB) Vendors. The vendors submitting bids are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov and a manufacturer letter verifying authorized distributorship.
Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2. See Clauses below for evaluation criteria.
This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion.
Statement of Work
Intrusion Detection Systems
Donald J. Mitchell
Department of Veterans Affairs
Outpatient Clinic
Rome, NY 13441
GENERAL INFORMATION

Primary Place of Performance

Installation will occur at the Department of Veterans Affairs Rome, NY Community Based Outpatient Clinic, 125 Brookley Rd., Rome, NY 13441.

Description of Work
The contractor shall provide program management, subject matter experts, and engineering support in the procurement, installation, program, integration, and testing of a new Intrusion Detection System for secure areas. The building listed above have a brand name requirement for an Intrusion Detection System that complies with VA Physical Security Standards, to have alarm monitoring and trouble and active alarm notification to the Syracuse VAMC Department of Veterans Affairs Police Dispatch.

The Contractor shall provide all personnel, materials, tools, labor, and transportation necessary to complete the work and training identified in this Statement of Work (SOW).

The Contractor shall provide a performance schedule with their offer that describes the phases of work, to include dates of performance.

The Contractor shall use DMP certified technicians or certified personnel to integrate with the alarm and scheduled sensors.

The Contractor shall correct/re-perform any discrepancies or integration errors found at no additional cost to the government.

The contractor shall ensure the opening, closing, alarm, trouble and supervisory activities are logged automatically via associated printers. If the current printers can t be used the contractor will specify new printers for this use to be purchased by the Department of Veterans Affairs.

The Contractor shall be responsible for returning the work site to its original condition at completion of the installation, to include replacement of any damaged or destroyed equipment.

The Contractor must have current DMP factory certification for installation and programming work.

1.2.8 The Contractor must inform the facility security office prior to any work being performed, if work will prevent normal security status at the completion of the performance day.

Page 2 of 2

References
All clauses and references listed within the awarded contract are applicable to this SOW. In addition, the following references are identified specific to this SOW
Document Number
Title
A.
UFC 4-020-01
DOD Security Engineering Facilities Planning Manual, Sep 08
B.
UFC 4-021-02NF
Unified Facilities Criteria Electronic Security Systems
C.
MIL-HDBK-1013/1A
Design Guidelines for Physical Security of Facilities.
D.
N/A
Non-Nuclear Intrusion Detection System (IDS) Equipment Approval Memorandum, 23 Aug 2016, OPR: HQ AF/A7S
E.
AFI 31-101
Integrated Defense, 8 OCT 09, OPR: HQ AFSFC/SFOP
F.
AFI 16-1404
Information Protection
G.
N/A
USAF Installation Entry Control Facilities Design Guide, Dec 02, OPR:
AFCESA
H.
DODM 5200.01 Vol 3
DOD Information Security Programs
I.
RMF 8510.01
DoD Risk Management Framework regulation 12 March 2014
J.
NFPA 70
National Electrical Code, latest edition
K.
N/A
State and local codes
L.
NIST-SP-800-116
A Recommendation for the Use of PIV Credentials in Physical Access Control
Systems (PACS)
M.
IEEE C2-2012
National Electrical Safety Code (NESC)
N.
IEEE Standard 142-
2007
Recommended Practice for Grounding of Industrial and Commercial Power
Systems (Green Book)
O.
MIL-HDBK-419A-V-
182
Grounding, Bonding and Shielding for Electronic Equipment and Facilities
P.
FIPS 140-2
Security Requirements for Cryptographic Modules
Q.
FIPS 201-1
Personal Identity Verification (PIV) of Federal Employees and Contractors
R.
DoD 5220.22-M
National Industrial Security Program Operating Manual (NISPOM)
S.
DoD 5220.22-M-SUP
National Industrial Security Program Operating Manual (NISPOM) Supplement
T.
DoD Guide SE for
SoS
Systems Engineering Guide for Systems of Systems
U
SIPH v4.0
Shore Installation Process Handbook (SIPH), Version 4.0
V
UFC 4-021-02
Unified Facilities Criteria Electronic Security Systems
W
UL 2050
Standard for National Industrial Security Systems
X.
UL 294
Access Control Systems Units
Y
UL 634
Standard for Connectors and Switches used in Burglar Alarm Systems
Z.
UL 639
Standard for Intrusion-Detection Units
AA.
UFC 3-550-01
Exterior Electrical Power Distribution, 1 July 2012
BB
UFC 3-580-01
Telecommunications Building Cabling Systems Planning and Design, 22 June
2007
DD
UFC 4-010-01
DOD Minimum Antiterrorism Standards for Buildings


Acronyms

Acronym
Definition
ACS
Access Control System
C&A
Certification and Accreditation
CAD
Computer-Aided Design
CAE
Contractor Acquired Equipment
CAM
Contractor Acquired Material
CAP
Contractor Acquired Property
CDRL
Contract Deliverables Requirements List
COR
Contracting Officer Representative
CTR
Contractor
ESS
Electronic Security System
GFE
Government Furnished Equipment
GFI
Government Furnished Information
GFM
Government Furnished Material
IAW
In Accordance With
IDS
Intrusion Detection System
LAMAS
Local Alarm Monitoring Annunciator System
NDA
Non-Disclosure Agreement
OS
Operating System
PM
Project Manager
PP&E
Property, Plant and Equipment
POA&M
Plan of Action and Milestones
POP
Period of Performance
SOVT
System Operation and Verification Test
SOW
Statement of Work
RAMAS
Regional Alarm Monitoring Annunciator System
RMF
Risk Management Framework
RMP
Risk Management Plan
SIPH
Shore Installation Process Handbook
SME
Subject Matter Expert
WBS
Work Breakdown Structure

Installation of Equipment.
The Contractor shall install a new DMP Intrusion Detection System (IDS) at the Donald J. Mitchell Rome CBOC. Installation will include all items as described below, as well as any equipment or items stated or implied in the applicable governing regulations for IDS installation, certification, and monitoring.

The Contractor shall replace the existing Intrusion Detection System (IDS) to connect to all devices covering the alarm and supervisory points to the building and mechanical equipment as existing as noted herein.

The Contractor shall connect to the Passive Infrared (PIR) Motion Sensors to monitor entry ways.

The Contractor shall be prepared to replace any sensors, relays or resistors that are found faulty and existing at no additional cost.

The Contractor shall be prepared to replace any faulty required control cables to and from IDS panel to alarm sensors and relays as required at no additional cost.

The Contractor shall GROUND all equipment per industry standards.

The Contractor shall install Electrical Metal Tubing (EMT) pathways for cabling, core penetration where necessary.

Training
The Contractor shall provide initial training before acceptance to all personnel identified by the customer, maximum 15 personnel. Training requirements shall be defined by the security system design. The final system design will be approved by the Department of Veterans Affairs prior to installation. All training will take place at Donald J. Mitchell, Rome CBOC after installation and will be done before final system acceptance. The Contractor will provide the COR all applicable manuals, instructions, and warranties upon final acceptance.

Install New Batteries
The Contractor shall provide backup battery power to IDS system in the building to allow for a minimum of 4 hour coverage, in the event of power loss.

DELIVERABLES
The following deliverables are required by this Statement of Work.

All applicable manuals, instructions, warranties, and drawings

Performance Schedule
Performance Schedule (1.1) shall be submitted with the Contractors offer.

Personnel
The Contractor shall provide a list of personnel to the Contracting Officer no later than 10 days prior to the date specified in the Contractors performance schedule as the start of work at the Donald J. Mitchell Community Based Outpatient Clinic. List of personnel shall include; full name, date of birth, and driver s license number.

SITE CONDITIONS

The Contractor shall become familiar with all details of the work and working conditions and advise the Contracting Officer of any discrepancies performing any work. Some work areas will be occupied by Government personnel during the Intrusion detection system installation.

Work Hours
The Contractor s work hours may be between the hours of 0700-1700, Monday thru Friday. Work shall not be required on Federal Holidays. A complete list of these dates will be provided upon contract award. Any work needed outside these hours will require approval by the Contracting Officer.

Changes
Any variations or changes to the Statement of Work shall be coordinated through the Contracting Officer.

Secure Facilities
Performance of this contract may require the contractor access to secured facilities. In event of this, the Department of Veterans Affairs shall provide individuals to escort the contractor while in these areas.

SECURITY REQUIREMENTS

PERSONNEL

All on-site contractor personnel must be United States citizens with a trustworthiness determination in accordance with DoDM 5200.01; these personnel must have obtained and can maintain favorable background checks.
5.0 TESTING AND TURNOVER

5.1 Testing
At the completion of installation and configuration requirements, a government acceptance test will be completed. The Contractor shall schedule this testing via coordination with the Contracting Office and the Customer. The customer shall coordinate with all other needed personnel.

Phase I Testing
Phase I testing must demonstrate that all installed equipment and components are performing according to system specifications and operational requirements. Phase I acceptance testing shall consist of the following:

Intrusion Test
Tamper Test
Correct Annunciation test
Correct Assessment test
AC power loss test
Line supervision test
Sensor system self-tests, where applicable

Phase II Testing
Phase II testing is a 72-hour continuous test that ensures all equipment is installed properly and works according to specifications. Final Government acceptance will not be given until successful completion of Phase II testing.

LEGAL COMPLIANCE

All work shall follow all public laws and the Code of Federal Regulations. Furthermore, the contractor shall comply with UFGS 01 35 26 Government Safety Requirements and the Occupational Safety and Health Administration (OSHA).

REMOVAL OR DISPOSAL OF GOVERNMENT PROPERTY

Unauthorized removal or disposal of government property is a crime. Government property includes all materials and equipment purchased directly or indirectly by any agency of the federal government for any purpose. No new government property is to be removed or disposed of without written permission from the Contracting Officer and the Property Manager listing each item and quantity of materials and equipment to be removed or disposed. Removal of the equipment will be coordinated with the Supervisory Facility Operations Specialist. Their contact information will be provided upon contract award

UTILITIES

Reasonable amounts of water, electricity and other utilities are available to the contractor at no cost, unless otherwise specified by the discretion of the CO. The contractor shall include any temporary utility connections, if necessary, within the project scope of work. The contractor shall exercise strict conservation practices in the use of these utilities. Should the contractor be found to not be using utility conservation practices, the cost of the utilities may be transferred to the contractor for the remaining performance period of the contract.

Donald J. Mitchell Rome CBOC Alarm Points

1. Alarm Panel Tamper
2. Fire Exit Door S.E.
3. Flight Med Door E.
4. Flight Med Glass E.
5. VA Main Clinic Doors N.E.
6. VA Main Clinic Glass N.E.
7. Dental Entrance Doors N.W.
8. Dental Entrance Glass N.W.
9. Dental Entrance Motion N.W.
10. Dental Fire Exit N.W.
11. Employee Entrance Doors S.
12. Employee Entrance Glass S.
13. Employee Entrance Motion S.
14. Boiler Room Doors SW
15. Loading Dock Doors SW
16. Rear Entrance Doors W
17. Classroom Doors NW
18. Classroom Glass NW
19. Classroom Glass NW
20. Classroom Motion NW
21. Generator Run

Delivery shall be quoted Free on Board (FOB) to the Department of Veterans Affairs Rome, NY Community Based Outpatient Clinic, 125 Brookley Rd., Rome, NY 13441.
Submissions shall be received NO LATER THAN 3:00 PM EST, Wednesday May 24th, 2023. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f).

CLAUSES
ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
(a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
(b) The following factors shall be used to evaluate quotations:
1. Price
2. Delivery Schedule
3. Past Performance
(c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
(1) Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum
(2) Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for completed installed job.
(3) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis.

FAR Number Title Date
52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES NOV 2021
52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES NOV 2021
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES MAY 2022

Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 19, 2023 04:22 pm EDTCombined Synopsis/Solicitation (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 >