SOLICITATION NOTICE
J -- MAINTENANCE OF THE ACCESS GOLD SECURITY CONTROL SYSTEM
- Notice Date
- 2/27/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
- ZIP Code
- 93523-0273
- Solicitation Number
- RFQ4-P2JJ00112-BGB
- Response Due
- 3/16/2002
- Archive Date
- 2/27/2003
- Point of Contact
- Brian G. Bowman, Contracting Officer, Phone (661) 276-3329, Fax (661) 276-2904, Email brian.bowman@dfrc.nasa.gov - Becky A LaGrone, ITI/SCSC Acquisitions Assistant, Phone (661) 276-5813, Fax (661) 276-2243, Email becky.lagrone@dfrc.nasa.gov
- E-Mail Address
-
Email your questions to Brian G. Bowman
(brian.bowman@dfrc.nasa.gov)
- Description
- NASA/DFRC plans to issue a Request for Quotation (RFQ) for Maintenance on Dryden's Security Access Control System. Under this solicitation, maintenance is defined as: ? Remedial service to fix malfunctioning or broken equipment, ? Minor upgrades or changes, (e.g., moving a card reader, removing a reader, changing firmware, obtaining and installing updates to the software) ? All applicable preventative maintenance, and ? System testing of all of the above, including demonstration of operability. Equipment to be maintained includes approximately: ? Nine (9) IC-1600 16 Channel Intelligent Controller ? Ten (10) CE-1600 16 Channel Expander ? Eight (8) Memory Expansion Boards ? One hundred and twenty six (126) ProxPro Readers ? One hundred and eleven (111) Reader Interfaces (4-In, 2-Out) ? Fifteen (15) Reader Interfaces (4-In, 2-Out,Expandable) ? Nine (9) Contact Expansion Modules ? Electrical and mechanical operators for 17 roto gates, ? Electrical and mechanical operators for 1 vehicle sliding gates (Bldg 4917,) ? Electrical and mechanical operator for 1 vehicle swing gate (Bldg 4720,) ? Electrical and mechanical operators for 2 disabled access gates (Bldgs 4840, 4830) ? Approximately 120 power supplies/transformers for the Access Gold? Controller panels and readers and associated battery back-up systems, ? Approximately 20 associated short-haul modems, ? Approximately 126 relays used to control elevators or doors, ? Approximately 91 electric doors strikes and their power supplies, ? Approximately 2 electro-magnetic locks and their power supplies, ? Approximately 3 video camera systems, their power supplies, and associated cabling, ? The four-door controller for the maintenance area of the DAF, and ? Interconnecting cabling between the system components. All of the items to be maintained are controlled by (and must interface with) the Access Gold? Security Access Control System which reside on 3 operational Dell Optiplex Computers with Microsoft Windows 95 operating systems, internally mounted 3-1/2" 1.44 Mb Diskette Drive, built in CD-ROM drive, 4.0 GB SCSI hard drive, 64 MB RAM, with 15-inch VGA Color monitors, 1 parallel port, 2 Serial ports, a 16 port serial expander, all have internal IOMEGA 2 GB Jaz Drives with Seagate Backup Exec Software. Two of the CPUs have 2 additional Serial ports. There is an identical spare computer without the 2 additional Serial ports. All of these computers have Dell service for the first two years. The contractor is required to maintain the software on these systems, the video camera, digital signature pad, and the Fargo ProL printer that is used to print the Proximity picture badges. There are uninterruptible power source systems for each of the computers that are to be maintained also. The maintenance shall be available on an as-called-for basis with up to 5 on-site visits per month included in the basic charges. Maintenance hours are Monday through Friday 7:00 a.m. to 5:00 p.m. A telephone response is required within 4 hours of reported trouble. Unless agreed upon by both NASA and the contractor, on site support is required within 48 hours (based on the twenty-four hour day.) A 90-day warranty period shall cover the labor. Preventative maintenance is to be performed on all of the vehicle gates and roto gates covered in this contract. Movable parts are to be inspected for wear, lubricated if needed and dirt and dust are to be removed from the workings on a quarterly basis. All battery backup units and uninterruptible power source systems are to be inspected quarterly and the batteries are to be replaced when needed. All electrical enclosures are to be inspected and any dirt or dust is to be removed from them at least once every six months. All locking mechanisms are to be inspected and their proper alignment and working order is to be verified quarterly. The badging station printer is to be realigned and cleaned at least twice a year or as needed. Any update to the system software is to be installed as soon as practicable after its' release. All parts shall be furnished by the contractor. The scope of this Statement of Work is not to preclude other associated portions of the entire security system for Dryden. This is to include, for instance, fencing, gates, both personnel and vehicle, closed circuit video applications, installation of either fiber optic cabling or copper cabling, upgrading of computer systems and/or software, integration of intrusion detection alarms, and installation of intercom systems. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/DFRC intends to purchase the items from Practical Technologies. All items are controlled by and must interface with the existing NASA/DFRC security system, which is Access Gold? Security Access Control System residing on three (3) operational Dell Optiplex computers. In addition, NASA/DFRC has several specially modified security access systems that have been specially built by and are proprietary to Practical Technologies, Inc. who owns all the data and drawings. In accordance with FAR Part 6.302-1, NASA deems the Access Gold? Security Access Control System and their maintenance to be available only through the original source, Practical Technologies, Inc. This Purchase is considered to be a follow-on contract for the continued maintenance of the Access Gold? system installed and developed for NASA/DFRC. Award to any other source would result in substantial duplication of cost to the government that is not expected to be recovered through competition. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on March 8, 2002. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the agency. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
- Web Link
-
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24#100355)
- Record
- SN00031984-W 20020301/020227213356 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |