5810--Johnson Controls C CURE9000 Access Control System Upgrade Parking Ramp Access

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Wisconsin
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159231276228312
Posted Date: Mar 21, 2024
Due Date: Mar 27, 2024
Solicitation No: 36C25224Q0382
Source: Members Only
Follow
5810--Johnson Controls C CURE9000 Access Control System Upgrade Parking Ramp Access
Active
Contract Opportunity
Notice ID
36C25224Q0382
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 21, 2024 07:41 am CDT
  • Original Date Offers Due: Mar 27, 2024 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 26, 2024
  • 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:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    William S Middleton VAMC Department of Veterans Affairs Madison , WI 53705-2286
    USA
Description
Effective Date: 02/01/2022
Page 14 of 14
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (effective 10/28/2022).

This solicitation is set-aside for Small Businesses.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 -Computer Terminal and Other Computer Peripheral Equipment Manufacturing, with a small business size standard of 1,000 Employees. The FSC/PSC is 5810 - Communications Security Equipment and Components.

Requirement
William S Middleton VAMC, located at 2500 Overlook Terrace, Madison, WI 53705-2286, is seeking to purchase Johnson Controls C CURE9000 Access Control System (Brand Name Only).

The Government intends to award a firm fixed-price purchase order to the quoter offering the lowest prices technically acceptable quote.

All interested contractors shall provide quotations for the following:

Line Item
Description
Part Number
Qty
Total Price
1
PSX 50/250W PWRSUP 16DR
PSX-WPUM16E8S SN
1

2
iSTAR ULTRA GCM BOARD
USTAR-GCM
1

3
iSTAR ULTRA ACM BOARD
USTAR-ACM
2

4
RESISTORS
DPS
5
LEAD ACID BATTERY 12VDC/12AH
B1212
3

6
GRI EOL RESISTORS
356884
5

7
UPASS REACH READER UHF 9000MHZ
2N-9945466
10

8
UHF HEADLIGHT TAG
2N-9215255
1000

9
12VDC 2 AMP W/SCREW TERMINALS
OE-PPS12V2AS
5

10
CABLE
Cable Materials
1

11
DEIGN LABOR

12
CAD LABOR

13
PROJECT/CONSTRUCTION MGMT

14
TECHNICAL LABOR

15
INSTALL LABOR

Total Cost

STATEMENT OF WORK (SOW)

1. Contracting Officer s Representative (COR).

Name:
Andrew Noehl
Section:
Police Service
Address:
2500 Overlook Terrace, Madison, WI 53705
Phone Number:
608-256-1901 x12083
Fax Number:

E-Mail Address:
Andrew.noehl@va.gov

2. Contract Title. Parking Ramp Access Upgrade

3. Background. VA Madison s Police Service is requesting an upgrade to the existing parking ramp controls. The existing system has become outdated. This new system will ensure the old parking ramp and new parking ramp have matching requirements and are compatible with the new RM2 card readers and will improve security and will allow the capability to isolate violators and improve staff tracking.

4. Scope. The contractor is expected to upgrade the existing parking ramp access controls as outlined in the quote. The units will be delivered to the Madison VA Hospital and the contractor will provide upon delivery and installation, on-site training at no additional cost and at the convenience of the Police Service staff. The contractor will pull new wires for new long-range readers for the above locations. Terminate readers and program them in the Ccure 9000 system. We will need to point and test them to ensure the best possible flow of traffic. Existing card readers will remain.

5. Specific Tasks.

5.1 Task 1. Replace Old wiring.

5.1.1 Subtask 1 Maintain Operations. Contractor will minimize the disruption of patient care, staff work, and other hospital operations.

5.1.2 Subtask 2 Replace wiring to existing Card. Provide the necessary wiring to replace existing wiring between the access control cabinet in the parking attendant booth and the readers at the entry to the surface lot and the exit of the parking ramp on the lower level. Card readers will remain.

5.1.3 Subtask 3 Terminate wiring. Terminate wiring at access control cabinet in parking attendant booth and at the existing card readers.

5.1.4 Subtask 4 - Quality. Installation will be professionally performed by certified installers with previous commercial experience. Workers will be properly supervised by contractor to ensure quality of work. Materials and installation shall be free of material defects.

5.2 Task 2. Pull and terminate wiring for new readers.

5.2.1 Subtask 1 Maintain Operations. Contractor will minimize the disruption of patient care, staff work, and other hospital operations.

5.2.2 subtask 2 Pull new wiring. Provide the necessary wiring between the access control cabinet in the parking attendant booth and the new readers at the entry to the surface lot and the exit of the parking ramp on the lower level.

5.2.3 Subtask 3 Terminate new wires. Terminate wiring for the new readers at the access control cabinet in the parking attendant booth.

5.2.4 Subtask 4 - Quality. Installation will be professionally performed by certified installers with previous commercial experience. Workers will be properly supervised by contractor to ensure quality of work. Materials and installation shall be free of material defects.

5.3 Task 3. Install new long-rang readers near the existing card readers.

5.3.1 Subtask 1 Maintain Operations. Contractor will minimize the disruption of patient care, staff work, and other hospital operations.

5.3.2 Subtask 2 Bypass underground sensor. Wire gate operator to bypass underground sensor. This will allow the gate to open prior to the vehicle getting to the gate allowing for quicker and more efficient access.

5.3.3 Subtask 3 Mount and test new readers. Contractor will mount new readers near the existing ones.

5.3.4 Subtask 4 - Quality. Installation will be professionally performed by certified installers with previous commercial experience. Workers will be properly supervised by contractor to ensure quality of work. Materials and installation shall be free of material defects.

5.4 Task 4. Program and test new readers into the Ccure 9000 card access system.

5.4.1 Subtask 1 Maintain Operations. Contractor will minimize the disruption of patient care, staff work, and other hospital operations.

5.4.2 Subtask 2 Program new readers. Contractor will program new readers into the Ccure 9000 Access Control System using the same naming convention that is currently there.

5.4.3 Subtask 3 Test new readers. Contractor will test new readers to ensure readers provide the best and most effective access into the parking areas.

5.4.4 Subtask 4 - Quality. Testing and sample collections will be professionally performed by certified personnel with previous commercial experience. Workers will be properly supervised by contractor to ensure quality of work. Materials and installation shall be free of material defects.

5.5 Task 5. Minimize Disruption.

5.5.1 Subtask 1 Maintain Operations. Contractor will minimize the disruption of patient care, staff work, and other hospital operations.

5.5.2 Subtask 2 Maintain Clean Work Area. Contractor will ensure materials are properly secured, and work areas are free of refuse and other related materials, during normal work hours (7am-5pm).

Deliverables: Normal Hospital Operations Are Maintained.

6. Performance Monitoring: The COR will assure contractor quality through regular monitoring, routine inspections, product sampling, and inspection by third parties.

7. Security Requirements: The Contractor will have access to VA Security Systems and will be required to complete information security training at the discretion of the COR. The contractor will require to have site to site access to the Ccure 9000 access control system to ensure that the technician who programs the readers can efficiently complete the required work.

8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The contractor will be required to furnish all tools and equipment to set-up/install this upgrade system equipment. No GFIE will be furnished.

9. Other Pertinent Information or Special Considerations. The COR will certify that the work done under the contract is performed to time and standard and ensure the inspection and acceptance of products provided incidental to this project.

10. Risk Control: The COR will mitigate risk by ensuring the contractor adheres to the provisions of this contract, and that standard patient and employee safety and infection control practices are followed.

11. Place of Performance:
William S. Middleton Memorial VA Hospital
2500 Overlook Terrace
Madison, WI 53705
Police Service

The contract price includes travel in the fixed price of the contract, and it will not be broken out.

12. Period of Performance.: Delivery, set-up and installation will be completed within 30 days after award. All staff training should be competed within 10 days of install/acceptance.

13. Delivery Schedule.

SOW Task#
Deliverable Title
Format
Number
Calendar Days After CO Start
1
Hospital Design
A003/DI-MGMT-80347
Standard Distribution*
Draft - 15
Final - 30
2
Monthly Status Report
Contractor-Determined Format
2 Copies to COR; Letter Only to CO
Monthly, on 5th Workday
3
Commissioning Report
Contractor-Determined Format
Standard Distribution*
180
* Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be
Emailed.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021)
Refer to Attachment 1 ADDENDUM to FAR 52.212-1
FAR 52.204-7, System for Award Management (OCT 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.214-21, Descriptive Literature (APR 2002)
FAR 52.225-2, Buy American Certificate (OCT 2022)
End of Addendum to 52.212-1
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021)
Addendum to FAR 52.212-4
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) (DEVIATION AUG 2020)
VAAR 852.211-72, Technical Industry Standards (NOV 2018)
VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
VAAR 852.203-70, Commercial Advertising
VAAR 852.211-70, Equipment Operations and Maintenance Manuals
VAAR 852.232-72, Electronic Submission of Payment Requests
VAAR 852.246-71, Rejected Goods
VAAR 852.270-1, Representatives of Contracting Officers
VAAR 852.242-71, Administrative Contracting Officer (OCT 2020)
VAAR 852.247-71, Delivery Location (OCT 2018)
VAAR 852.247-72, Marking Deliverables (OCT 2018)
End of Addendum to 52.212-4
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (OCT 2022) (JUL 2021) (DEVIATION)
Refer to attached FAR 52.212-5 for subparagraphs the contractor shall comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

All quoters shall submit the following:

Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services
Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller
Completed Buy American Certificate found at FAR 52.225-2, Buy American Certificate
Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

All quotes shall be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov.
The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Award will be based upon lowest priced technically acceptable quote in accordance with the Simplified Acquisition Procedures of FAR 13. Responses should contain your best terms, conditions.

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:"

Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 5:00pm on March 28, 2024. Responses should be sent to the Contracting Officer, Erica Grimslid at Erica.Grimslid@va.gov. Hand delivered responses will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact
Erica Grimslid
Contracting Officer
Network Contracting Office 12
Erica.Grimslid@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 21, 2024 07:41 am CDTCombined 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 >