The RFP Database
New business relationships start here

Police Services Pedestrian Gate Repair 671-19-3-5554-0215


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations.

The Department of Veterans Affairs, South Texas Veterans HCS, San Antonio, TX intends to award a Firm-Fixed Price contract for the service of Pedestrian Gates that provide access to the ALM campus. (See attached for a description of items). The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule (FSS) items. If you have these items or similar items on FSS, please respond with your FSS Number.

The purpose of this notice is to gain knowledge of potential qualified sources and their size
classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 339112. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

***Brand-name or equal accepted. *** Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

Please advise if you carry the products for this requirement. Please submit all information to Michael Simington at michael.simington@va.gov no later than May 24, 2019, 4:00 PM ET.

ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

2.00
EA
__________________
__________________

RDR, RPK40-H, PIV CLASS, SE E, LF STD, HF STD/SIO/SEOS/FIPS/CAK, 485FDX, TERM, BLK, STD-1, LED RED, FLASH GRN, BZR ON, OPT TAMP, OPENCOLL, FIPS200-BIT, KPF BFFRD 1 KEY, DOR COMPL, NO PAR, 8-BIT MSG, IPM OFF, UART OFF, WIEG ON
LOCAL STOCK NUMBER: 921PHRTEK0002D


0002

1.00
JB
__________________
__________________

PROJECT MANAGEMENT
LOCAL STOCK NUMBER: N/A


0003

1.00
JB
__________________
__________________

INSTALLATION
LOCAL STOCK NUMBER: N/A


0004

1.00
JB
__________________
__________________

FREIGHT AND WARRANTY
LOCAL STOCK NUMBER: N/A






















Statement of Work
Pedestrian Gate Upgrade and Repair

Background
This statement of work is for the South Texas Veterans Health Care System (STVHCS) primarily located at the Audie L. Murphy Memorial Hospital, 7400 Merton Minter Blvd., San Antonio, TX, 78229. STVHCS needs to repair the existing four pedestrian gates locking mechanisms and replace two existing card readers. This will facilitate the proper function and compatibility with CCURE 9000 and meet requirements for properly securing the gates after hours. The current state of the pedestrian gates allows 24/7 access, creating a vulnerable environment to patients and staff after hours.

Objectives
The purpose of this emergency project is addressing the four pedestrian gates that provide access to the ALM campus. The gates currently will not secure properly by means of electronic hardware currently installed. Fence upgrades and foundation issues have caused the locking mechanisms to not work properly or completely fail when engaged. This update will also address card readers at gates where the current reader does not meet HSPD 12/FIPS 201 compliance. These updates will also mitigate the immediate impact on patient care, staff safety and reduce the vulnerability of critical infrastructure to theft, destruction or vandalism.


Place(s) of Performance
Audie L. Murphy Memorial Hospital, 7400 Merton Minter Blvd., San Antonio, Texas, 78229 [ALMD]

Working Hours
Work will be completed on weekdays, excluding federal holidays, during the hospitals regular weekday business hours. Federal holidays observed during the execution of work may be exchanged for contractor observed days, only on a one-for-one basis, requested by the contractor and subject to approval by the contracting officer (CO).

Normal operating hours for all locations listed above are from 8:00 A.M. to 5:00 P.M. on weekdays Monday through Friday. The contactor must arrange with the Contracting Officer Representative (COR) to schedule work and facility access outside of these parameters.

Scope of Work
The contractor shall provide all necessary equipment, labor, and tools required per the requirements and specifications herein.
The contractor shall install new equipment only. No refurbished, returned, or used equipment is permitted.
There are four pedestrian gates that require repair. Two gates will require new card readers.
Two of the four gates currently have card readers that are HSPD 12/FIPS 201 compliant (card readers can detect a PIV card when presented.) The two other gates will require card reader replacements to meet this requirement.
Vendor would be required to conduct a sight visit to assess existing infrastructure, in order to provide a quote and provide a design plan on how work will be implemented.


General Requirements
The contractor must be installer/integrator certified on Software House C-CURE 9000 operating systems.
The contractor must land all inputs/outputs if necessary, and program same for functionality
Card readers provided must meet HSPD 12/FIPS 201 requirements for 200 bit authentication.
Work remaining in place that is damaged or defaced during this contract shall be restored to the condition existing at the time of award of contract.
The contractor shall provide all necessary barriers, safety equipment, and signage for both pedestrian and vehicle traffic impacted while work is in progress.
All personnel engaged in the contract activities specified herein must be licensed by the state, local authority, and/or the city local authority in those trades, crafts, or professions that require licensing by such jurisdictions. The license must be of a grade or other level consistent with the requirement of the work being performed and/or as established by said jurisdictions.
The contractor shall ensure all walls, ceilings, floors, furniture, etc., are protected from damage due to water, staining, or falling debris created during the coring/sawing process. The contractor will repair any damage to the original condition at the contractor s expense. All areas will be cleaned after core drilling.
The contractor shall ensure that all penetrations produced or impacted by this project are sealed in such a way as to return the fire rating and/or weather barrier to NFPA 99 requirements and/or local fire code, whichever is greater.
Any work performed by the contractor at his/her own volition outside the working hours and days indicated in section 4 herein will be at no additional expense to the Government.
No unauthorized work shall be initiated without the prior approval of the CO or the COR. The CO shall approve any request, or proposal for changes in project scope and/or additional requirements, in writing prior to the contractor proceeding with any related work. Any changes accomplished without prior written approval, will be done at no additional expense to the Government.
All measurements and locations are approximate and shall be verified by the contractor. The Government will not be held responsible for any error or variation in any measurements or other data listed, nor will the contractor, because of an error or variation in any measurement listed, be relieved of his responsibility to carry out the contract in accordance with the true intent and meaning of the specifications without additional expense to the Government.
The contractor shall park vehicles as indicated by POC no on-site parking is available for contractors.
The contractor shall understand that there is very limited staging space and storage kept to an absolute minimum (less than 100 NSF).
The contractor shall notify the COR for a final inspection no later than (180) calendar days after the receipt of Notice to Proceed.


Compliance
The contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental and occupational safety laws, rules, and regulations.
The contractor shall plan for a minimum of two weeks lead time prior to beginning work at any VA facility for the following:
Contractor badging (requires finger-prints and two forms of ID)
This requirement may be obviated if the contractors have official and active PIV cards from another VA Facility.
Infection Control Training
Fall Prevention Training
Tuberculosis Test Results
Test results must be provided at the same time Infection Control Training is provided
Test results must not be older than 1 year from the date of training
All training is conducted on-site at VA San Antonio
Finger-prints can be taken at a VA facility proximal to the contractors contact POC for details to avoid delays.
The contractor shall follow all life safety health codes and take all necessary actions to avoid conditions that may be hazardous to the health and safety of the contract employees, hospital personnel, visitors, and patients.
The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes. All work for the duration of the contract will be performed by certified trained technicians.
The contractor will provide a copy of operation and safety manual to VA Occupation Safety Officer prior to any work being completed.

Notification and Response Time
The contractor shall contact COR if scheduled work for that day will not be performed. This contact must be made no later than 9 A.M.

Parts and Equipment
All equipment installed by contractor will meet the minimum hardware requirements stated herein.

Confirmation of Completed Work
All completed work will be confirmed and approved by the VA COR. This will be done during the working hours indicated herein.

Building and Wall Penetrations
Contractor shall ensure that all building penetrations are sealed in such a way that the full extent of fire rating requirements in NFPA 99 and VA building code are satisfied.

Contractor OEM Certifications
Contractor shall be Original Equipment Manufacturer (OEM) certified to install, service, and maintain surveillance equipment. Contractor will provide evidence of all OEM certifications prior to any work being performed.

Performance and Testing
The contractor will ensure that all installed equipment is properly programmed and tested. All gates will be test to ensure access is allowed be proper clearance assigned, and works with both PIV cards as well as access badges. All adjustments will be made to meet the requirements and full satisfaction of VA Police Department and the VA COR.

Documentation of Services Performed
The contractor shall provide at a minimum the following data:
Equipment model and serial numbers
Physical location of installed devices
Any and all manufacturer warranty information for each piece of equipment installed

Cleanup
The contractor shall be responsible for cleaning of the work area(s) upon completion of each work day. All accumulated trash shall be removed and disposed of daily. Contractor must remove trash from campus.

Disposal of all waste material shall be in accordance with all applicable Federal, State, and local environmental regulations. The contractor shall ensure and provide appropriate documentation to CO that all hazardous waste handlers, haulers, and disposal facilities are properly certified or licensed. The contractor shall provide shipping manifest and documentation of disposal of any substance that is controlled by Federal, State, and local regulation prior to final payment.

Special Tools
The contractor shall provide all tools and test equipment necessary for assembling, calibrating, adjusting, certifying and any other work required for performance of this contract.

Equipment Warranty and Warranty Repair
The contractor shall warrant all products sold under this agreement for a period of one (1) year after project has been accepted by VA CO and COR as complete. Warranty shall include time, tools, supplies, and labor. The contractors obligation under this warranty is limited to repairing or replacing malfunctioning parts (cameras, illuminators, switches, servers, computers, cabling, media converters, etc.) within 5 business days during this warranty period. The contractor shall be responsible for removal, reinstallation, proper configuration, and verification of functionality. The contractor shall also ensure that all VMS software licensing issues are addressed when replacing defective items.

Contractor Employees
Contractor personnel shall present a neat appearance and be easily recognized as a contractor employee. All contractors personnel will wear VA assigned identification badges visibly and above the waistline at all times while on VA property.

Check-in, Check-out, Escort
All contractor personnel working onsite at any locations listed above must check-in and check-out with the VA COR. If contractor personnel require access to sensitive work areas, appropriate staff will escort the contractor personnel at all times. Contractor shall provide name and phone number each day at check to VA COR.

Information Systems Officer, Information Protection:B
The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services.

Privacy Officer:
The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA.

Records Manager:
There will be no federal records created, maintained, used or dispositioned with this contract; B regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].

Michael Simington
210-694-6241
michael.simington@va.gov

michael.simington@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP