Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOLICITATION NOTICE

63 -- Security System and Security Fence

Notice Date
5/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
BATF05302006SEC
 
Response Due
6/13/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation. No other solicitation is available. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is a 100% small business set-aside. The North America an Industry Classification System (NAICS) is 561621 and the Business Size Standard is $10,500.000. The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has a requirement to procure the following: SCOPE OF WORK FOR SECURITY SYSTEM INSTALLATION/SECURITY FENCE OF ATF FIELD OFFICE Introduction The Bureau of Alcohol, Tobacco & Firearms (ATF) plans to upgrade the security in the garage of the Prince Georges Co. Police Department (PGPD) at 5012 Rhode Island Ave., Hyattsville, MD. ATF will require a complete tested and operational full security package prior to the move in date. Contractor Requirements All proposals must be for a complete turn key system. The equipment used must be non-proprietary. The Contractor shall provide a complete description of an itemized list of line item products and prices; to include software licensing if required. A table of contents detailing the proposed installation must be presented to the ATF security specialist Karen Porciello (202) 927-8870 assigned to this project. All security components installed become the sole possession of ATF. Contractors must be bonded and licensed in the state where the work is to be performed. Contractors shall show proof of insured receipt and pull all permits for job site with the lesser. All work must be conducted during normal business hours Monday thru Friday, these hours will be determined by ATF and can fall anywhere in between 7:00 a.m. - 6:00 p.m. ATF will not pay contractor for lost time due to not being able to gain entry to the premises outside agreed upon hours. All personnel must go through a criminal history background check prior to working on the project. Any personnel denied access after their criminal history background check has been completed will not be permitted to work on the project. Equipment Installation Requirements All proximity readers shall be installed at the ADA specified height of 48" and keypads shall be installed at the ADA specified height of 54". All cameras and motion sensors shall be mounted in the ceiling, monitors shall be mounted on the wall 5' to 6' from the floor where specified on the drawing unless otherwise noted or approved by the Physical Security Programs Branch. All installations must have shielded, twisted strand pair wire 22-4 or 22-2 or 18-2 in plenum rated cable and must be in conduit outside ATF space. Inside ATF space, wire must be in plenum shielded twisted strand cable. All wiring will be fastened every 10' to 15' with a piece of red tape to distinguish them from all other wiring. The Contractor will provide a security rack installed in the LAN equipment room to house all head end security equipment, tying every thing down, and shall leave approximately 15 feet to 20 feet of cable. The Contractor will provide a UPS with noise & spike suppression to provide 8 hours backup for card access and alarm systems. The Contractor will program all security points on the panels and input all zone description locations and device information in the security system and the Casi-Rusco access control system. The contractor will also provide as-built drawings indicating all wiring paths for the security equipment, making sure that electrical power is provided to monitors and other specialized equipment for installation, using 110 voltage power that shall be provided above or below the ceiling by the contractor or a third party. The Contractor shall provide 4 hours of operator training on all equipment to employees until they are proficient in working the alarm system, cctv system, and access control system, if a computer is being installed at that location. If existing equipment is being used to interact with the new security equipment it must be identified by the security specialist. If the office is not moving to a new site, and security upgrades are being installed, the old equipment devices existing must be made inoperable and removed from site and repairs made to any existing holes. Each alarm zone can only be assigned one device and homerun back to the panel. Doubling up of devices or tampers on zones will NOT be acceptable. A tamper switch must be installed on the alarm panel. Each device will be numbered coinciding with the zone it is assigned to and labeled in plain view with a permanent marker. The contractor will be responsible for testing the access control system with the Field Division where the Secure Perfect system is installed, this will require the contractor to have someone physically at the Field Division. If the contractor is installing the head-end, they will be responsible for fully training the staff in the Field Division on using the system. A final walk through of the space must be conducted with both the contractor and security specialist to verify the system has been installed and tested to the satisfaction of ATF prior to authorizing the release of payment. Interfacing Requirements with FPS Once the security system installation is complete, a test must be conducted with the Federal Protective Service (FPS) monitoring station that will be monitoring the alarm system. Each piece of equipment, must report to FPS on its own zone. The contractor is responsible for getting all the paperwork for the new alarm system to FPS 2 working days prior to the system becoming active. The contractor shall provide an AutoCad drawing by email or disk, indicating where all devices and wiring are located. Government Responsibilities The security specialist must approve any revisions made to the drawings. Drawings are provided to the contractor and will show symbols that indicate security equipment from as-built drawings. The government will complete all FPS paperwork dealing with ATF passwords and codes and after-hour call lists. After the completion of the security equipment, ATF security specialists will inspect the installation to make sure that everything is in working order and has been installed in accordance with the plans and specifications. ATF will pay the Contractor once the installation is completed in its entirety and an inspection has been conducted by the ATF security specialist verifying completion of the project. A security specialist will then complete a receiving report internally to the ATF Financial Management Division and payment will follow within 30 days. Penalties Delays in installation of the equipment outside the due date specified will delay payment to the contractor and could constitute a breach of contract. A 3% penalty of the overall award will be applied to any delay in the receiving services listed in this statement of work. The due date will be agreed upon in advance and contractor will be notified of the due date by e-mail. A contractor that fails to fulfill this contract in entirety within 30 days from agreed completion date, will have legal action brought against them. Warranty and Service Calls The contractor warranty will include a guarantee of all security equipment and workmanship, including all parts, labor, and shipping costs for one year from the date the purchase order is signed by the ATF security specialist indicating completion of the project. All travel costs to replace or repair equipment under warranty are the responsibility of the contractor. Further, the contractor will state in the bid, who will handle all services calls and any phone numbers needed by ATF to place service calls and guarantee a 2 hour response for an emergency and a 24 hour response for all other service related calls. An emergency is defined as any problems dealing with the alarm system, causing any of the doors not to be able to be armed. Equipment List to be Used, if Applicable (Check Drawings): Access Control System Equipment-Some equipment may not be necessary for this job Matrix switch controller system Pelco or Ademco Casi Rusco Secure Perfect Access control software package-latest version. Casi Rusco 16DO 16 ? Output Board Casi Rusco 20 Digital input Board Casi Rusco 3 amp power supply Casi Rusco Micro/5-PXN reader controller panel Casi Rusco 8RP reader interface boards UPS power supply system with noise & spike suppression to provide 8 hour backup for card access system. Camera/CCTV Equipment Pelco or Panasonic Camera with 1/3 color CCD high resolution auto shutter. 24 volt AC line use with DC power. CCTV and access control power supplies and cabling ancillary installation material must be included Farragut Street Entrance Installation of overhead door with a stand alone keypad and a CCTV camera. The CCTV camera will be mounted in order to view the door and observe traffic leaving the facility. The keypad will be installed on a gooseneck and will be powered from a low voltage power source. The camera will report back to the DVR that is located on the 2nd floor. Entrance by Prisoner Sally Port Installation of overhead door with a stand alone keypad and a CCTV camera. The CCTV camera will be mounted in order to view the door and observe traffic leaving the facility. The camera will report back to the DVR that is located on the 2nd floor. The stand alone keypad will be installed on the wall and will require vehicle operators to pull over to the left, punch in their code for the doors to operate. The doors will operate from a low voltage power source. A button will be located at the police desk to allow for remote opening of the overhead door. Additionally, chain link fencing covered with black fabric will be installed to isolate the loading dock from the garage. Both of the overhead doors will be tied into their particular buildings fire alarm systems and in the event of a fire alarm, the doors will open and remain open until the alarm is reset. Each overhead door will be equipped with a loop on the inside of the door. These loops will be used to open the doors for vehicle egress. The door by the sally port will be equipped with an electric strike and stand alone keypad. The existing lock hardware shall be used and the lock will be powered from a low voltage power supply. The existing magnetic lock shall be relocated by the PGCPD. Fencing A drawing will be provided during the on-site visit to show the fencing that needs to be installed with black fabric across the parking area to segregate the police parking from public parking. The fencing will be floor to ceiling and the fabric must match the existing fabric on site. Site Visit A site visit is scheduled for 10:00am EST. on June 6, 2006 at the following address. Prince Georges Co. Police Department (PGPD) 5012 Rhode Island Ave., Hyattsville, MD Due to security restrictions, this is the only site visit that will be permitted. This is a Firm Fixed-Price contract. The following provisions are applicable to this commercial item acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations; (Vendor must furnish Offeror Representations in writing); FAR 52-212-4, Contract Terms and Conditions-Commercial Items; FAR 52.217-9 Option to Extend the Terms of the Contract: FAR 52-212-5 and Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items; FAR 52.208-4. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. This award will be made utilizing the Simplified Acquisition Procedures under FAR Part 13. Award will be made to the responsive, responsible vendor meeting all the requirements listed above at the lowest price on an All or None Basis. Submit quotes to ATF 650 Massachusetts Avenue NW, Attn: Brian Wilkins Room 3290, Washington, DC, 20226, no later than June 13, 2006, 3.00pm EST. Alternatively, vendors may fax quotes or email quotes and questions concerning this procurement to Brian Wilkins, 202/927-7311 fax, or email to brian.wilkins@atf.gov.
 
Place of Performance
Address: Prince Georges Co. Police Department (PGPD), 5012 Rhode Island Ave.,, Hyattsville, MD,
 
Record
SN01058943-W 20060601/060530220317 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.