SOLICITATION NOTICE
63 -- To provide, install and train, in the complete use of, a comprehensive, integrated, security management system for Kennedy 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-0106
- 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-0106 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 Kennedy Hall, Building 3915, Fort Bragg, NC as described below in the Scope of Work. SCOPE OF WORK: 1. Installation a. The contractor 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. Government will provide installation of electrical power and conduit with pull strings for security system wiring. 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. The user interface shall incorporate an active graphics module, allowing operators to view doors opening and closing, points changing state, and to perform manual commands such as lock doors, unlock doors, arm areas, disarm areas and bypass points. A lso, it will include interface zone controls and door assignments. e. 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. Work hours will be limited to 0800-17 00 hours. Exceptions will be handled on a case by case basis. No photographs of personal or equipment authorized. f. 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 Kennedy Hall security devices will terminate in the electrical room where the Control Board(s) will be located. A line (ran within installed conduit) with CCTV feeds and alarm messages will run back to the Bryant Hall Security office for monitoring and recording. This will include intercom video images with voice. b. The system software shall have the flexibility of being configured to support a minimum of 4 controllers. One Controller will manage the NonCommissioned Officer Academy side (NCOA) side, one controller will manage the Warrant Officer Course side; on e controller will manage the 18F side and one controller to manage the Bryant Hall system. One Spare Controller will be provided for troubleshooting and replacement. c. Each controller shall support a combination of 24 application modu les. d. The security system will incorporate proximity technology. The controller shall support unique cards having up to 7-digit ID numbers with ability to handle multiple facility codes (minimum of seven buildings). e. Four conduit junction boxes will be in installed for future expansion, two on the NCOA side and one on the WO side and one in the basement 18F side. f. The system will have a remote door release capability. Bryant Hall will control the loading dock and Kennedy Halls main entrance after hours. The NCOA will control their east exterior entrance side, the WO will control their front side and the 18F wil l control their own interior basement double doors. Each element will only control doors assigned to them including public access doors with the leads terminating in each operation office. (1ea NCOA, 1ea WO, 1ea 18F and 1ea master in Bryant Hall) g. All exterior components will be protected against lightening damage. h. 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, alarm monitoring and badging stations. 3. Photo ID and Badging a. The security system will support a photo proximity badge system capable of capturing the color image and/or signature of a cardholder and saving it as part of the system database, and of producing a high quality color badge using the same images from the database. This system shall be a Windows-based system with the same intuitive operation required of the base system software. b. Provide 3,000 Proximity cards, 400 combination cards (Proximity, Wiegand) and 300 blank cards for training. c. The badge system will be capable of running on the same computer as the alarm system. d. The badge system will support combination card compatibility (Proximity, Wiegand). e. Provide 3 each manual punches for cards. f. Provide 3 each digital camera systems at least 6 megapixels for capturing images with removable memory card. g. Provide 3 memory card readers. 4. Badge Printing The badge 3 system will be compatible with a Model P240 (Zebra) printer. a. Provide each badging systems. 1 each NCOA, 1 each 18F, 1 each Warrant Officer course. b. Provide 4 each color printer cartridges as spare parts package. c. Provide 1 each portable back up badging system. 5. Closed Circuit Video System a. DVR 1) The base system shall support an optional software link to closed circuit video capture stations. 2) Minimum of two DVRs will be required (one dedicated to record Kennedy Hall and the other to record Bryant Hall) with each being 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. Each DVR will need to support 16 cameras. 3) The DVR will support data file export via DVD and USB. 4) The DVR systems need to be compatible with the remote software already in Bryant Hall. b. CCTVs 1) Pan-Tilt zoom cameras. 6 interior and 6 exterior. (TBD at Site Visit) 2) Fixed cameras. 6 Dedicated to covering the entrances (TBD 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 select device switching to assessment when an alarm event is detected. 6) All domes shall have smoked-tinted covers, and be of same make as cameras in Bryant Hall (Pelco type). 7) Exterior cameras will have armored flexed conduit on all exterior wiring. 8) Include mounting brackets for every camera. Exterior camera mounts, conduit, will be the same color as the building. 9) Include document field of views for each camera on Microstation compatible software. 10) Install Keyboard and one joy stick controller to zoom, switch views and acknowledge alarms in Kennedy Hall from Bryant Halls security room. 11) Install estimated 150 of conduit in the basement for the 18F CCTVs. (see drawing ET101) 12) All Pan-Tilt Zoom cameras will be programmed to a pre-set detect position and home positions. 13) The CCTV system shall capable of providing switching and control of up to 96 video inputs and 48 monitor outputs from any one of up to 16 keyboards. Receiver/Dome control shall be Coaxitron/RS422. c. Sensors Door sensors will be installed on the two basement emergency exits. An audio and video alarm will sound in the Bryant Hall Security Office when a basement door is opened. Double doors require a sensor per door. d. Flat Screen Monitors 1) Install four 17 flat screen monitors with wall bracket mounts with the ability to pivot vertically and horizontally. 2) Include 5 color quad multi-plexors and provide one spare. All cameras will pass through the quads and then terminate at the DVR. 3) Install one 42 flat screen monitor with wall bracket in AT/FP office located on the 6th Floor to view all CCTVs in Bryant Hall and Kennedy Hall. All monitors will match existing monitors in Bryant Hall (Dell Monitors). 4) Install all necessary cabling within Bryant Hall. 6. ACCESS CONTROL a. Access Controlled Doors The following doors (13 Total) will be controlled. See attached door hardware schedule for which doors have electric latch and door contacts only. 1)Exterior Doors A) Main Entrance B) Warrant Officer course Parking Lot Entrance C) Reilly Road (east) Warrant Officer course Entrance D) NCO Academy Student Entrance E) Loading Dock (Basement) Entrance 2) Interior Doors. See drawings for which require readers on both sides. A) First Floor Breeze Way Entrance {Note: The Basement Breezeway Door is already configured} B) First Floor Stairwell Door (NCOA side) C) Northeast Corridor Door (NCOA side) D) Northeast Classroom Door (NCOA side) E) Northwest Classroom Door (NCOA side) F) Northwest Corridor Door (NCOA side) G) Southeast Corridor Door (Warrant Officer Course side) H) Southwest Corridor Door (Warrant Officer Course side) 3) Access control to include set points for unlock timeout and hold open times. b. Proximity Card Readers (45 Total) All access control door proximity readers will measure 5X5, and will mount on a single gang box, and the turnstile readers will be mullion readers. All proximity readers will be from the same manufacture. 1) Mount two proximity card readers on the magnetic doors described above to include two additional readers to be mounted on the Basement Breezeway Door. The following card readers are configured and will need to be installed. Two in the breeze way be tween Bryant Hall and Kennedy Hall first floor and basement, four in Bryant Hall turnstiles, two on the sixth floor of Bryant Hall. 2) Mount two card readers on the Ardennes Road Parking Lot Gate. Installation will include wire run from the gate to Bryant Hall. c. Intercoms Six color videophone Intercoms (speaker/transmitter/video) Six video door stations are provided by End user, Part number AX-DVF. Head end unit provided by bidder and shall be compatible with door stations (see diagram). The slave videophones located in th e Operations Rooms will be able to unlock the following, magnetic doors: 1) NCO Academy Operations Main Entrance, NCO Academy Wing 2) Warrant Officer Operations Mai n Entrance, Warrant Officer Wing 3) All exterior intercoms shall be vandal resistant, pan tilt, color video, weather resistant stainless steel with weather resistant top and side covers. The Dimensions of the recessed box shall be 9-1/16in High by 6-1/8in width by 2-11/16in deep. d. Biometrics (see drawing) The 18F committee requires Biometrics. Two each hand geometry readers on one class room, (see ET102). Two each finger print Biometrics readers located in the basement SCIF (see ET101). Biometrics readers will be networked. Biometrics enrolment station incl uded with badging station for 18F. The supplier shall include one of each reader as back up parts. e. Application Component Modules (Dual Door Modules, 16 Total) Every duel door will have a dual swipe and every sensor and gate will have its own application module that terminates into a Control Module. Each port must accommodate 1 door or 2 card readers. 1) New Doors with dual swipes = 12 modules (NCOA Classroom Doors share the same module) 2) Breezeway Basement Door = 1 3) Sensors = 2 4) Parking Lot Gate = 1 * Add a 10% stockage of spare Application Modules. f. Report generation 1) A complete and fully featured report generator shall be part of the security application, providing the Administrator with the utilities to create reports from the database and controllers event files saved on disk. 2) Each report destined for the printer must contain a header that indicates the site, page number, number of pages contained in the report, date/time, report name, and operators name. 3) Software to include floor plan with access control devices and sensors devices shown on screen. Screen to provide alarm status change notification. g. Report Destination 1) Each report requested by the user shall have a selectable destination of SCREEN, PRINTER, or FILE. 2) If the user selects FILE, a standard Windows Save As dialog box will be presented to the operator, where a file name and directory destination for the report can be chosen. All reports will be compatible with Microsoft Excel or Word. 7. 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 p eriod of 12 months after system installation. 8. 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 Contractor 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 S ystem Administration and maintenance (1/2 day). The cost of this training shall be included in the contract price. 9. Performance Verification Testing (PVT) Following the completion of System Administrator training, the Contractor 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 final 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 fi eld of view. 3) Video playback recording of each camera. b. Card readers shall pass 100% test of the following access control and detection alarm message. 1) Unauthorized user proximity and combination cards. 2) Expired user proximity and combination cards. 3) Out of zone user proximity and combination cards. 4) Authorized user proximity and combination cards. 5) Forced entry (via key), strike time and hold open. c. ICIDS shall pass 100% test for the following. 1) Secure and access modes. 2) Signal communications to Fort Bragg 911 center head end. d. Biometrics readers shall pass 100% test for the following. 1) Unauthorized user hand presented. 2) Expired user hand presented. 3) Authorized user hand presented. e. Badging stations will pass 100% test for the following. 1) Card capture. 2) Biometrics enrollment. 3) Card printing. f. System power loss will pass 100% test for the following. 1) UPS functioning. 2) Alarm generation. G. Intercom stations will pass 100% test for the following. 1) Call button. 2) Caller verification. 3) Remote door release. H. 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. 10. 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 .PDF and Microstation formats. The sh op drawings and diagrams are required. At the conclusion of the project, the Vendor shall provide one set of as built drawings which indicate, for example, the location of all supplied equipment in the system, all electrical box identifications, and cabl e identifications as installed under the terms and conditions of the final contract. All Government supplied drawings are not releasable without permission 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.dfas.mil/ecedi. TO ACCESS PAY MENT STATUS ELECTRONICALLY: www.dod.mil/2500 Leahy Avenue, Orlando, FL 32893--4400. 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. 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 01:00 pm 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 12:45 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-0106/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
- Zip Code: 28310-5000
- Record
- SN01411130-F 20070920/070919144835 (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 |