The RFP Database
New business relationships start here

Re-Key West Palm Beach VA Medical Center


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

COMBINED SYNOPSIS/SOLICITATION
The West Palm Beach VA Medical Center located at 7305 North Military Trail Palm Beach Gardens, FL. 33410-6400 has a requirement to upgrade the security of its facilities at the West Palm Beach VA Medical Center campus, by conducting a facility-wide rekey with electronic cores and keys. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set aside. The attached Statement of Work (SOW) shall be adhered to.

This is a combined synopsis/solicitation, Request for Quotation (RFQ), for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The applicable North American Industry Classification System (NAICS) Code and size standard are 238210 and $16.5 Million, respectively.

In accordance with FAR 13.106-2(b)(3), the Government will conduct comparative evaluations of all quotes and award to the vendor which represents the best value on the basis of Technical Capability, Past Performance, and Price.

Once the government determines that there is a vendor that is the best suited to meet the requirements of this RFQ (i.e. the apparent successful contractor); the government reserves the right to communicate with only that vendor to address any remaining issues.B B

FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will be awarded to a responsible contractor whose proposal represents the best value to the Government, considering price and technical factors, with technical and past performance factors more important than price.

Technical Capability: Provide technical performance plan and proof of applicable certifications, license, and insurance.
Past Performance: Prospective contractors may provide a list of five business references for which the contractor performed the same or similar scope as required in the statement of work. The reference information shall include: name of business; name and title of point of contact; brief description of services performed; and date services performed.

Contractor s Proposed Rate: Firm Fixed price.
Offers shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. The provision may be accessed at http://farsite.hill.af.mil/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
The following provisions related to FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2010) apply to this acquisition:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50, Combating Trafficking in Persons (MarB 2015) (22B U.S.C. 7104(g)).
___Alternate I (MarB 2015) of 52.222-50 (22B U.S.C. 7104(g)).
(2) 52.233-3, Protest After Award (AugB 1996) (31B U.S.C.B 3553).
(3) 52.233-4, Applicable Law for Breach of Contract Claim (OctB 2004) (Pub.B L.B 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraphB (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.203-6, Restrictions on Subcontractor Sales to the Government (SeptB 2006), with AlternateB I (OctB 1995) (41B U.S.C.B 253g and 10B U.S.C.B 2402).
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OctB 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (NovB 2011) (15B U.S.C.B 644).
52.219-8, Utilization of Small Business Concerns (Nov 2016) (15B U.S.C.B 637(d)(2) and (3)).
52.219-14, Limitations on Subcontracting (JanB 2017) (15B U.S.C.B 637(a)(14)).
52.219-28, Post Award Small Business Program Re-representation (JulB 2013) (15B U.S.C. 632(a)(2)).
52.222-3, Convict Labor (JuneB 2003) (E.O.B 11755).
52.222-19, Child Labor Cooperation with Authorities and Remedies (OctB 2016) (E.O.B 13126).
52.222-21, Prohibition of Segregated Facilities (AprB 2015).
52.222-26, Equal Opportunity (SepB 2016) (E.O.B 11246).
52.222-35, Equal Opportunity for Veterans (OctB 2015)(38B U.S.C.B 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (JulB 2014) (29B U.S.C.B 793).
52.222-37, Employment Reports on Veterans, (FebB 2016) (38B U.S.C.B 4212).
52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AugB 2011) (E.O. 13513).
52.225-1, Buy American Supplies (MayB 2014) (41B U.S.C.B 10a-10d).
52.225-5, Trade Agreements (OctB 2016) (19B U.S.C.B 2501, etB seq., 19B U.S.C.B 3301 note).
52.225-13, Restrictions on Certain Foreign Purchases (JuneB 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JulB 2013) (31B U.S.C.B 3332).
52.239-1, Privacy or Security Safeguards (AugB 1996) (5B U.S.C.B 552a).
(c) The Contractor shall comply with the FAR clauses in this paragraphB (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
52.222-41, Service Contract Act Labor Standards (MayB 2014) (41B U.S.C.B 351, etB seq.).
52.222-42, Statement of Equivalent Rates for Federal Hires (MayB 2014) (29B U.S.C.B 206 and 41B U.S.C.B 351, etB seq.).
(d) B Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraphB (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3B years after final payment under this contract or for any shorter period specified in FARB SubpartB 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)(1) Notwithstanding the requirements of the clauses in paragraphsB (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OctB 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (NovB 2016) (15B U.S.C.B 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) [Reserved]
(iv) 52.222-26, Equal Opportunity (SepB 2016) (E.O.B 11246).
(v) 52.222-35, Equal Opportunity for Veterans (OctB 2015) (38B U.S.C.B 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (JulB 2014) (29B U.S.C.B 793).
(vii) [Reserved]
(viii) 52.222-41, Service Contract Act ofB 1965 (MayB 2014) (41B U.S.C.B 351, etB seq.).
(ix) 52.222-50, Combating Trafficking in Persons (MarB 2015) (22B U.S.C. 7104(g)).
Alternate I (MarB 2015) of 52.222-50 (22B U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NovB 2007) (41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (MayB 2014) (41 U.S.C. 351, et seq.).
(xii) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MayB 2014) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FebB 2006) (46B U.S.C. Appx.B 1241(b) and 10B U.S.C.B 2631). Flow down required in accordance with paragraphB (d) of FAR clauseB 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of clause)
Other applicable provisions and clauses incorporated by reference:
FAR 52.204-7 System for Award Management
FAR 52.212-1 Instructions to Offerors Commercial items
FAR 52.212-4 Terms and Conditions Commercial items
FAR 52.217-5 Evaluation of Options
FAR 52.217-8 Option to Extend Services
FAR 52.217-9 Option to Extend the Term of the Contract
FAR 52.222-41 Service Contract Labor Standards
FAR 52.225-2 Buy American Certificate
FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management
FAR 52.233-1 Disputes
FAR 52.233-4 Applicable Law for Breach of Contract Claim
VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resource
VAAR 852.203-70 Commercial advertising
VAAR 852.237-70 Contractor responsibilities
VAAR 852.270-1 Representatives of contracting officers
VAAR 852.273-70 Late offers
VAAR 852.273-74 Award without exchanges

52.252-1B Solicitation Provisions Incorporated by Reference (FebB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/
http://farsite.hill.af.mil/

The Service Contract Act and Department of Labor Wage Determination WD 15-4573 (Rev.-10) applies to this procurement. The Wage Determination can be accessed at: https://beta.sam.gov/wage-determination/2015-4573/10?index=wd&date_filter_index=0&date_rad_selection=date&wdType=sca&state=FL&county=16478&is_wd_even=false&is_standard=true&cba=noCBA&prevP=prevPerfYesLocality&page=1
This announcement constitutes the only solicitation and interested parties are solely responsible for monitoring this solicitation and any amendments thereto. All contractors that intend to participate in the solicitation shall have an active registration with System for Award Management (SAM). If quoters do not have an active SAM account; account registration will be required at the following website. https://www.sam.gov/portal/public/SAM/. All quoters that are SDVOSB or VOSB must be verified through the Vendor Information Pages (VIP). An application and information is available at the following website https://www.vip.vetbiz.gov/. In accordance with VAAR 852.273-74, the Government intends to evaluate proposals and award a contract without exchanges with offerors.B Therefore, each initial offer should contain the offeror s best terms from a cost or price and technical standpoint.B However, the Government reserves the right to conduct exchanges if later determined by the contracting officer to be necessary.
Offerors are instructed to submit clear and concise offers which adhere to the following format:
Introductory/Response Letter to include brief business history and capability statement (letter not to exceed 3 pages)
Technical Ability section shall include a technical performance plan and proof of insurance and bonding. (section not to exceed 5 pages > not including copies of certificates)
Past Performance section may include up to five business references with the following: name of business; name and title of point of contact; brief description of services performed; and date services performed (section not to exceed 5 pages)
Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (provision may be accessed at http://farsite.hill.af.mil/), if not completed in SAM.
Completed Schedule of Rates to include Firm Fixed price.
All sources who believe that they have the experience and capabilities to perform the required services referenced above and detailed in the Performance Work Statement may submit their detailed quote no later than 12:00pm EST on September 23, 2019 to the following: Scott Frankel at Scott.Frankel@va.gov. Oral communications are not acceptable in response to this notice.
See attached document: Statement of Work.













Statement of Work

The West Palm Beach Veterans Affairs Medical Center intends to upgrade the security of its facilities at the West Palm Beach VA Medical Center campus, by conducting a facility-wide rekey with electronic cores and keys.

Scope:

This shall be a turn-key project with the Contractor providing all labor, materials, and supervision, for removing old cores and installing new cores in the West Palm Beach VA Medical Center campus. Old cores shall be turned over to the WPBVAMC. All extra keys not distributed, and core not installed at the end of project will be turned over to the WPBVAMC locksmiths. Current cores are the Stanley Best Access lock/core/key system, 7 pin configuration. Approximately 6,500 SFIC cores are involved and the contractor will be responsible for providing survey to ensure all locksets and doors are covered. Contractor will be responsible for programming keys, installation of cores, and setup of server.

Contractor must adhere to all OSHA and VA Medical Center safety and infection control policies and standards. Contractor must be flexible with work schedules to not impede normal facility and hospital operations.

Product requirements:

The contractor shall provide a new electronic key system that will work within our existing Best small format interchangeable core, mechanical 7 pin small format lock system without any additional electrical or data needs for the door cylinders. This product shall have these features and abilities:

Door Cylinders shall include the following:

Eliminate the need to "rekey" mechanical cylinders, and allow electronic reprogramming of cylinders by an authorized programming key and/or a blacklisted feature."

Stainless steel plug face to resist environmental conditions

Operating within a temperature of -30F to 130F

Non-volatile memory to store at least 2,000 audit events, with the oldest record self-deleting after its maximum storage capacity

Record unauthorized entry attempts from keys that are not in the system, are outside of the authorized schedule date or time range, are not programmed to open the specific cylinder, or are stored on internal black list

Store up to 40 blacklisted keys (keys lost or out of service)

Drill resistant inserts to improve drill resistance

Break-away plug face that shall fail secure in the event of over-torqueing

Independently tested to meet dust and water jet IP-55 and certified to Specification CEI/IEC 60259 Edition 2.1 and DIN EN 1303, ICS 91.190

Independently tested to meet salt fog testing for greater than 96 hours, certified to specification ASTM-B-117 and DIN EN 1303, ICS 91.190

Independently tested to meet MIL-STD-202G, Method 201A, 3 Axis qualification vibration testing

Electronic Keys shall include the following:

Programmable to a minimum of the following settings: User, Control, Setup, Audit or Operator plus audit options

Operating within a temperature of 0 F to 115F

Rechargeable battery capable of minimum 1,500 cylinder openings between full charges

Charging within a temperature range of 40F-100F

Battery status/level indication reporting at time of programming/charging and during cylinder opening/operation.

Gold-plated, spring-loaded data contacts

Industrial grade material for all metal stainless steel housing for a robust application

Hardened steel tip

Capable of configuration in "first in first out" (FIFO) or to disable keys when memory is filled to prevent loss of audit trail data

Capable of storing a minimum of 10,000 cylinders to be opened

Capable of storing a minimum of 7,000 audit events

Capable of storing unauthorized attempts from Electronic Cylinders which shall be viewable in the software reporting once the key is updated / reconnected to the programming devices

The key shall be the authorization to unlock cylinders and access shall be programmed into the electronic key for encryption.


Wall Programmer:

Programmer shall utilize LED for programming/charging feedback

Programmer shall utilize interface/ dock for electronic key programming with a minimum of 6 digits keypad authentication for each user.



Key Programmer:

Programmer shall be powered via USB cable

Programmer shall utilize LED for programming/charging feedback

One Key Programmer shall be provided for multiple key programmer docking station.

Multiple key docking station shall be provided.



Software/Auditing Features:

Auditing at core for approved or unauthorized access

Auditing of Electronic key for approved or unauthorized access

Auditing shall include date, time and user for each attempt.

Ability to configure various auditing reports based on usage and frequency of core and key use

Easy to navigate key trees, configure key trees, and programming of new/removal of keys

Ability to program different access capabilities for every key and core, such as core access, time access, and date access

Ability to assign mandatory updating of keys on a daily, weekly, monthly, quarterly, bi-annual or annual basis

Ability to be installed and updated on VA provided hardware and network

Ability to be installed at a minimum of five (5) concurrent end-point devices that can access the server, ideally a web-based interface hosted on the VA server including necessary licenses if applicable.

The server system shall integrate into the existing OI&T infrastructure; it is the contractor s responsibility to provide a system that is compatible with the VA OI&T system.

VA Engineering will have full access to all the hardware and software that constitute the system, including any diagnostic software features and general administration rights. The VA Engineering point of contact must be briefed, by the vendor, on all software upgrades and changes and agrees to each prior to installation. The vendor shall provide and install manufacturer recommended software upgrades and changes at no additional charge during warranty/contract period. The vendor will provide two (2) sets of user manuals and technical manuals to VA Engineering.

Software shall be updated to the most recent or available software platform at the time of acceptance.
Contractor to provide two (2) training sessions for FMS personnel on the software and overall operation of the system. Training to include: software operation / programming / data input as well as practical hands on operation training. Training session to be a minimal 4 hour each.
Contractor responsible for initial set up of software as well as the initial input of cores and keys to make system operational and functional.


Execution of installation:

This project shall be phased in to 2 stages. The first phase shall be the building of the system, a complete facility door survey, key tree, entering data into the system, and installing the infrastructure in the field for the system to work correctly. Contractor shall verify all quantities of all materials prior to placing any orders. Quantities shall be approved by COR. Contractor shall include identification of each core via AutoCAD drawings. The second phase will be the physical change out of the lock cylinders at each door to be completed by the contractor. The second phase shall be scheduled out by building and shall be coordinated to ensure access to secure areas are not permitted without VA escort. The contractor cannot proceed to the next phase of work without completing the first phase of work completely and it is accepted by the VA.



The phased approach will need to be developed and formally submitted for review by the COR for approval before beginning the installation of the new cores. This phased installation shall have milestones for each week of work, showing completion items. Every phase must be completely finished before proceeding to the next phase or milestone. All infrastructure requirements for this system to work including data and power requirements are the responsibility of the contractor to provide as a complete and operable system. Contractor shall maintain accurate as-builts for all electrical, communications, and core placements. The core placements, shall be updated in AutoCAD.

Period of Performance:

Phase 1: 180 days
All Keys to be distributed, no cores to be installed until all new keys are distributed.

Phase 2: 60 days

Products required:


Contractor shall be responsible for delivery of self-hosted software capable of programming, recording and reporting of the electronic cylinders, keys, and remote programming devices.

Contractor shall be responsible for delivery and installation of approximately 6,500 SFIC electronic cylinders.

Contractor shall be responsible for delivery of 500 "Industrial" Keys with 500 chargers.

Contractor shall be responsible for delivery of 3,000 "Standard" Keys with 3,000 chargers.

Contractor shall be responsible for delivery of 5 multi-key station programming/charging device (engineering Desk)

Contractor shall be responsible for delivery of 250 electronic padlocks 2 3/8 high shackle, 5/16 diameter shackle, key retaining.

Contractor shall be responsible for delivery of 20 remote wall programmers and 20 wall mount kits; locations shall be determined during key survey

Contractor shall provide server

Maintenance

Contractor must have warranty/service technician within a 4 hour response time of the West Palm Beach VA Medical Center.

Warranty

Standard Warranty

Five-year warranty on all materials

One-year standard warranty on all labor performed

One year of service/maintenance shall be included

Two Copies of the warranties must be provided to the owner upon substantial completion with the dates of warranty coverage noted.

General Notes

Work shall be completed during normal business hours; M-F, 7am 4:30pm. In the event of a task interfering with the normal operation of the facility, i.e. continuous loud noise or negative impact patient care, etc., task shall be done afterhours or weekend. Contractors shall be cognizant of creating penetrations throughout the facility. Contractor shall properly fire stop all penetrations created.

Construction must adhere to all VA Master Construction Specifications located at TIL website. Please take special note of following excerpt from Section 01 35 26 Safety Requirements, of the VA Master Construction Specifications. Per Section 1.7 (A) The Prime Contractor shall designate a minimum of one Site Safety and Health Officer (SSHO) to administer the contractor s safety program and government-accepted Accident Prevention Plan. Each subcontractor shall designate a minimum of one Competent Person (CP) in compliance with 29 CFR 1926.20 (b)(2) that will be identified as a CP to administer their individual safety programs. Also, per Section 1.7 (D): The SSHO or an equally-qualified designated representative/alternative will maintain a presence on the site during construction operations in accordance with FAR Clause 52.236-6: Superintendence by the Contractor. CPs will maintain presence during their construction activities in accordance with above mentioned clause. A listing of the designated SSHO and all known CPs shall be submitted prior to the start of work as part of the APP with the training documentation and/or AHA as listed in Section 1.8 of the 01 35 26 VA Master Construction Specifications Safety Requirements.

To comply with above, please do NOT bid for same SSHO that would or would potentially cover multiple projects on the campus.

Location of performance:

West Palm Beach VA Medical Center
7305 N Military Trail
West Palm Beach, FL 33410

Scott Frankel
scott.frankel@va.gov

scott.frankel@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP