Ohio Bids > Bid Detail

6350--Metal Weapon Detection System Columbus

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159691221637058
Posted Date: Dec 6, 2022
Due Date: Dec 8, 2022
Solicitation No: 36C25023Q0169
Source: https://sam.gov/opp/dc945d88d5...
Follow
6350--Metal Weapon Detection System Columbus
Active
Contract Opportunity
Notice ID
36C25023Q0169
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 06, 2022 12:14 am EST
  • Original Date Offers Due: Dec 08, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Chalmers P. Wylie VA Ambulatory Care Center 420 North James Road , OH 43219
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, 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. The Government reserves the right to make no award from this solicitation. Â
This is a request for quote (RFQ), and the solicitation number is 36C25023Q0169. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2022-08, effective 10/28/2022. The associated NAICS Code is 561621, Security System Services. Â
The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to purchase and install 2 Single Lane Concealed Weapons Detection (CWD) Systems for the Chalmers P. Wylie VA Ambulatory Care Center. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only Motorola powered by Evolv Technology, Authorized Distributors are the only Contractors able to provide this requirement for the Concealed Weapons Detection System.
Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than December 8,  2022, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.Â
Â
STATEMENT OF WORK (SOW)
Single Lane Concealed Weapons Detection (CWD) system
1. Contract Title. Purchase and Install 2 Single Lane Concealed Weapons Detection (CWD) systems.
2. Background. The purpose of the system is to improve safety and security using a touchless security screening technology to help officers respond to threats with improved speed and accuracy using integrations with the facility s Avigilon ACC video and alarm systems.
3. Scope. The Contractor shall provide all necessary travel, labor, equipment, configuration, and training required to Install 2 Single Lane Concealed Weapons Detection (CWD) systems that will integrate with the current Avigilon camera and alarm system. The basic requirements of this system are outlined below.
4. Specific Tasks Purchase and Install 2 Single Lane Concealed Weapons Detection systems.
The contractor shall set up and configure the Motorola Solutions Concealed Weapons Detection (CWD), powered by Evolv Technology Concealed Weapons Detection (CWD) systems to ensure proper performance.
The system must have emergency power source in case of unplanned power or network outage.
Surge protectors are required for all components.
4.1 Task 1 - Enterprise Management Controls.
4.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. The Concealed Weapons Detection systems must integrate with the current Avigilon camera and alarm systems to provide VA Columbus the ability to understand, and act on threats with more speed and accuracy.
4.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract.
4.2 Subtask 1 Deliverables. Concealed Weapons Detection (CWD) systems.
(2) Avigilon, CWD-ACC7-1LANE-L-HW-ONLY-W, 1 Lane Hardware.
(1) Avigilon, CDW-TESTKIT, Test Kit
(2) Avigilon, CWD-ACC7-1LANE-L-SUB-4YR, 4 YR Software

4.3 Subtask 1 Training. Training at site using the new dispatch consoles for up to students. The course introduces the Concealed Weapons Detection System, its operation and tailored job aids through hands-on activities.
5. Performance Monitoring
All requirements contained in this SOW must be met and must meet minimum industry standards. Product substitutions are not permitted without the express written approval of the Contracting Officer or the designated Contracting Officer Representative. The contractor must document all proposed changes in writing and receive approval from the Contracting Officer (CO) or the designated Contracting Officer Representative (COR) prior to implementation. If a substitution is made without written permission, the contractor may have to replace the parts in question without delay and at no cost to the government. Additional fees or expenses for items not specifically addressed by the SOW or the Contracting Officer will not be approved.
The contractor will take guidance only from the Contracting Officer or the designated Contracting Officer Representative and not from any other individual. The Contracting Officer Representative will be designated in writing and introduced to the contractor prior to the start of the project.
For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and together with associated sub milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan.
Upon the successful award of contract, but prior to beginning any work, a kick-off meeting will be scheduled with the contractor, CO, COR and project staff to discuss the design and components being considered. It is required that the contractor meet with the Contracting Officer Representative on site to walk the space and resolve any questions prior to beginning work.
During the kick-off meeting the contractor, in conjunction with the Contracting Officer Representative will prepare a schedule for the completion of the installation of the security system. Any variance from the schedule, once set, must be communicated immediately to the Contracting Officer Representative.
The contractor will install the system in accordance with the manufacturer's written instructions in addition to all codes and standards set forth by, but not limited to, the National Electrical Code, the National Building Code, Underwriters Laboratories, and the local Authority Having Jurisdiction.
The contractor will furnish and install all equipment, cables, wires, circuits, connectors, wall or ceiling mounting brackets, labor, supervision, and all other equipment necessary for the installation contained within this SOW. All work pertaining to the installation of the equipment as covered by the SOW is the responsibility of the contractor.
Wires are not to be exposed or visible. The contractor will conceal all wires within the office by "fishing" wire in the walls, ceilings, and doorframes to ensure tamper resistance. No mechanical pulling of wires is allowed. Contractor shall install system using the existing conduit.
It may be necessary to place wire in electrical metallic tubing (EMT) in some locations in which walls cannot be fished. No wire mold will be used. Every attempt to fish wires in walls will be made before using EMT. The size of the EMT will be 50% larger than needed to permit additional wire pulls.
The contractor must securely fasten all wires in the ceiling to overhead wire supports in order to prevent damage that may occur from existing or future wire runs in the ceiling. The contractor shall not use the existing data cabling "J" hooks to support security systems wiring or cables. Contractors are to install their own cable supporting hardware. Any damage to existing cables caused by mounting or pulling of any wires will be the responsibility of the contractor to repair at no cost to the government.
The contractor shall not splice or utilize T-taps, etc., except inside of the control panel, spare enclosure, cabinets, or auxiliary power supply.
The contractor must label each wire, cable, etc. as it enters its termination location on the head end for long term troubleshooting purposes. If wire numbers are used, a true wire legend must remain on site with a full description of each device, its destination point, and termination point. Periodic labels must be placed on the wire to indicate type of wire; for example, "card access".
All other items, including detectors, sensors, junction boxes, control panels, transformers, phone jacks, etc. must be labeled to show the device and/or zone number on the front cover of the specific device. All necessary patching, painting, or repairs as a result of this installation must be performed by the contractor at no cost to the government.

After the upgrade to the existing Access Control Software and Database Management Software, the contractor will inspect and test the system with the COR.
The contractor will provide operator training to the employees selected by the Contracting Officer Representative and will distribute associated User Guides to the local user.
All equipment remains the property of the United States government. The contractor retains no liens, titles, or ownership against any equipment, installed or uninstalled. All surplus equipment should be shipped to the COR via FedEx or UPS at the time of final inspection.
The contractor shall provide the COR with a list of contractor employees expected to enter the building. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility.
It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas.
6. Security Requirements
Contractor has No Access to VA Sensitive Information under this contract:
VA Sensitive Information is not accessed or processed while performing maintenance of VA Information System Hardware or Software under this contract. Additionally, contractor access to VA Sensitive Information is not permitted under this contract. Contractors must be escorted by VA Personnel at all times when accessing non-general access areas within the Facility that may store or have systems that store VA Sensitive Information. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.
The contractor shall be required to comply with all security policies/requirements. All security policies/requirements must be met, and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract.
Installer must be licensed to install access control and security equipment as required by authority having jurisdiction.
Installer must have certified staff on access control products prior to bid date.
Installer must be in good standing by the manufacturer prior to bid date.
Installer must be capable of providing references that will attest to successful completion of projects of similar scope as the work noted in this section.
7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
Not applicable.
8. Other Pertinent Information or Special Considerations.
Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness.
a. Identification of Possible Follow-on Work.
Not applicable.
b. Identification of Potential Conflicts of Interest (COI).
Any situation that may influence which contractor should be awarded the contract. An organizational COI is a situation where because of other relationships or activities a person (company) is unable or potentially unable to render impartial assistance or advice to the Government or cannot objectively perform contract work or has an unfair competitive advantage. FAR 9.502 states that an organization COI may result when factors create an actual or potential conflict of interest on an instant contract, or when the nature of the work to be performed on the instant contract creates an actual or potential COI on a future acquisition. An organizational COI exists when the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor or (2) impair the contractor s objectivity in performing the contract work. In services contracts, it is the latter which may most often occur because of a contractor s access to proprietary information, the evaluation and analysis of products which it may produce, and/or its role as an advocate in contract performance or other situations. The primary burden is on the contractor to identify any organizational COI, however, the Government has the responsibility to identify and evaluate such conflicts. The Contracting Officer is charged with avoiding, neutralizing, or mitigating such potential conflicts. It is the customer s responsibility to determine that no organizational COI exists. This is because the customer is more familiar with its requirements and the history of the requirements than the Contracting Officer could ever be. Therefore, the customer must make a determination that no COIs exist or identify any potential COI that may exist prior to the execution of this contract.
c. Identification of Non-Disclosure Requirements.
It is agreed that:
1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the contract.
2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response.
d. Packaging, Packing and Shipping Instructions.
Not applicable.
e. Inspection and Acceptance Criteria.
The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. A demo period or trial is not inspection of a product.
9. Risk Control
Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts.
In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government.
Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee.
10. Place of Performance.
Chalmers P. Wylie VA Ambulatory Care Center, 420 N. James Road, Columbus, OH 43219
11. Period of Performance.
90 Days from the date of award
12. Delivery Schedule.
Upon the successful award of contract, but prior to beginning any work, a kick-off meeting will be scheduled with the contractor, CO, COR and project staff to discuss the design and components being considered. It is required that the contractor meet with the Contracting Officer Representative on site to walk the space and resolve any questions prior to beginning work.
During the kick-off meeting the contractor, in conjunction with the Contracting Officer Representative will prepare a schedule for the completion of the installation of the security system. Any variance from the schedule, once set, must be communicated immediately to the Contracting Officer Representative.
The contractor will install the system in accordance with the manufacturer's written instructions in addition to all codes and standards set forth by, but not limited to, the National Electrical Code, the National Building Code, Underwriters Laboratories, and the local Authority Having Jurisdiction.
The 11 Federal Holidays observed by the Federal Government are:
New Year s Day January 1
Martin Luther King s Birthday 3rd Monday in January
Presidents Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth Day June 19
Independence Day July 4
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veterans Day November 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th

The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.

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

2.00
EA

Avigilon, CWD-ACC7-1LANE-L-HW-ONLY-W, 1 Lane Hardware SKU : CWD-ACC7-1LANE-L-HW-ONLY-W 1 Lane Indoor Hardware w/ Tablet

Funding/Req. Number: 1

757-23-1-448-0011
0002

1.00
EA

Avigilon, CDW-TESTKIT, Test Kit SKU : CDW-TESTKIT Operational Test Kit

Funding/Req. Number: 1

757-23-1-448-0011
0003

2.00
EA

Avigilon, CWD-ACC7-1LANE-L-SUB-4YR, 4 YR Software SKU : CWD-ACC7-1LANE-L-SUB-4YR 1 Lane - Indoor - 4 Year Software Subscription

Funding/Req. Number: 1

757-23-1-448-0011
0004

4.00
HR

Labor - Low Voltage Technician SKU : Labor - Low Voltage Technician 2022 Hourly technician rate

Funding/Req. Number: 1

757-23-1-448-0011
0005

8.00
HR

Labor - Programming SKU : Labor - Programming 2022 Hourly network programming rate

Funding/Req. Number: 1

757-23-1-448-0011


GRAND TOTAL

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUNE 2020)
FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021)
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 (OCT 2018)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1
VAAR 852.212-71 GRAY MARKET LANGUAGE (MAY 2016)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021
The following subparagraphs of FAR 52.212-5 are applicable:
[52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.]
All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product.
All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and 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 December 8, 2022 by 5:00 PM EST to gina.crank@va.gov
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
Gina P. Crank
Contracting Officer
Network Contract Office (NCO) 10
Office: 614-625-1236
Email: gina.crank@va.gov

DEPARTMENT OF VETERANS AFFAIRS
Justification for Single Source Awards IAW FAR 13.106-1
For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)

Acquisition Plan Action ID: 36C250-23-AP-0173
Contracting Activity: Department of Veterans Affairs, VISN/NCO 10 , Chalmers P. Wylie VA Ambulatory Care Center, 420 N. James Rd., Columbus, OH 43219 using transaction # 757-23-1-448-0011.
Brief Description of Supplies/ Services required and the intended use/Estimated Amount: A Firm-Fixed Purchase Order for the supplies and installation to purchase and install 2 Single Lane Concealed Weapons Detection (CWD) Systems. The purpose of the system is to improve safety and security using a touchless security screening technology to help officers respond to threats with improved speed and accuracy using integrations with the facility s Avigilon ACC video and alarm systems.
(2) Avigilon, CWD-ACC7-1LANE-L-HW-ONLY-W, 1 Lane Hardware.
(1) Avigilon, CDW-TESTKIT, Test Kit
(2) Avigilon, CWD-ACC7-1LANE-L-SUB-4YR, 4 YR Software
Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: : The VA Central Ohio Healthcare System Police Department currently has the Avigilon camera and alarm system. Only the equipment identified in Section 2 above is compatible with the Avgilon system that is already in place. The Concealed Weapons Detection systems must integrate with the current Avigilon camera and alarm systems to provide VA Columbus the ability to understand, and act on threats with more speed and accuracy. The Motorola Solutions Concealed Weapons Detection (CWD), powered by Evolv Technology is the only brand that is compatible with the current camera system.
Description of market research conducted and results or statement why it was not conducted: Market research was conducted using VetBiz, the internet and FSS/GSA/NAC. VetBiz search using NAICS 561621 resulted 573 SD/VOSBs added keywords resulted 32 SD/VOSBs, however, the OEM provide only 1 authorized SDVOSB that could satisfy this requirement. The VA Rule of Two is Unattainable.
Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.
Gina P. Crank 12/05/2022
Contracting Officer
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 06, 2022 12:14 am ESTCombined 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 >