H--Fire Alarm Server Move and Support
The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide support for a fire alarm move and service (See SOW below) located at the Tomah VA Med... The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide support for a fire alarm move and service (See SOW below) located at the Tomah VA Medical Center (VAMC), Tomah, WI. The vendor must be able to meet all the minimum requirements as stated in the statement of work. Interested responsible sources must submit a summary of their capabilities to this office by 0900 CST on Friday, September 20, 2019, to include detailed description of the firm s experience in maintaining equipment, DUNS number, name and phone number of a point of contact in case further information is needed. If the vendor is a Service Disabled Veteran Owned Small Business (SDVOSB), the vendor must provide proof of certification by submitting the Veteran Information Pages (VIP) document. Summaries must be submitted via email to Lori.Eastmead@va.gov. This Sources Sought Notice is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. The procurement will be completed under NACIS 561621. Please note that this is not a request for quote and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents. Look for any further information in Federal Business Opportunities (FedBizOpps). Telephone inquiries will not be returned. STATEMENT OF WORK Fire Alarm Server Move and Support Contract Title. Fire Alarm Server Move and Support. Background The Tomah VA Medical Center currently has an existing fire alarm server located in B32 main level server room with both hardware and associated software that is outdated. The following SOW details the requirements that are needed for the Tomah VA Medical Center to update the complete server system hardware and associated software for the Facility fire alarm system. Scheduling of work shall be arranged with at least one, or all the Point of Contacts below and in the following order; contract COR (Contracting Officers Representative), contract ACOR (Alternate Contracting Officers Representative) or Tomah VAMC Electronics Technicians. Government-Furnished Information (GFI). NOT APPLICABLE General Requirements. All fire alarm server and device software shall be compatible with the Honeywell, Silent Knight fire alarm panels, devices and system hardware and shall be compatible with all AES Corporation wireless alarm radio reporting equipment and devices. Fire alarm server software shall have the ability to manage all reporting information and traffic between both the Honeywell Silent Knight alarm panels, devices and system hardware as well as AES Corporation wireless alarm radio reporting equipment and devices and shall be able to handle multiple fire alarm monitoring stations. The contractor s FST (Field Service Technician) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence on the Tomah VA Medical Center campus. The contractor shall obtain all other necessary licenses and/or permits required to perform all work under this contract. Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government. Contractor shall not interrupt any utility service while performing under this contract. Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract. No hot electrical work shall be performed. Any electrical work that requires any interruption in electricity must be coordinated with the COR and the facility electricians. All OSHA and Facility lockout/tagout procedures shall be followed. Any Interruptions in fire alarm system shall be minimal and shall be coordinated with COR, Facility Electronics Mechanics and Tomah VA Fire Department. Scope. Base year contract shall consist of the Contractor providing all parts, equipment, material, labor and supervision including travel costs, to install the Alarm Center®, Monitoring and Dispatch Module UL® multi-user software, with license, on the VA provided server equipment or Virtual Server. Software shall be a UL-1981 approved version. This software shall also be installed on the following two government provided client workstations. Client Workstation One Primary. Located in B407, Rm. 1714, Central Monitoring Station. Client Workstation Two Secondary. Located in B36, Fire Department. The above software shall have the following optimizations for Virtualization Monitoring service alerts after 90 second threshold if workstation loses connection to server. Monitoring service that tracks disk, CPU and network utilization. Alerts if utilization averages (previous 15 minutes) above 80%. Password aging, (6) minimum characters, no simple passwords (1 alpha and numeric character required). New sound alerts when signal appears in the Pending Windows and if a signal stays in Pending for 90+ seconds. Quick log alerts, runaway signal condition alerts, and higher priority signal alerts while processing a signal. Base year contract shall consist of the Contractor providing all parts, equipment, material, labor and supervision including travel costs, to provide and install Alarm Center® SyncAgent module only if the Tomah VA Medical Center s fire alarm system resides on the physical server provided by the Facility, in lieu of a Virtual Server. Base year contract shall consist of the Contractor providing all training, documentation and maintenance services to include the following; System configuration and training services to include travel costs and expenses for required certified Technicians to perform said services. Contractor shall provide Alarm Center®, Monitoring and Dispatch Module UL® multi-user software office hours support plan for option years one through four, which shall include the following; Technical support M-F, 8:00am to 4:30pm CST. Software updates and upgrades included. 24-hour technical support via telephone for emergencies, 365 days a year. Access to private support portal via the internet containing an interactive technical support web forum with incident tracking information. Support portal shall also include any of the latest program updates available for immediate download, program update logs and technical notes. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer in coordination with the Contracting Officers Representative. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. Contract Deliverables. Contractor shall provide, to the COR after completion of work, at the minimum, the following deliverables; Any required certificates of completion for fire alarm system training. All training manuals and software instruction manuals as they apply. Security Requirements. All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all Service technicians while on premises. Contractor shall coordinate with COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall sign in with the work order Clerk located in B40 when arriving on campus to perform work and sign out with the work order Clerk when work is complete. During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36. Hours of Coverage. Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee. All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Risk Control The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients. Place of Performance. Tomah VA Medical Center, 500 E. Veterans St., Tomah, WI. 54660. Period of Performance. Within thirty (30) days of the award of this contract, the Contractor and the Government shall agree upon a date for work to take place. All work is to take place during the normal hours of operation defined herein, unless agreed upon by the COR in advance, and at no additional cost to the Government. Support is to occur as scheduled and at the request of the government and as required during the period of performance. Work shall be completed in a timely manner and a performance schedule shall be coordinated with the Government upon contract award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »