SOURCES SOUGHT
N -- Upgrade cardkey access system hardware
- Notice Date
- 6/21/2007
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1S0AX7142B009
- Response Due
- 6/29/2007
- Archive Date
- 12/12/2007
- Description
- Sources Sought Notice: The 412 TW/AFFTC, Edwards Air Force Base, CA is seeking potential sources capable of providing upgrade to existing cardkey access system hardware equal to the salient characteristics listed to meet the form, fit, and function of existing systems in accordance with the following Statement of Work: INTRODUCTION; The objective of this Statement of Work (SOW) is to secure the services of a licensed and bonded contractor to replace existing Access Control System control panels, hardware and circuit boards of the access control entry points at various locations on Edwards Air Force Base, California. 1. BACKGROUND; Existing access control entry points consists of D620 and S320 series hardware circuit boards that require replacement to the most current CK-720xx series hardware/circuit boards available. 2. SCOPE; The scope of work consists of a contractor replacing control panels, controllers, circuit boards, and other associated hardware required as part of this upgrade in areas identified in this SOW and areas to be identified on the job walk. All new installed hardware shall be of the most current model/series available by the manufacturer. All installed hardware must be compatible with the existing Johnson Controls Inc. - P2000 Access Control System. 2.1. The Contractor shall accomplish the following work;: 2.1.1. Replace control panels and D620 and S320 series circuit boards at identified entry control points in this SOW and other areas identified during the job walk; 2.1.2. Provide, install all other associated hardware as required at each entry control point; 2.1.3. Wire and connect door strikes, keypad readers and card readers as required; 2.1.4. Rewire, install new control circuits and cables at each entry control point as required for operation of upgraded panels; 2.1.5. Terminate all new controllers and devices; 2.1.6. Provide, install and connect back up batteries in each control panel; 2.1.7. In addition to battery backup, each control panel/controller (CK-720xx) shall have surge protection capability; 2.1.8. Replace and install door strikes, strike plates and card readers as required; 2.1.9. Test, demonstrate and check out all new control panels and new hardware for proper operation; 2.1.10. Contractor shall ensure that all components that are installed are fully compatible with the existing P2000 Access Control System; 2.1.11. Contractor shall program all new control panels into the P2000 Access Control System; 2.1.12. Provide as-builts for new work; 3. SUBMITTALS; 3.1. Approval by 412th EWG/EWS is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the contracting officer. After submittals have been approved by 412th EWG/EWS, no resubmittal for the purpose of substituting materials or parts will be given consideration unless accompanied by a detailed explanation of why a substitution is necessary. Provide submittals to 412th EWG/EWS prior to performing work. Submittals covering component items forming a system or items that are interrelated shall be submitted concurrently. Adequate time (a minimum of 10 calendar days exclusive of mailing time) shall be allowed for 412th EWG/EWS review and approval. Contractor shall provide the following submittals: 3.1.1. Names, social security numbers, place of birth, and citizenship of all persons requiring access to the work area; 3.1.2. List of materials to be used to include specification/data sheet and control diagrams as applicable;. 3.1.3. Critical spare parts list;. 3.1.4. Operations, maintenance, and repair manuals and instructions;. 3.1.5. Acceptance test plan submitted to 412th EWG/EWS at least 15 calendar days prior to final acceptance test;. 3.1.6. Contractor shall submit to 412th EWG/EWS four (4) each copies of project submittals for approval, and three (3) copies for information only. If approved, one (1) set of the submittal shall be returned to the Contractor;. 3.1.6.1. The Contractor shall provide separate price proposals for each major location: 4. REQUIREMENTS 4.1. The Contractor shall perform the work beginning July 9, 2007. Schedule shall be confirmed with the QAE, 412th EWG/EWS prior to start of work. 4.2. The Contractor shall become familiar with all details of work, verify all existing hardware, control panels, room numbers, dimensions, site conditions, and shall advise 412th EWG/EWS and EW-AS (Security) of any discrepancy before performing the work. 4.3. The Contractor shall ensure that all work (panel, hardware installs & P2000 System programming, other related work), shall be coordinated and approved by 412th EW-AS (Security) prior to start. 4.4. The Contractor shall ensure that the 412th EWG/EWS and EW-AS (Security) are updated on a weekly basis or sooner as needed of all project statuses 4.5. The Contractor shall maintain one set of paper prints to show the as-built conditions. These as-built marked prints shall be kept current and available on the jobsite at all times. All changes from the contract plans, which are made in the work or additional information which might be uncovered in the course of construction/installation, shall be neatly recorded as they occur by means of details and notes. 4.6. The Contractor shall send to 412th EWG/EWS two (2) each full size sets of reproducible construction record drawings (30? x 42?) and three (3) each CD?s in format compatible with AutoCad 2000i. 5. PHYSICAL SECURITY At the close of each work period, government facilities, property, and materials shall be secured. The contractor shall conform to the provisions of AFI 31-101 for safeguarding the government-furnished facilities, property and material contained therein. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the products or equivalent, listed above. Firms responding to this notice must identify their company?s capabilities to perform the requirements described herein, reference the number and indicate whether or not that they are a small business concern as defined in FAR 52.219-1. The NAICS code is 334511. The Small Business size standard is 750. The information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in July 2007. All responses may be sent via e-mail mary.uptergrove@edwards.af.mil or mailed to 412TW/PKDD, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Mary E. Uptergrove. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 29 Jun 2007.
- Place of Performance
- Address: Edwards AFB CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01324754-W 20070623/070621223343 (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 |