SPECIAL NOTICE
J -- NOTICE OF INTENT TO SOLE SOURCE Johnson Controls Inc. Metasys P2000 CCURE 9000 Base 3 Option years
- Notice Date
- 7/28/2025 7:01:47 AM
- Notice Type
- Special Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0726
- Response Due
- 7/31/2025 8:00:00 AM
- Archive Date
- 09/29/2025
- Point of Contact
- William Chris Galletta, Contracting Officer, Phone: 410-637-1506
- E-Mail Address
-
William.Galletta@va.gov
(William.Galletta@va.gov)
- Awardee
- null
- Description
- Planned Service Agreement Introduction: Statement of work depicts the Department of Veterans Affairs Medical Center located at 50 Irving Street, N.W. Washington, D.C. 20422 security service agreement with Johnson Controls Inc. (JCI) located at 50 West Watkins Mill Road, Gaithersburg, MD 20878. The Contractor general maintenance for all security equipment. This contract will include cost of travel time. Contractor provides all parts, labor, and materials for Service Agreement on hospital owned security system. The contract will cover for Video Surveillance System, Access control on the JCI Metasys P2000 and Software House CCURE 9000, and LYNX Systems. This contract will cover all equipment, hardware, and software for those systems which include the following: Access control server, motion intrusion detectors, maglocks, electronic door strikes, PIV Card Readers, Security Panels, Duress Points at all workstations, Wiring and Cabling, Network Video Recorders, Network Cameras, Network Camera licenses, POE Converters, LYNX Systems licenses, Software upgrades, AiPhone, and any other security devices critical to ensure proper operation of the Physical Access Control System (PACS) and Video Surveillance System (VSS). The contract will cover the following locations: All buildings and structures located on 50 Irving Street NW, Washington, DC 20422. The contract will also cover the following locations: Montgomery County CBOC, Lexington Park CBOC, and the CRRC. Emergency Preparedness/Patient Safety: Unscheduled Maintenance and Repairs-Services: Service calls (emergency or routine) that are outside of the scheduled service visits to the Contractor are only authorized when they are received from the Contracting Officer, COR, or authorized designees. Work performed will be charged at an acceptable rate that is approved by both the VA Medical Center and the Contractor. Service responses on call from unauthorized personnel may result in nonpayment. Customer Support: Business Hours: Johnson Controls, Inc. will provide two (2) technicians during business hours 7:00am to 3:30pm Monday-Friday. Emergency Service: Johnson Controls, Inc. will provide telephone response within (4) hours and will be on-site to provide emergency service within (8) hours. JCI defines business hours as 7:00am 3:30pm Monday Friday. Labor Rates: Any labor performed on equipment or services outside of the scope of this contract are charged at our current billing rate. Service Time When Applicable Hourly Rate With PSA Business Hours Monday Friday 7:00am 3:30pm After Hours Monday-Saturday 3:30pm 6:59am Sunday/Holiday Sunday and all official Johnson Control Holidays Parts: Contractor shall furnish all and replace all equipment repair/replacement parts on an as needed basis. Contractor shall have ready access to all equipment parts, including unique and high mortality replacement parts, to minimize downtime and meet equipment uptime requirements. Standard parts (manufactured or approved by the maker of the equipment or equal there to) shall be furnished by the Contractor. Rebuilt parts, used parts, or those removed from the same model of system shall not be installed. All parts supplied by the Contractor shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Quality Assurance: Through implementation of our best practices, we ensure that out delivered services are of the highest quality. We will meet with you to evaluate system performance and your satisfaction with the quality of service that is being provide under the Planned Service Agreement. Basic Coverage: Basic coverage provides a complete program to meet due diligence objectives consistent with industry recommended practices. Contractor monitors the overall performance of the customer s equipment, taking into consideration manufacturer s recommendation, reliability, productively, operating cost and changes in in use. Functional Test & Inspection: Contractor will provide Testing and Inspections on the equipment indicated in the listed of maintained equipment within this agreement. Preventative Maintenance: Contractor will provide preventative maintenance service on the equipment indicated in the list of maintained equipment within this agreement. This includes diagnostics and minor corrective action in addition to Testing & Inspections. Premium Coverage: Repair Labor: During the contractor normal working hours, the contractor provides the On-Call Repair Labor as required to restore covered equipment to operating condition, following an equipment failure. Covered equipment is identified in this agreement. Repair Materials: Contractor will replace or repair a failed or defective part to restore covered equipment to operating condition, following an equipment failure. Covered equipment indicated in this agreement. Extended Service: On-site repairs services for covered equipment can be extended beyond contractor normal working hours, in accordance with extend service option below. 24-7 Contractor will provide on-site response 24 hours a day, 7 days a week (including Federal Holidays) Performance Period: The contractor shall complete the work required under this SOW in 365 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). Personnel Policy: The Contractor is responsible for maintaining proper licenses and permits required by Local, State and Federal law to carry out the security service functions required under this service agreement. Security Requirements: The Contractor will ensure that Johnson Controls, Inc. employees and sub-contractors will strictly adhere to the HSPD12 and DCVA Medical Centers' identification policy. While on VA Property the Johnson Controls' employees and sub-contractors will always wear proper ID while on VA property as required. All security contractors and sub-contractors who require access to the Department of Veterans Affairs' high security areas shall be the subject of a background investigation and must receive a favorable adjudication. In an emergency if the investigation is not completed prior to the start date of the contract, the general contractor (JCI) will be responsible for the actions of all contractors and sub-contractors provide to perform work for Washington, DC VA Medical Center and the Medical Centers remote locations. Contract Scope Modification and Clarifications: Security Equipment The Security System Assurance Services is incorporated to provide scope clarifications to services provided on specific Security System Equipment. Special Tools/Equipment to test devices in above 18 feet/high ceiling areas (such as a lift) shall be provided by the contractor. Monitoring The customer is responsible for any fees and/r assesses from the customer s local emergency response service for false alarms. Where verified response is required, the customer is response services, Johnson Control can provide reference services, for the customer to arrange directly, or arranged by Johnson Controls for an additional payment agreed in writing. Service Agreement includes: Two weekly inspection and preventative maintenance from a Certified Johnson Control Security/Fire System Representative. This is an agreement, and it does cover materials and repairs. Inspections Include: Physical Access Control System: 1. Preventative Maintenance on Physical Access Control System P200 and Software House CCURE9000 2. Preventative Maintenance on Video Surveillance System Aventura, Milestone, and Exacqvision. Cameras: 1. Check the camera lens is focused and adjusted properly. 2. Clean any dust or marks off the cameras with cam of compressed air and wipe down the camera casing with a microfiber cloth. 3. Check that the motion Detection sensors are working. 4. Check that the cameras function, such as zoom, and pan are working correctly. 5. Trim back any foliage that may be obscuring the view. 6. Check that the cameras are securely attached to the wall. Wiring: 1. Check wiring for any wear and tear or exposed wires. 2. Check for loose wires 3. Check for clear transmission of sound and picture with no distortion. Monitoring: 1. Check that the monitors are showing a clear picture and that the brightness and contrast setting are correctly adjusted. 2. Check all the switches and recording equipment are functioning fully. 3. Clean all monitors and equipment of duct and grime with a microfiber and a week cleaning solution. 4. Check cables leading from the equipment are in good condition and that there are no weak connections. 5. Check that the correct time and date stamp is set. Technician will provide eight hours of maintenance and inspection, or the customer may direct service/repairs each month. Any materials needed will be provided by the contractor. Items to be covered under the Planned Service Agreement (PSA) Listed below are items that are to be covered under the Planned Service Agreement (PSA). The Contractor will furnish hardware replacements, software upgrades, and additional software licenses as needed. Metasys P2000 Server and all components Software House CCURE 9000 Server and all components to include software upgrades. LYNX Systems and all components to include server seats, Licenses for LynxKeyPro, Licenses for the LynxMessengerPro. PIV/PIV Multi Class Card Readers and all components to include hardware replacement. Door Magnetic Contacts Multi-Output Power Supply/Chargers Electric Strikes Maglocks Exit Detectors PIR Detectors Glass Break Sensors Door Contacts Pneumatic Push Buttons Network Video Recorders and all components to include additional software licenses. Network Cameras and all components to include additional software licenses. LED Monitors All Fiber and Fiber Connections Network Switches to include POE and POE+ Uninterrupted Power Supplies (UPS) Plenum Composite Access Cable Panic Buttons Access Control Panels All Cabling Motion Detectors Door Release Buttons Airphones Door Access Control Readers Access Control Panels Camera and Monitor Mounting Brackets Video Surveillance Software Relocation of hardware, software, cabling and wiring as needed. All Surveillance and Access Control devices that are installed by Johnson Control or an approved Sub- Contractors by Johnson Control. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. CONFIDENTIALITY AND NONDISCLOSURE, it is agreed that: 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 CO at the end of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, 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 CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e6b8e57dda241edb1d4f3a170ec736b/view)
- Record
- SN07526026-F 20250730/250728230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |