AWARD
N -- Award of Fort Carson Evans Army Community Hospital requirement to convert the Access Control System to Lenel Onguard System
- Notice Date
- 10/5/2011
- Notice Type
- Award Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-11-T-0397
- Response Due
- 9/19/2011
- Archive Date
- 11/20/2011
- Point of Contact
- Annie Jo Tucker, (719)526-4637
- E-Mail Address
-
MICC - Fort Carson
(annie.jo.tucker@us.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W911RZ-11-P-0237
- Award Date
- 9/29/2011
- Awardee
- B W ELECTRIC, INC (099904609) <br> 4305 NORTHPARK DR<br> COLORADO SPRINGS, CO 80907-4222
- Award Amount
- $23,200.64
- Line Number
- 0001, 0002
- Description
- Performance Work Statement (PWS) All Lenel supplies indentified in this procurement are brand name supplies. This is necessary to interface with the existing security system. As not to void the warranty products must be installed by Lenel certified installers. FT Carson Evans Army Community Hospital Access Control System Conversion to Lenel Onguard System Performance Work Statement Conversion of Electric Keypads to Lenel Onguard Access Control Security System Card Reader Installation 1. Overview. The FT Carson EVANS is converting the existing stand alone electric keypads to the Lenel Onguard Access Control System card readers. 2. Project Location. Evans Army Community Hospital, 1650 Cochrane Circle, Fort Carson CO 80913. 3. Performance Work Statement. The contractor shall furnish all labor, materials, supplies, equipment, transportation, tools, and supervision necessary to complete the conversion of the existing electric keypads to the Lenel access control system card readers described below: a. Remove 20 each existing stand alone electric keypads from rooms in hospital. b. Install 10 each new Lenel dual reader boards and 3 each LNL-600ULX-4CB6 with enclosure in select rooms. c. Install 20 each RP40 Lenel card readers at various rooms in hospital per drawing. i.Install six (6) each battery 12V 7AH PS-1270 ii.Install three (3) each AL1024ULACM 10A 8 relay fused outputs d. Integrate, program and conduct full systems check of the Lenel Onguard system. e. Program FT Carson NEC server with new RP40 card reader access levels. f. Provide any licensing for Lenel Onguard system. g. Contractor shall provide and install workstation and client licenses/software UL certified equipment and material. 4. Equipment Maintenance/Repair. The contractor shall assume responsibility for the maintenance repair, and troubleshooting of the reinstalled Lenel Onguard access control security system described in paragraph 3 under one year warranty for software and two year warranty for hardware. All site repairs made by contractor shall be at no additional cost to the government unless repairs made are the direct result of misuse, abuse, or natural disaster. If the problem is found to be in the communications lines, the contractor will notify the Contracting Officer Representative (COR). a. The contractor shall respond to all service calls, including operation testing and troubleshooting, to determine any problems the system may have. The contractor shall notify the COR before proceeding with any testing, maintenance or repair on the intrusion detection system. b. Preventive Maintenance. The contractor shall perform preventive maintenance to all components of the intrusion detection system semi-annually. Coordinate the preventive maintenance schedule with the COR to aid in facility access. c.Service Calls. The contractor shall respond via telephone within four hours of notification by the Government Monday through Sunday. A time will be coordinated between the COR and the Contractor for the service call and repair to take place. Upon arrival at the Evans, the contractor shall physically visit either the Security Manager or COR Monday through Friday between the hours of 0730 to 1600 and after hours visit the on site security officer. All service calls shall be completed within 24 hours unless coordinated with the COR. Upon completion of each service visit a service slip showing work performed and parts replaced will be provided to the COR. d.Service personnel shall be factory certified in the maintenance and repair of the equipment installed under this PWS. 5. Job Requirements. a. All work will be performed by skilled tradespersons, experienced in assigned tasks. All work shall be done under the supervision of licensed tradesman as required by local jurisdiction. b. The contractor shall perform all work; provide products, system integration, engineering and design work required for the project in order to ensure fully-operative systems and proper installation of all equipment. c.All signal wiring connections shall be labeled at each end and numbering/termination points shall be recorded on a connection diagram and separate data sheet and forwarded to COR or EACH hospital Security Manager (719 526-7655). A copy of the wiring diagram shall also be left in the control cabinet. d.The contractor shall also be a factory authorized local service organization that shall carry a complete stock of parts and provide maintenance for the Lenel Onguard system under this contract. e.Installation shall be conducted by a factory certified installer of the Lenel Onguard system. f.Programming requirements at FT Carson NEC server: Personnel must have a Top Secret Clearance and SSCI access and the ability to obtain a FT Carson network account. Have an understanding of SQL data base for Lenel 2005/2008 to include securables, principles, and service accounts. Understand SQL Server Native client to perform user support, create, backup, and restore databases, perform transaction log maintenance work with SQL server 2005/2008 assist with application patching and upgrades. 6. Guarantee. The contractor shall guarantee all work executed under this contract, both as to material and workmanship, for a period of twelve (12) months after the date of the certificate of completion, unless otherwise specifically provided for in the contract. The contractor shall replace any material found defective at the time of installation with new material. Any such replacement shall be made promptly and at no additional cost to the government. 7. Legal and Code Requirements. All work shall be performed and installed in compliance with all applicable national and local regulatory codes and regulations. Contractor shall install all system components in accordance with the manufacturer's instructions and ANSI C2 requirements, comply with all codes, ordinances, regulations, and other legal requirements of public authorities which bear on performance of work and functionality of equipment. 8. General. a. Contractor personnel shall present a neat and professional appearance and be easily recognized as their employee. This may be accomplished by wearing clothing bearing the name of the company or by wearing appropriate badges, which contain the company's name, employee's name, and current photo. b.A favorable criminal background history (CBH) check must be completed for all contractor personnel prior to allowing access/entry to the clinic. The check will be performed within the 24 months prior to the contract award. c.Access/badging will be issued by EACH security office, room 2520 d.The contractor shall coordinate with EVANS hospital Security Manager to coordinate the start date of performance and discuss concept/scope of work/technical concerns prior to the physical installation. e.The contractor shall prepare a schedule of dates and times when the installation will occur, including anticipated completion date. All changes must be coordinated with the COR and the EVANS hospital Security Manager in advance. f.Where existing equipment is to be removed, all holes, penetrations and damage shall be repaired with like kind and color material and/or paint. The contractor is responsible for all parts of work under this contract, including any work which may have been subcontracted. g.Contractor shall plan and coordinate installation work and power outages with the building manager, COR or EVANS hospital Security Manager. h.Hours of Operation. Preventive maintenance and repair will be accomplished during normal duty hours 0730-1600 Monday through Friday excluding Federal Holidays. i.Contractor shall designate a Point of Contact (POC) for the contract and provide the POC information to the COR and the EVANS hospital Security Manager. j.Contractor shall take all precautions to ensure that contractor operations are conducted in a manner so as not to interfere with the normal operations of the surrounding area and the safety and convenience of the occupants. k.Access to Fort Carson: requires a security check and search of vehicle. Day pass can be requested at Gate One only. RAPID Gate pass is good for one year and requires fee of $200.00 to register company and $159.00 per employee. RAPID Gate contact is 526-9727, Monday through Friday between the hours of 0900-1700. 9.0 Contractor Manpower Reporting. 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 manpower) 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://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's 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, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant 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 Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 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 by 31 October of each calendar year. Contractors may 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 transferring files from a contractor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. WAWF Fort Carson WAWF Information Statement (Aug 2008) (Regarding DFARS Clause 252.232-7003) WAWF is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. CODES: The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT: __ COMBO: Invoice and Receiving Report _X_ Invoice as 2-in-1 (Services only) __ Invoice Only __ Construction Invoice (Contractor Only) __ Progress Payment (Government Only) __ Cost Voucher (Government Only) __ Receiving Report (Government Only) __ Receiving Report with Unique Identification (UID) Data (Government Only) (UID is a new globally unique "part identifier" containing data elements used to track DOD parts through their life cycle.) CAGE CODE: _ ISSUE BY DODAAC: W911RZ SHIP TO DODAAC: W51HQT ADMIN BY DODAAC: W911RZ INSPECT BY DODAAC: W51HQT ACCEPT BY DODAAC: LEAVE BLANK LOCAL PROCESSING OFFICE DODAAC: LEAVE BLANK PAYMENT OFFICE FISCAL STATION CODE: LEAVE BLANK PURCHASE REQUISITION/DOCUMENT NUMBER: EMAIL POINTS OF CONTACT LISTING: Upon submission of your document, use the Email feature in WAWF to notify the following personnel: INSPECTOR: ACCEPTOR: Dale Bauer 526-7655, e-mail: dale.bauer@us.army.mil RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: CONTRACTING OFFICER: Annie Tucker 526-4637, e-mail: annie.jo.tucker@us.army.mil ADDITIONAL CONTACT:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d417906f630f9dd31a5b6e233321099)
- Record
- SN02602396-W 20111007/111005234024-7d417906f630f9dd31a5b6e233321099 (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 |