SOLICITATION NOTICE
63 -- Provide and install security access control equipment at selected gates and doors at the NOAA NMFS Laboratory in Galveston
- Notice Date
- 8/29/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- Reference-Number-NFFN7400500088CMM
- Response Due
- 9/8/2005
- Archive Date
- 9/23/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Galveston Laboratory, Galveston, TX to provide and install security access control equipment at selected gates and doors at the NOAA NMFS Laboratory in Galveston. The electronic access control system is to include closed circuit television (CCTV) cameras, monitors, alerting buzzers, electric or magnetic locking mechanism on doors, card readers, associated operating software and wiring, and necessary training for operating and maintenance for the system. Increased quantity options may be exercised as funding becomes available. This constitutes the only Request For Quote (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NFFN7400500088CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The FAR clauses incorporated into this acquisition, located in Section B, shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Jul. 2005) (Sections 5, 14, 16, 17, 18, 19, 20, 23, 26, and 31), 52.217-5 Evaluation of Options (Jul. 1990), 52.217-6 Option for Increased Quantity (Mar. 1989) {The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The increased quantity options that may be exercised are as follows subject to the Availability of Funds: Option I ? provide and install security access control equipment in building 305 and Maintenance/Archive building (M/A), Option II ? Seawater Wet Lab; Option III ? Building 216.}. The contractor will be required to provide and install the equipment in CLIN 0001 within 90 calendar days after notice to proceed is issued. Ordering option items is contingent upon the availability of funds. Option items may be ordered at any time between the date of award and December 31, 2007 by issuance of a modification to the purchase order that results from this notice. The schedule for the delivery and installation of option items order will be on the same schedule as CLIN 0001 unless parties mutually agree upon otherwise. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be from date award is made through December 31, 2007.}, 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Jan 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 52.212-1 Instructions to Offerors ? Commercial Items (Jan. 2004){The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations: 1) Information provided must indicate contractors ability to provide and install security access control equipment and meet the required delivery schedule; 2) Information provided must indicate the exact equipment to be installed and the new equipment and installation must accommodate local environmental conditions and include wiring and software that integrates into the existing electronic access control system; 3) Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided services that are the same or equal to that described herein; 4) Price; factors are all of equal importance to one another technical and price are considered equal}, 13.215-73 Inquiries (Mar. 2000), 1352.252-71 Regulatory Notice (Mar. 2000). FAR clauses and provisions are available on the Internet Website. Full text of these CAR clauses and provisions are available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAMD, Attn: AMD/Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Wednesday, September 7, 2005. Offers may be faxed to 816-426-5067 or (816) 426-7530, Attn: Carey Marlow. In addition to technical information and price, offers must include the following: 1) a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2) certification of registration in the Central Contractor Registration database; and 3) Performance references for requirements that are comparable to those stated within.. Price proposal shall provide a breakdown of costs. Prices shall include the cost per job, and grand total of base plus optional tasks. This is a firm fixed price request. DESCRIPTION: Install and electronic access control system at the NOAA NMFS Laboratory in Galveston. The system is to be computer controlled and include card reader access control at vehicle and pedestrian gates and on entrance doors in Building 306, Building 302, Building 216, the Maintenance/Archive Building (M/A) and the Seawater Wet Laboratory (per drawing available at http://www.ago.noaa.gov/fieldoffices/crad/acq_index.htm). The contractor?s proposal must treat the work and cost of each building separately. The basic proposal is for Building 306 and the main entrance gate. Each of the other buildings (Building 302 and pedestrian gates, Building 216, and M/A building and Wet Lab) are treated as options, to be exercised as funding becomes available. The contractor must identify the exact equipment to be installed and the new equipment and installation must accommodate local environmental conditions and include wiring and software that integrates into the existing electronic access control system. The contractor shall provide and install access control equipment at the NOAA NMFS Laboratory in Galveston at specified locations in specified buildings. The equipment must be able to withstand environmental conditions subject to salty air, high humidity, and high temperatures. The contractor shall install new equipment, material, resources and supplies necessary to operate an electronic access control system, CCTV, door/gate locking mechanisms, monitors and software to integrate and be compatible with the existing system. The selected access control system, card readers and software must be capable for use with the current proximity cards being used and issued by the U.S. Department of Commerce Security Office (card currently being used are 37 bit Wiegand proximity cards). REQUIREMENTS: 1. Install electronic access proximity card readers at Government designated facility doors, fence vehicle gates and fence pedestrian gates. 2. Wherever possible use existing fiber, LAN or cable paring wiring to provide system connectivity. 3. Interior card readers will be capable of reading the High Intensity Display (HID) card a minimum between 0 and 3 inches. 4. Exterior pedestrian gate card readers will be capable of reading the HID card a minimum of 0 to 3 inches. 5. Exterior vehicle gate card readers will be capable of reading the HID card a minimum of 12 inches. 6. Install CCTV cameras, two-way intercom system and alert buzzers at Government designated locations. 7. All exterior equipment must be environmentally sealed to prevent humidity, water, and dust from penetrating the housings and damaging internal components and electronics. Must be composed of material to prevent cracking, wrapping, or damage due to long periods of exposure to sunlight. External CCTV must be environmentally sealed to prevent fogging or any interference with the CCTV lens, housing lens cover and operation functions. 8. Digital recording equipment will be used to record CCTV monitoring. The equipment provided will have a minimum of 30 days or 800 hours of video recording storage and shall be recorded at 4CIF resolution. A minimum of 60 frames per second will be recorded. Recorded information must be able to be downloaded and copied to CD disc(s). The minimum resolution for the cameras shall be 570 lines. 9. CCTV cameras will have auto-adjusting irises. 10. Recording equipment must be capable of motion and event re-action recording. 11. CCTV will project a color image in the daylight hours and a black & white image during hours of darkness. 12. Resolution of the CCTV cameras must present a clear, crisp and sharp image both during daylight and nighttime hours. 13. CCTV monitors will be capable of projecting both color and black and white picture. 14. The system equipment and software must be compatible with a 26-bit HID proximity card operating at 125 KHz. 15. Two main entrance doors in each building (Bldgs. 302, 306, 216, M/A, and Wet Lab) must be secured with either an electrical or magnetic locking mechanism. 16. Whatever locking mechanism selected it must fail in the open position in the event of a fire. That is, in the event of a fire and a pull station is pulled the locking mechanism must unlock allowing the doors to open for emergency evacuation. 17. At least 24 hour battery back-up power will be provided to ensure the doors remain locked in the event of a general power failure. 18. All doors secured with the access control system must have either a mechanical or other override system to allow the doors to be opened from the inside without any delay for emergency exiting. 19. Doors selected as the main entrances to Building 306 and Building 216 will have remote opening capability and two-way intercom communications from the door to upstairs, second floor offices; the entrance will be monitored by CCTV camera connected to four monitors placed in four designated offices; an alert buzzer at the entrance transmit to the designated offices in order to announce the presence of personnel requesting entry. 20. All wiring and cabling used will be installed in such a manner to be out of visual sight, unless otherwise approved by the Government. 21. Conduit used for interior wiring will be plastic or PVC type material. Conduit used for exterior wiring will be made of a metal type material to deflect the effects of local weather conditions. All conduits whether inside or outside will be painted to match current paint schemes. 22. Doors selected to receive the card readers but are currently under renovation will have the equipment installed at a later date, upon completion of the renovation, as determined by the Government. 23. Prior to the Government accepting the access control system the contractor in concert with the Government will perform an operational test on each and every card reader, CCTV camera, Door locking mechanism, two-way intercom system and software. 24. The operational test for the CCTV cameras will be conducted during daylight and nighttime hours. During nighttime the test will be conducted at the darkest part of the hours to ensure there is adequate light to project a shape, crisp clear image on the monitor. Equipment and installation work described above shall be applied to Building 306 to include CCTV cameras, monitors, and intercom, one vehicle entrance gate, and three pedestrian gates. Options: Option I 1. Equipment and installation work described herein applied to Building 302 and the M/A Building (excludes CCTV cameras, monitors, and intercom). Option II 1. Equipment and installation work described herein applied to the Wet Lab, two vehicle entrance gates and two pedestrian gates (excludes CCTV cameras, monitors, and intercom). Option III 1. Equipment and installation work described herein applied to Building 216 (includes CCTV cameras, monitors, and intercom). NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BASE YEAR - BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1 ? Base - (Provide and install security access control equipment in Building 306 as described herein) $______________________ Line Item # 2 ? Option I (Provide and install security access control equipment in Building 302 and M/A Building as described herein) $_______________________ Line Item # 3 ? Option II (Provide and install security access control equipment in Seawater Wet Lab and Gates as described herein). $_______________________ Line Item # 4 ? Option III (Provide and install security access control equipment in Building 216 as described herein). $_______________________ GRAND TOTAL $______________________ (Base plus 3 options) Delivery Schedule Base Required Delivery: 90 days ARO, but, NLT December 31, 2005 (Assuming that the Government will make award by September 12, 2005) Proposed Delivery Date: ________________________ DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
- Place of Performance
- Address: NMFS / SEFSC, GALVESTON LABORATORY, 4700 AVENUE U, GALVESTON, TX 77551
- Zip Code: 77551
- Country: USA
- Zip Code: 77551
- Record
- SN00881561-W 20050831/050829211713 (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 |