Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

63 -- Periodic and Emergency Maintenence for AECS/IDS

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, GU, 96543-4040, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1C7D57228A001
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-16 and DFARS Change Notice 20070426. This solicitation is set-aside 100% for small businesses. The North American Industry Classification System Code (NAICS) is 561621, size standard $11.5M. This is a best value award. The contractor shall provide the following: Provide skilled, specific, periodic and emergency maintenance for automated Entry Control System and Intrusion Detection System (AECS/IDS) SCOPE OF WORK FOR DET 5 AECS/IDS 1. DESCRIPTION OF SERVICES 1.1. SCOPE OF WORK. Contractor shall provide Vindicator qualified technician with security clearance to maintain Automated Entry Control System/Intrusion Detection System (AECS/IDS) at DET5 22SOPS. Maintenance requirements will include monthly testing and repair of all sensors and entry/exit devices with associated equipment for operations and reporting. This is to include corrosion control and cleaning of components as necessary to prevent premature failures. In addition, technician shall respond to failures in the system. The response time will be established as 24 hours for non-critical items and 4 hours for critical items. Critical failures would be failures that could preclude performance of the DET5 mission or that would require excessive manpower to provide security that otherwise would be provided by the system. 1.2 EVALUATION CRITERIA. Contractor shall have experience with Vindicator systems and associated hardware and software comprising the AECS/IDS. Contractor must have retainability equal to the period of the contract. 1.3 AREAS OF RESPONSIBILITIES. DET5 22SOPS, also known as the Guam Tracking Station (GTS), is located on Northwest Field, Andersen AFB. The AECS/IDS, manufactured by Vindicator, provides automated entry access to authorized personnel and intrusion detection and notification. This system is spread across buildings 32, 34, 36, 37, and 91. Buildings 32, 34, 36, and 37 are connected while building 91 is separated from the main complex by approximately 1200 feet. All alarms from this system are reported to building 23020 (36SFS) on Andersen AFB proper. 1.3.1. Buildings 36 and 91 are each encircled by 14-foot high Perifield fences which provide detection of personnel and vehicles within 50 feet of the structures. Each Perifield fence includes one 20-foot wide infrared gate activated by IPIDS sensors. Each fence has two exterior FDB boxes that provide processing of the sensors and communication. Total fencing is approximately 1,470 feet, has approximately 868 sensors. 1.3.2. Buildings 36 and 91 each has five exterior cameras, one interior camera, one motion sensor, and an interior FDB box. At building 91, one tower on which two of the cameras are installed will require maintenance. All other cameras are either mounted on towers maintained under another program or are affixed to lighting poles. 1.3.3. All FDB boxes provide communication into the Vindicator network on DET5 that ultimately reports to Andersen AFB at the 36SFS. All FDB boxes contain UPS (Uninterruptible Power Supply) systems. 1.3.4. Between all buildings there are 13 entrances/exits that provide automated access and 5 entrances/exits that are alarmed only. The combined access points employ 12 mag-locks, 1 electronic strike, 1 prox-reader, 13 prox-readers with keypads, 26 balanced magnetic switches, 12 egress button switches, and 15 MR-50 units for interface. These are all reported into the Vindicator system on DET5 and ultimately to 36SFS. 1.3.5. There are three V-5 processors in the system, one located in each building 34, 36, and 91. Building 34 hosts the V-5 Intrusion and V-5 Access Control Servers, the AECS badge enrollment equipment, and the central interface rack for all the sensors and cameras. This rack provides the central interface for the entire Vindicator network for DET5 and is the interface to 36SFS at Andersen AFB. 1.3.6. All Vindicator alarm indications are routed to building 23020 at 36SFS as the central monitoring and control point of the DET5 AECS/IDS. Within this building are 4 IFS modules, an Allegiant Video System, a High Definition Video Digital Recorder, 3 video monitors, a keyboard, mouse, and a Trendnet media converter. This equipment allows viewing and control of alarms and cameras located at DET5. From this location 36SFS directs all security responses to unusual situations identified at DET5. 1.3.7. This description may not be all-inclusive of equipment in the DET5 AECS/IDS but provides a basic inventory of what the system encompasses. There are additional media converters, video transmitters, fiber optics, etc., that enable the entire system to communicate and display information. 2. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government shall provide the facilities, fixtures, equipment and services listed here or in Appendix A. 2.1. Facilities. The government shall furnish or make available facilities described in Appendix A. No alterations shall be made to furnished facilities. The government will provide access to facilities as required. 2.2. Equipment. The government has an inventory of spares on hand and will provide these to the contractor in the course of maintenance and repair actions until exhausted. Required items that are eventually depleted or are not spared shall be purchased by the contractor with reimbursement being provided by the government. The government will furnish the equipment listed in Appendix A. 3. CONTRACTOR FURNISHED ITEMS AND SERVICES. Except for those items or services specifically stated in section 3 as government furnished, the contractor shall furnish everything needed to perform this contract according to all its terms and conditions. 4. GENERAL INFORMATION. 4.1. CONTRACTOR PERSONNEL. The contractor shall provide a contract manager and alternate/s who shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager and alternate/s shall act for the contractor when the manager is absent, and shall be designated in writing to the contracting officer, prior to contract start. 4.1.1. Telephone numbers of the contract manager or alternate must be provided to the government and promptly updated as changes occur. 4.1.2. The contract manager and all employees must be able to read, write, speak, and understand English. The government reserves the right to restrict employment of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being, or operational mission of DET5 22SOPS and its population. 4.2. QUALITY ASSURANCE. 4.2.1. The government will periodically evaluate the contractor?s performance. 4.2.2. The government is responsible for the inspection and acceptance of services authorized. All work shall be accomplished in a timely and professional manner. Work, which does not conform to the specifications contained herein, will be justification for rejection. Correction of any deficiency shall be at no cost to the United States government or Det 5 22SOPS. 4.2.3. The contractor will respond to written concerns or complaints received by the contracting office. (Note: Response in an action designated to correct or clarify a situation under question.) The contractor will provide the contracting officer a written response within 5 working days from the day the concern or complaint was received. 4.3. SECURITY REQUIREMENTS. 4.3.1. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by the security regulations of the installation. 4.3.2. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work period, all government equipment and materials shall be returned. APPENDIX A GOVERNMENT FURNISHED PROPERTY 1. Government Furnished Property: The government shall provide the following facilities, equipment, and supplies: 1.1. Facilities Access Building 32, Entry Control Point (DET5) Building 34, Operations (DET5) Building 36, Radome (DET5) Building 37, Tunnel (DET5) Building 91, Radome (DET5) Compound (DET5) Building 23020 (36SFS) 1.2. Equipment Quantity Item Item Number 12 EA MAG-LOCK 13 EA PROX READERS W/KEYPAD 1 EA PROX READERS 11 EA KEY OVERRIDE SWITCH 26 EA BALANCED MAGNETIC SWITCH 15 EA MR-50 (BOX ABOVE DOOR) 12 EA PUSH TO EGRESS BUTTON 6 EA F D B 10 EA CAMERA (OUTDOOR) 2 EA MOTION SENSOR 2 EA CAMERA (INDOOR) 434 EA SENSOR FOR PARA FIELD 4 EA I.R TOWER 1.2. Spares Quantity Item Item Number 13EA HOFFMAN BOX A16N12ALP 86EA SENSOR FOR PARA FIELD 74EA SENSOR FOR PARA FIELD (CORNER) 1BX SENSOR MOUNTS FOR PARA FIELD 9EA PEPCO CAMERA ENCLOSURE ALUM. EH3512-2 1EA PEPCO SUN SHROUD SS3512 2EA PEPCO WALL MOUNT FOR ENCLOSURE EM22 4EA PEPCO SECURITY CAMERA BLACK & WHITE 40311-054-2451 7EA PEPCO INDOOR CAMERA MOUNT 1EA PEPCO CAMERA BRACKET PCM150-6 Quantity Item Item Number 3EA PEPCO 1/3" VFCL 3.0-8MM CAMERA LENS 13VA3-8 1EA STAINLESS STEEL CAMERA ENCLOSURE SSH1295H-L 9BX STAINLESS STEEL HOSE CLAMPS 4" (ABOUT 850 PCS) 5BX STAINLESS STEEL HOSE CLAMPS 3 1/2" (ABOUT 200 PCS) 3BX WINSTED SHELF FOR EQUIPMENT RACK) 88093 12EA TRANSTECTOR SURGE SUPPRESSOR 1101-310 1EA ALTRONIX AC/DC DUEL OUTPUT POWER SUPPLY ALTV1224C 2EA ALTRONIX TRANSFORMER T24175 1EA ALTRONIX POWER SUPPLY AL300ULXB 5EA SECURITRON MAG-LOCK M62F 10EA SECURITRON MAG-LOCK M62 3EA VON DUPRIN 5100 SERIES ELECTRIC STRIKE VN-5EST1001 14EA COAXIAL CABLE FOR PARA FIELD 50' S24244K1073A15 1EA 6-PAK DOME SERIES INDOOR/OUTDOOR CAMERA ZCOH6-39NHF 1EA 24"X36" OUTDOOR BOX 1EA 24"X36" VINDICATOR BOX 1EA 24"X24" VINDICATOR BOX 2EA 10"X10" STAINLESS STEEL OUTDOOR BOX 3BX SUN SHIELD FOR I R GATE 11EA GE MIRROR OPTIC PIR AP669 15EA SENTROL WIDE ANGLE LONG RANGE PIR AP633A 6EA PROX PRO PROXIMITY READER 5355AGK00 1EA PROX PRO PROXIMITY READER WITH KEYPAD 16EA LARGE BUTTON PUSH TO EXIT BUTTON TS-2 8EA SMALL BUTTON PUSH TO EXIT BUTTON TS-7 1EA SIEMENS ELEKTR-TESTGERATE S24244-D1079-A1-1 5EA SMALL Z BRACKET AND COVER FOR MAG-LOCK Z32SS 9EA LARGE Z BRACKETS AND COVERS FOR MAG-LOCK Z62SS 1EA GE 4CHANNEL DIGITAL VIDEO RECEIVER 2CHANNEL DATA TRANSCEIVER VR7430-2DRDT 6EA BALANCED MAGNETIC SWITCH (BMS) 2707A-L 1BX STAINLESS STEEL BRACKETS FOR BMS 1EA STOPPER STATION WITH BOPPER STOPPER AND KEY RESET SS2410 4EA MAGNETIC SWITCH (FLUSH MOUNTING) MS-2049F 1EA SONY SPEAKER SRS-P7 3EA 3' HOSE WITH FITTINGS 4SPOOLS STAINLESS STEEL WIRE FOR PARA FIELD C24248-A3-C73 1 SPOOL OPTICAL FIBER CABLE 37XB 4SPOOLS MINIATURE COAXIAL FOR CCTV 1 SPOOL GROUND WIRE 1EA RELAY BOARD S24244-A1039-B5-01 13EA MR-50 BOARD MR-50 1EA VINDICATOR MODULE DES-6842T 1SPOOL GRAY WIRE 3 PAIR 1BDL PLASTIC RACE WAY 1EA EQUIPMENT RACK WITH HARDWARE Quantity Item Item Number 1EA WAVE DUNOMETER C24249-Z2-C2 1BX ASSORTED CAMERA CONNECTORS 2BX ASSORTED STAINLESS STEEL BRACKETS 1BX ASSORTED Z BRACKETS 1BX STAINLESS STEEL COVERS FOR MAG-LOCK 2BX MISCELLANEOUS HARDWARE This requirement will be for one year. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition; 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.232-33, Payment by Electronic Transfer-Central Contractor Registration; 52.233-3, Protest After Award applies to this acquisition; 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). The following provisions and clauses also apply; DFARS 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, but only the following clauses in paragraph (b) of clause apply: 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Transportation of Supplies by Sea ALTERNATE III (MAY 2002); 5352.201-9101, Ombudsman (Aug 2005). Quotes should reference RFQ No F1C4MG7107A0001. The POC for this acquisition is A1C Smith, (671) 366-1723; Fax (671) 366-1103, evan.smith@andersen.af.mil. Quotes may be emailed, faxed or hand-delivered to the 36th Contracting Squadron/LGCB, Attn: A1C Smith, Bldg 17000 Unit 14040, Andersen AFB, Guam 96543. Oral Quotes will not be accepted. Quotes must be received via fax, e-mail, by 21 September 2007, 1700 EST (UTC/GMT) -4 hours.
 
Place of Performance
Address: Andersen AFB, GU
Zip Code: 96929
Country: UNITED STATES
 
Record
SN01409538-W 20070919/070917221142 (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.