Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

63 -- To provide, install and train, in the complete use of a comprehensive, integrated, security management system for Bank Hall, Fort Bragg, NC.

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-07-T-0105
 
Response Due
9/25/2007
 
Archive Date
11/24/2007
 
Point of Contact
Terry Spain, 910-907-4747
 
E-Mail Address
ACA, Fort Bragg
(terry.joe.spain@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This Solicitation document W91247-07-T-0105 is issued as a Request for Quotation (RFQ) for Security Management System in accordance with the Governments requirement. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-20, effective September 17, 2007. Notice of Total Small Business Set-Aside. Proposals are solicited from small business concerns. Offers received from other than small business concerns shall be considered nonresponsive and will be rejected. The associated NAICS code is 561621, SIC code 7382 and size standard is $11.5 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. This requirement is to provide, install and train, in the complete use of, a comprehensive, integrated, security management system. A detailed Statement of Work is provided below. For further information please email terry.joe.spain@conus.army.mil. To provide, install and train, in the complete use of, a comprehensive, integrated, security management system for Bank Hall, Building 3915, Fort Bragg, NC as described below in the Scope of Work. SCOPE of Work: 1. Installation a. The supplier shall supply and install all system components covered by this scope. Wires labeled at termination points, wire management at controllers, DVR rack. b. The Government will provide a dedicated AC power circuit to the point of installation for each system component requiring AC power. c. The system software shall be capable of operating on Windows 2000/XP. Help files will be in Adobe Acrobat format with word search functionality. d. Site access must be cleared through the security office located in building D-3206. Contractor access requirements include full name with drivers license information given at least one work day prior to arrival. No photographs of personal or equipmen t authorized. e. Contact the Directorate of Public Works (DPW) at 910-396-2722 and the Directorate of Information Management (DOIM) at 910-396-8200 prior to any excavation around the building. Contractor needs to contact unit in addition to the DPW and DOIM since they may not have the as built drawings at the time of installation. 2. System Architecture: General a. All security/camera devices located at Bank Hall will terminate at the staff duty desk for monitoring to include door alarms. A line with CCTV feeds and alarm messages will run back to the Bryant Hall Security office for monitoring. b. All exterior components will be protected against lightening damage. c. There will be at a minimum, a four hour 120V (battery back-up) UPS. Each UPS will have at a minimum 6 receptacles to plug equipment into. UPS will provide back up power for all camera systems, DVRs. 3. Closed Circuit Video System a. Matrix/Switcher 1) Switcher/Controller shall provide up to 96 inputs, 16 outputs, and up to 10 keyboards. 2) Switcher/Controller shall have Pelco coaxitron protocol. b. DVR 1) The base system shall support an optional software link to closed circuit video capture stations. 2) Minimum of one DVR will be required it shall be equipped with a hard drive size of at least 500 gigabytes or capable of recording 24hrs a day for 14 days at 3-5 frames per second. The DVR will need to support 16 cameras. 3) The DVR will support data file export via DVD and USB. 4) The DVR shall be compatible with the remote software at Bryant Hall. c. Cameras Pan-Tilt zoom cameras. (8) interior and (7) exterior.(Drawings TBP at site visit) Fixed cameras. (9) Dedicated t o covering the entrances. (Drawings TBP at site visit) 3) All fixed cameras will have a 60 degree minimum viewing angle with 50 meter field of view clarity for indoor facial identification. 4) All interior pan-tilt zoom cameras will have 100 meter clarity for facial identification. They will operate in color in well lit corridors and switch over to black and white under low-light conditions. 5) All exterior pan-tilt zoom cameras will have 200 meter clarity for facial identification. They will operate in color during daylight hours and switch over to black and white under low-light conditions. They will operate in surveillance with selec t device switching to assessment when an alarm event is detected. 6) All domes shall have smoked-tinted covers, and shall be of same make in Bryant Hall (Pelco type) 7) Exterior cameras will have armored flexed conduit on all exterior wiring, and shall be of same make in Bryant Hall. Conduit will be armored flex for all exposed wires. 8) Include mounting brackets for every camera. Exterior camera mounts, conduit, will be the same color as the building. The Government will provide the color not the paint. 9) Contractor will use all existing wiring from previous camera locations within Bank Hall. 10) Include document field of views for each camera on Microstation compatible software. 11) Install two Keyboards with joy stick. One in Bank Halls FMs office One in the library. 12) All Pan-Tilt Zoom cameras will be programmed to a pre-set detect position and home positions. 13) There can be no penetrations through the roof. Once exterior cameras are installed, they shall be accessible without the use of a lift. d. Door Contacts 1) All doors shall have a balanced magnetic switch installed, regardless if door leaf is inactive. a. Single doors will report as a single zone. b. Double doors will report as a single zone. 2) All zones will report to a local LCD keypad/reader for alarm notification and will report to Bryant Hall for archiving. 3) All zones will interconnect with CCTV system to allow alarm call up. e. Flat Screen Monitors 1) Install six 23 inch flat screen monitors with wall bracket mounts with the ability to pivot vertically and horizontally. a. Four at Staff Duty desk b. One in the FMs office c. One at the library desk 2) Include six color quad multiplexers and provide one spare. All cameras will pass through the quads and then terminate at the DVR. a. Four at Staff Duty desk b. One in the FMs office c. One at the library desk 3) Install one 42 inch flat screen monitor with wall bracket in AT/FP office located on the 6th Floor of Bryant Hall to view all CCTVs in Bank Hall. Customer will supply fiber optic link from Bank Hall to Bryant Hall. All monitors will match existin g monitors in Bryant Hall (Dell Monitors). 4. Guarantee/warranty a. The Contractor shall warrant all equipment furnished to be new, undamaged, and free from defects and in conformity with the requirements specified within this document. b. The Contractors obligation shall include removal, repair or replacement, transportation, re-installation and testing without charge to the Government, all or any parts of the system found to be defective due to faulty materials or workmanship for a period of 12 months after system installation. 5. Documentation and Training a. Complete documentation shall be provided which covers all aspects of the system operation. Documentation that covers the following topics shall be provided: 1) An easy to use operation guide, electronic and hard copy for non-technical and security staff. Training handouts to include screen shots to assist with note taking. 2) A system planning guide for collecting and preparing data - all planning assistance forms shall be provided. b. The Vendor shall provide at least 2 days of formal, hands-on training, using the purchased and installed system for 5 personnel per session. This training shall cover all aspects of system operation, management and troubleshooting (1/2 day) and Sys tem Administration and maintenance (1/2 day). The cost of this training shall be included in the tender price. 6. Performance Verification Testing (PVT) Following the completion of System Administrator training, the vendor will test all security system components in conjunction with the user two weeks prior to acceptance. All shortcomings will be corrected within 30 days of the PVT which will be prior to f inal payment. a. CCTV cameras shall pass 100% door contact test for camera surveillance and call-up assessment. 1) Presets field of views alarm generation reaction. 2) Home station field of view. 3) Video playback recording of each camera. b. System power loss will pass 100% test for the following. 1) UPS functioning. 2) Alarm generation. c. Operator commands will pass 100% test for the following. 1) Acknowledged alarms. 2) Place a zone in access. 3) Secure a zone. 4) Generate reports. 7. Drawings The Contractor shall furnish two complete sets of printed (Type F) (Electronic and hard copy) installation drawings to clarify the details of work included in this contract. In addition to electronic documentation in as built drawings which indicate, for example, the location of all supplied equipment in the system, all electrical box identifications, and cable identifications as installed under the terms and conditions of the final contract. All Government supplied drawings are not releasable without perm ission from the Government. The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors  Commercial Items, FAR 52.237-1 Site Visit, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil), FAR 52.212- 2 Evaluation  Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2 (b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance s pecified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its recei pt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications  Commercial Items. The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions  Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, FAR 52.204-7 Central Contracto r Registration, FAR 52.252-2 Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil), DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.212-7000 Offeror Representations and Certifications  Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7002 Qualifying Country Sources, DFARS 252.232-7010 Levies on Contract Payments, For electronic commerce information pertaining to DFAS web invoicing (WinS), which enables the current paper based vendors to submit invoices electronically, at little or no cost, visit the following DFAS web site: http://www.dfa s.mil/ecedi. TO ACCESS PAYMENT STATUS ELECTRONICALLY: www.dod.mil/dfas/. Payment will be made by: Defense Finance and Accounting Services (DFAS), 325 Brooks Road, Rome, NY 13441-4527 (Customer Service: 800-553-0527). Payment will not be made under this contract until all items have been received and accepted. Applicable clauses under FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-3 Co nvict Labor, 52.222-19 Child Labor  Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other E ligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer  Central Contractor Registration, 52.222-41 Service Contract Act of 1965, as amended, 52.222-42 Statement of Equivalent Rates for Fe deral Hires. Applicable clauses under DFARS 252.212-7001: 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data  Commercial Items, 252.227-7037 Validati on of Restrictive Markings on Technical Data, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea. ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor ma npower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Co ntracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, em ail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-contactors ); (8) Predominate Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identificat ion Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and sub-contractors performed the work (spec ific zip code in the United States and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employ ees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors m ay use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for tr ansferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific format for the XML direct transfer may be downloaded from the website. APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 4) dated 5/29/2007. A copy of this Wage Determination can be found at http://www.wdol.gov. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furn ished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: 29086 Engineering Technician VI, $26.15. SITE VISIT ARRANGEMENTS. An organized site visit has been arranged to inspect the site. The site visit is scheduled for Friday, 21 September 2007 at 09:00 am local time. Anyone wishing to visit the site should do so at this time. Persons interested in attending the site should be at the Directorate of Contracting, Bldg 1-1333 Macomb and Armistead, Fort Bragg, NC no later than 08:45 am local time. Electronic notification of attendance must be received no later than 4:00 pm 20 September 2007. Email inte nt to: terry.joe.spain@conus.army.mil. Submission of offers shall be forwarded by Tuesday, September 25, 2007, 4:00 PM local time using either facsimile at (910) 396-7872, email at terry.joe.spain@conus.army.mil, or mail to Directorate of Contracting, Bldg. 1-1333 Macomb & Armistead, Fort Bragg , NC 28310-5000. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABK/DABK07/W91247-07-T-0105/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01411129-F 20070920/070919144834 (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.