The RFP Database
New business relationships start here

Replace and Install new IP Network Cameras


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

COMBINED SYNOPSIS/SOLICITATION

REPLACE AND INSTALL NEW IP NETWORK CAMERAS AT THE NORTHPORT VA MEDICAL CENTER

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number 36C24219Q0699 is issued as a request for quote (RFQ) and will be submitted on through fedbizopps.gov.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1.
(iv) This procurement is being issued as 100% Service Disabled Veterans Owned Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 561621, Security Systems Services (except locksmiths), with a small business size standard of $20 .5 million.
(v) The Contractor shall provide pricing for Replace and Install New IP Network Cameras. See table below.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Remove the existing analog camera and replace with approximately twenty-one (21) new IP network cameras. NOTE: See SOW for building locations.

1.00

JB


0002
Purchase approximately thirty (30) new fixed IP network cameras. NOTE: See SOW for building locations.

30.00

EA


0003
Labor to install approximately thirty (30) new fixed IP network cameras. NOTE: See SOW for building locations.

1.00

JB






























GRAND TOTAL





(vi) Description of requirement

STATEMENT OF WORK
1. INTRODUCTION:
The Police Service located at the Northport VA Medical Center has a requirement to replace existing analog camera with IP network cameras and purchase & install additional IP network cameras.
2. SCOPE OF WORK:
The contractor shall be responsible for all labor, materials, and equipment necessary to upgrade the existing Closed-Circuit Television (CCTV) System at the Northport VA Medical Center. The contractor shall replace approximately twenty-one (21) analog cameras (all stationary) with new IP network cameras and add an additional thirty-four (34) new IP network cameras in various locations at the medical center. It is required that the addition of all cameras be integrated into the existing camera network and operate seamlessly with the existing recording and monitoring system/platform. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW). The following work will be performed in order to accomplish this upgrade.
Remove the existing analog cameras and replace with fifteen (15) fixed analog cameras with new fixed IP network cameras in the following areas within Buildings #200/200N:

Retherm Room There are 2 analog cameras in this area
Inpatient Pharmacy Vault
Outpatient Pharmacy Conveyor Belt
Outpatient Pharmacy Vault
Outpatient Pharmacy Double Doors
Loading Dock Inside South Door
Inside Agent Cashier Waiting Area
Exterior 200N Smoking Area
Outpatient Pharmacy Destruction Room
Lobby Corridor (Leading to Intake)
Inside Agent Cashier There are 2 analog cameras in this area
Agent Cashier Vault
Exterior Loading Dock (Medical Gas)

Remove the existing analog camera and replace six (6) fixed analog cameras in the following locations within the facility with new fixed IP network cameras:

Exterior Between Buildings #8 & #9 There are 2 analog cameras in this area
Exterior Parking Lot K (Building #63)
Interior Gym Door (Building #9)
Interior Loading Dock (Building #92)
Exterior Loading Dock (Building #92)

Purchase and Install approximately thirty (30) new interior fixed IP network cameras in the following areas within Buildings #200/#200N:

I.C.U. Corridor Two (2) cameras shall be installed in this area.
Cafeteria Four (4) cameras shall be installed in this area.
Telecommunications Suite Four (4) cameras shall be installed in this area.
PM&R Waiting Area Two (2) cameras shall be installed in this area.
Quad 1A Waiting Area Two (2) cameras shall be installed in this area.
Quad 1B Waiting Area Two (2) cameras shall be installed in this area.
Pharmacy Waiting Area Two (2) cameras shall be installed in this area.
Quad 1D Waiting Area Two cameras shall be installed in this area.
Quad 2F Waiting Area Two cameras shall be installed in this area.
Quad 2G Waiting Area Two cameras shall be installed in this area.
Quad 2F Waiting Area Two (2) cameras shall be installed in this area.
Eye Clinic Waiting Area Two (2) cameras shall be installed in this area.
Lab Waiting Area
Main Lobby

Purchase and install four (4) new exterior fixed IP network cameras in the following areas within the facility:

Daycare Playground (Building #21)
Exterior Daycare Parking Lot (Building #21)
Parking Lot B (Building #200) Two cameras shall be installed in this area. (requires a long-range camera)

All cameras are to be network cameras that will communicate via IP to the existing camera network.

VA prefers Axis as the manufacture of all IP network cameras to be provided by the contractor.

All cameras must be Day/Night capable.

All stationary IP cameras must be at minimum Full HDTV 1080p, 3MP, up to 30 fps.

All cameras must have built-in video analytics.

Cameras must be weather and vandal proof and capable of providing quality imaging under extreme weather conditions.B

There are existing switches located in communication closets within 300 feet of all requested areas, however, the existing switch(s) may need to be expanded or there may be a need for an additional switch to port the additional cameras. The VA shall provide a list of switch locations and available ports, upon request from an interested vendor. Switches and associated network components are to be consistent and approved by the VA IT department.B B

All cameras covered in this scope of work are to be integrated into the existing American Dynamics Video Edge Victor VMS platform.

Contractor must be certified in Video Edge by American Dynamics with references for successful work on Victor Platform in installations of similar size and scope.

The current video system allows for at least thirty (30) days of storage and playback. Based on the addition of a total of 55 network cameras, the storage capacity may be affected. Therefore, the vendor must provide all necessary, additional equipment to maintain/achieve 30 days of storage after all the cameras from this project are installed and added to the existing network.

Other contract requirements are:
Contractor to provide diagram of camera location, after approved installation.

PLEASE NOTE: This requirement does not involve access to VA sensitive information and does not involve access and/or connection to the VA information system.
3. BACKGROUND:
VA Handbook 0730/4, Appendix B, dated March 29, 2013, recommends/requires these types of physical security measures at VA facilities.
4. PERFORMANCE PERIOD:
The contractor shall commence work within thirty (30) days following the contract award.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

Place of Performance:
Department of Veterans Affairs
Northport VA Medical Center
79 Middleville Road
Northport, NY 11768

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference:
Solicitation number for this requirement as 36C24219Q0699
Point of Contact, Company name, address, telephone and email address
Technical description of services to be performed in accordance with the Statement of Work
Price
Acknowledgement of any solicitation amendments
Past performance information
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offeror that fails to furnish required representation or information, or reject the terms and conditions of the solicitation will be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-22 Alternatives Line Item Proposal
52.209-5 Certification Regarding Responsibility Matters (OCT 2015)
852.209-70 Organizational Conflicts of Interest (JAN 2008)
852.252-70 Solicitation Provisions or Clauses Incorporated by References (JAN 2008)
852.270-1 Representatives of Contracting Offices (Jan 2008)

(ix) The provision at FAR 52.212-2, Evaluation- Commercial Items (OCT 2014) applied to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Technical: The offeror shall describe it technical solution in how the offeror plan to meet or exceed the requirements in the statement of work. The offeror shall provide details of specific methods, techniques, and solutions for completing the requirement, including areas such as technical approach, technical expertise (including experience and qualifications), and overall benefit to the Government. The offeror quote shall specify the type of IP network cameras use if not using the prefers recommended equipment. The offeror must be certified in Video Edge by American Dynamics. The offeror shall provide all license and certification along with the quote.

Past Performance: The offeror shall provide detail on no more than 3 projects of similar size, scope, and complexity as required by this SOW, including technical points of contact for each project. Past performance projects can be for previous or ongoing task orders, work assignments, or contracts. The Government may contact sources of past performance and may obtain past performance from other sources such as Government databases.

Price: Will be determined as fair and reasonable per FAR part 13.106-3.

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
52.229-3 Federal, State, and Local Taxes (FEB 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70 Commercial Advertising (JAN 2008)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
852.246-71 Rejected Goods (OCT 2018)


(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011)
52.219-28 Post Award Small Business Program Representation (Jul 2013)
52.222-3 Convict Labor (June 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 201SEP 2016)
52.222-35 Equal Opportunity for Veterans (OCT 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)

(xiii) The Service Contract Act of 1965 does not apply to this procurement.

(xiv) N/A

(xv) This is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside open-market combined synopsis/solicitation to Replace and Install New IP Network Cameras at the Department of Veteran Affairs, Northport VA Medical Center. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"
The Quoter shall list exception(s) and rationale for the exception(s)
Submission shall be received not later than 10:00 AM EST, Monday, June 10, 2019. The government shall only accept electronic submissions via email, please send all quotations to Charnell.Cunningham@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.)

(xvi) Direct your questions to Charnell Cunningham, Contracting Specialist, Charnell.Cunningham@va.gov. The last day to submit questions is 4:00 PM EST, Monday, June 3, 2019.
PLEASE NOTE: A site visit will not be scheduled.
List of Attachments:

See attached document: Wage Determination

Charnell Cunningham
Contract Specialist

charnell.cunningham@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP