Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

63 -- NSC Commercial Intrusion Detection System - Supporting documents

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Leavenworth, 535 Kearny Ave, Bldg 338, Fort Leavenworth, Kansas, 66027, United States
 
ZIP Code
66027
 
Solicitation Number
W91QF4-16-T-0027
 
Archive Date
5/12/2016
 
Point of Contact
Wayne A Dunlap,
 
E-Mail Address
wayne.a.dunlap.mil@mail.mil
(wayne.a.dunlap.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit Solicitation CNSSI_7003_PDS_September_2015 Statement of Work Floor Plans *** There will be a site visit for this requirement*** See attached Solicitation for details Statement of Work INSTALLATION OF A COMMERCIAL INTRUSION DETECTION SYSTEM (IDS) FOR BUILDING #45 LOCATED AT FORT LEAVENWORTH, KS 1.0 Background. Fort Leavenworth National Simulation Center (NSC) is requesting an alarm carrier Protected Distribution System (PDS) be installed within the facility. The alarm carrier will provide security for classified networks that traverse two limited unprotected areas and terminate in the facility's Server Room. The location for the procurement: 410 Kearny Ave. Bldg. 45, Fort Leavenworth, Kansas 66027. 2.0 Scope. This statement of work applies to the installation of an Alarmed Carrier Intrusion Detection System at the location of procurement noted above. The system shall consist of Commercial Off-The-Shelf (COTS) equipment, to include alarmed carrier processors, fiber, control panel(s), Remote Keypad(s), expansion module(s), power supply(s), batteries and all other materials, labor, and programming needed to provide a complete turn-key solution. The equipment shall be installed and tested in accordance with UFGS Division 28, AR 380-5 and CNSSI 7003 (formerly NSTSSI 7003) and this SOW. • Install alarm carrier system in 1 West Server room. • Install alarm carrier in enclosed metal cable trays located under the suspended floor from the 1 West Server Room to the Communications Closet located on 1 West. • Install alarm carrier in enclosed metal trays located under the suspended floor from the 2 West communications closet across the 2nd floor lobby area to the 2 East communications closet • Install alarm carrier in enclosed metal trays located under the suspended floor from the 3 West communications closet across the 2nd floor lobby area to the 3 East communications closet. • Seal metal cable trays (1 West area, 2nd and 3rd floor) • Provide training on system and user manuals. • NOTE: It is highly recommended a site survey be conducted to understand the scope of work. 2.1 Personnel Requirement. All personnel associated with this project must be U.S. Citizens. Due to the nature of this project it is required that the contractor provide technicians who currently possess a SECRET security clearance (verified in JPAS) OR can pass a background check through the Fort Leavenworth Directorate of Emergency Services. Each respondent shall indicate, in their proposal, their capability to provide technicians who meet these requirements. In facilities that require SECRET clearance or higher, all personnel shall be escorted by cleared government personnel. The contractor shall allow for escort requirements in their proposal as escort requirements can impact work progress in these areas. The government shall not be held responsible for covering additional costs due to work delays directly related to escort requirements. 2.2 Vendor Requirements. Offerors responding to the solicitation must be an authorized dealer/reseller for the products being provided and must provide a letter of authorization from the manufacturer and proof of certification for each technician to attest to this requirement. The contractor shall also have been regularly engaged in the installation of intrusion detection systems of similar type and complexity as the specified systems for at least 2 years. 2.3 Access to Fort Leavenworth. Fort Leavenworth is a controlled access installation. All personnel entering Fort Leavenworth must be a U.S. citizen, present a valid form of ID and submit to a security background check at the Post Visitor Control Center (VCC). The successful vendor's employees may apply for a local credential to gain access through the DOD ID lane for the duration of this project. Application must be made through the VCC. 3.0 Requirements. 3.1 The Government shall provide the contractor with current floor plans, conceptual system design and regulatory requirements for the installation of the system. The contractor shall provide a project outline with projected implementation timeline with their price quote and must include line item pricing for all components, materials, labor, travel and other expenses. 3.1.1 If awarded the contract, the Contractor shall provide a work plan that shall include sequence of work, milestones to be accomplished with dates of completion. In addition, the contractor shall provide the Government a written report outlining any site preparation work to be provided by the Government (e.g. power, communications pathway, structural upgrades, etc.) required to complete the installation of the ESS. The Government will review and accept the plan or provide comments no later than 5 business days after receipt of Contractor's Work Plan. A revised Work Plan, should the Government's comments necessitate revision, shall be provided to the Government no later than 5 business days after receipt of the Government's comments. 3.2 Alarmed Carrier. The alarmed carrier shall perform 24/7/365 monitoring of fibers within cables requiring protection to detect unauthorized tampering with the infrastructure. This detection capability shall eliminate the need for daily inspections required of traditional PDS per CNSSI 7003 (formerly NSTISSI 7003). The Alarmed Carrier must incorporate intelligent filtering technology to eliminate false alarms due to normal daily activity in the facility. It must also be suitable for use in a PDS that can be concealed above ceilings, in walls and does not require epoxy sealing of junction boxes. Detection capability must be from the origination point (SIPR Closet) to each end point (lock box). The system must be capable of utilizing existing fiber distribution cabling (either active or dark fiber). (Similar to Network Integrity Systems Interceptor or Interceptor+) The alarm carrier system must connect to the Fort Leavenworth Public Safety Answering Point (PSAP) via the Leavenworth Commercial Alarm Monitoring System (LCAMS - see requirements below). This shall be accomplished by installing an alarm panel (approved by Post Physical Security) to monitor each detection area or alarm channel individually (point ID). 3.3 LCAMS 3.3.1 Alarm Control Panels. The control panel (similar to DSC NEO HS2128 or approved equivalent) shall have a total capacity of 128 zones. The base panel shall have a capacity of 8 hardwired zones. All zones shall be fully supervised for ALARM, TAMPER, and FAULT. Zone shall be fully programmable and configured to suit the application. The panel shall be complete with integral power supply and supervised battery charger, auxiliary power for powering security detection devices, integral supervised digital alarm communicator, supervised bell/siren output, and two general purpose programmable outputs which can be programmed as general purpose outputs or as the system's addressable loops. The panel shall be expandable by adding standard hardwired 8 zone modules connected to the base panel via an encrypted (128 bit AES) communications bus. All expansion modules or other control components must be contained in tamper resistant enclosures with integrated tamper protection. The system shall be capable of expansion using hardwired, addressable, and wireless in any combination that suits the application. The system shall support 95 user codes. User Codes shall be selectable as either 4 or 6 digits and be assignable to one or multiple partitions. The system shall be programmable for up to 8 fully independent partitions. Each partition shall have its own account code. Keypads shall be assignable as 'partition' keypads or 'global' keypads. Each zone in the system shall be assignable to one or more partitions. The system shall include the following false alarm prevention features: audible exit delay, arm/disarm bell squawk, audible exit fault, urgency on entry delay, no entry arming/disarming, swinger shutdown programmable by zone, transmission delay by zone, AC fail, TLM trouble and low battery trouble transmission delay, recent close code transmission, police code (cross zone) transmission, opening after alarm transmission, and arming/disarming from outside the protected space using access control. The base panel shall come complete with all the software to implement every system feature and allow the addition of every expansion or functional module without changes or addition to the basic software. The system shall be fully programmable via the LCD keypads. Separate PC-based upload/download software shall allow programming and operation from a directly connected local computer, or from a remote computer via TCP/IP connection. Remote access shall be controlled by the owner to prevent unauthorized access. The system shall include Windows®-based system administration software and a data port for use in system integration programming. All system programming shall be maintained in non-volatile memory so that program information is maintained even if all AC and battery power are removed. 3.3.2 System Keypads. The system shall accommodate up to 8 hardwired LCD keypads (DSC PC5500 or approved equivalent) which are powered from the base panel via the 4-wire communications bus. LCD keypads shall have a display capacity of at least 32 alphanumeric characters with adjustable brightness and contrast. Keys shall be backlit for low light ease of use. Keypads shall include individual 'Armed', 'Ready', and 'Trouble' indicators, three keypad-activated alarm keys, and five programmable function keys. The vendor shall be responsible for programming system, partition and zone labels in the keypad as defined by the government. 3.3.3 Network Connection / Central Station Reporting. The system shall connect to the existing SUR-GARD System-II alarm receiver via a supervised IP addressable alarm communicator (Similar to DSC T-Link TL280 or approved equivalent). Each facility is provided by the government with an approved Ethernet network switch or single mode fiber. If the system will connect directly to the network switch, the vendor shall provide a CAT 6 cable terminated inside the control panel from the designated network switch. If the facility will be communicating via single mode fiber, the vendor shall provide an approved Ethernet to fiber media converter ( type - 12v dc), a system power supply (similar to DSC PC 5200) and locked enclosure with integrated tamper protection. A CAT 6 cable will be run from the main control panel / communicator to the fiber converter. The power supply for the fiber converter shall include a backup battery sized to provide a minimum of 4 hours of backup (24 hours for SCIFs) a minimum 12volt 7 amp hour battery will be used. The IP communicator shall have the following capabilities: 2-way, always-on IP communication Work over local LAN/WAN network 128-bit AES encryption (NIST approved and certified to work with the SUR-GARD receiver) Support DHCP (dynamic IP addresses) Report events to 2 different receiver IP addresses Polling and hardware substitution protection Programmable heartbeat timer allows you to adjust the interval that the heartbeat signal is sent from the module to the central station IP receiver Low network bandwidth requirements Compatible with 10/100BaseT networks 4 on-board programmable inputs (expandable to 12 using a zone expander module) 2 programmable voltage outputs Programmable through the panel keypad or Console software Software upgrades via network Download control panel via Internet with system administrator software UL AA High-Line Security listed The system shall provide high speed Contact ID and SIA reporting formats and shall be capable of being programmed to send to 2 IP addresses. The system shall be programmable for split reporting so that alarms/restorals, openings, closings, and miscellaneous events can be sent to different alarm receivers. The system shall report a separate account code for each partition and for non-partition (system) events. The system shall be capable of reporting all alarms, trouble, and system status information by combinations of all communication methods installed. The vendor shall provide all system settings, configuration and zone descriptions to the physical security office for entry into the central station management software. 3.3.4 Wireless Mesh Alarm Transmitter System If the alarm communicator is connected directly to a network switch, as a backup to the TCP/IP network communicator, the vendor shall install a wireless mesh alarm transmission two-way radio network transceiver. This system must be UL Listed (UL 864 - Edition 9, UL 2050, UL 1610, UL 365) and NFPA72 compliant for commercial fire and security alarm communication and be 100% compatible with the existing AES-Intellinet 7705i MultiNet Reciver System. The system must provide UL AA communication capability. The system shall be compatible with Ademco Contact ID and transmit full data messages from Fire/Security control communicators using this protocol. Ademco Contact ID shall also be used from the mesh network receivers to the LCIDS/Manitou server. Each subscriber/transmitter shall also function as a repeater (store and forward technology) to relay alarm messages from systems that have lost direct connection to the primary receivers. Any locations that require mounting of the transceiver in an environmentally exposed location shall mount the security transmitter in the NEMA enclosure. Operating Frequency ranges UHF 410-430 MHZ (actual frequency to be provided once contract is awarded). (Similar to AES 7788F-ULP subscriber units with 7794 full data module). 3.3.5 System Conflicts. In the event that the contractor causes conflicts with or failure of existing IDS systems in the process of installing this system, the Government shall have the option, at it's sole discretion, of contracting with another installer of the system to correct or repair the systems and charge back any related costs to the contractor for the repairs. 3.4 Conduit. EMT conduit shall be required anywhere device wiring is exposed or is subject to damage due to negligence or criminal tampering. Wiring not in conduit above false ceilings must utilize a wire management system that separates ESS wiring from other systems and must keep wiring at least 24" above the ceiling grid. If there is insufficient space to locate the wiring at 24" then the wiring should be secured halfway between the ceiling grid and the true ceiling. 3.5 Tamper Protection. Tamper protection shall be in accordance with UFGS Division 28 Section 28 20 01.00 10 and must include at a minimum all control boxes, junction boxes and other housings that contain wiring connections or terminations. These boxes must have tamper switches installed to prevent unauthorized access to the system wiring. All tamper devices must individually annunciate at the control system head end and at the DES monitoring station. Tamper "modules" inside conduit boxes are not authorized unless specifically designed to detect the removal of the conduit box cover. 3.6 System Power. The system shall operate on commercial 120v AC circuits. If not readily available, the contractor shall install all necessary conduit electrical wiring to the equipment from the main electrical panel to provide required AC power. The control panel shall use a low voltage step down transformer approved for use by the control panel manufacturer. The step down transformer shall be located in the main control panel cabinet or an adjacent lockable utility cabinet. The vendor shall be responsible for installing the necessary electrical circuits IAW with National Electrical Code and Fort Leavenworth DPW standards. 3.7 Emergency Backup Electrical Power. Emergency Backup electrical power for the system shall be provided by battery, generator or both. The backup power for the system will vary based on the type of facility being protected. Standard systems must provide 4 hours of continuous use without commercial AC. SCIFs require 24 hrs of battery backup or a generator. The control panel shall be provided with a minimum 12volt 7 amp hour battery. 3.8 Workmanship. The contractor shall maintain a clean and safe work environment. Installation of the system shall be completed in a "neat and clean" manner utilizing "best practices" for the industry. If work is continuous beyond the substantial completion of the facility, the contractor shall be responsible to clean or repair any damage to walls, ceilings, floors, etc. incurred in the process of installing the system. Any penetrations through walls, floors or ceilings must be appropriately sealed (e.g. fire stop, acoustical sealant, etc). 4.0 Deliverables. The contractor shall provide: 4.1 All material, instructions, training in operations and maintenance of the system in accordance with paragraph 4.6 of this document. Final deliverables shall be received and approved by the Government prior to final invoice payment. 4.2 Contractor shall provide the government technical data Groups I - V as described in UFGS Division 28 Section 28 20 01.00 10. This data will include "as-built" drawings for the system following completion of work, in accordance with the following list: • "As built" drawings • Drawings will be updated to include location and reference number of new sensors, all keypads, Readers, Locks, Duress Buttons, BMS, and all other devices. • Control panels will be provided reduced size drawings showing attached sensors linked to that specific panel. • Battery Calculation sheets to verify backup battery capacities for all systems. • All wires will be properly labeled IAW industry standards for such systems. 4.3 Performance Test. A Performance test will be successfully completed (all components performing as designed and specified) prior to the conduct of the endurance test. A thirty-day endurance test will be performed following installation and a satisfactory Performance Test. 4.4 Endurance Test. A 30 day endurance test shall be conducted by the government upon a successful PVT. The endurance test shall be conducted in phases as specified. The endurance test shall not be started until the Government notifies the Contractor, in writing, that the performance verification test is satisfactorily completed and correction of all outstanding deficiencies has been satisfactorily completed. The Government shall monitor the operation of the system 24 hours per day, including weekends and holidays, during Phase I and Phase III endurance testing. Any failures of the system will be reported to the contractor, in writing via email or fax, by the next business day. At that time the Contractor and the Government will determine if the failure is sufficient to require immediate service. If immediate service is required the Government will provide the Contractor with written authorization to perform the required repairs. The Contractor shall respond within 24 hrs to complete the repairs. If immediate repairs are not needed the system failure shall be logged by the Contractor and corrected as described in Phase II. The Government may terminate testing at any time if the system fails to perform as specified. Upon termination of testing by the Government or by the Contractor, the Contractor shall commence an assessment period as described for Phase II. Upon successful completion of the endurance test, the Contractor shall deliver test reports and other documentation as specified to the Government prior to acceptance of the system. a. Phase I Testing: The test shall be conducted 24 hours per day for 15 consecutive calendar days, including holidays, and the system shall operate as specified. The Contractor shall make no repairs during this phase of testing unless authorized by the Government in writing. If the system experiences no failures during Phase I testing, the Contractor may proceed directly to Phase III testing after receipt by the Contractor of written permission from the Government. b. Phase II Assessment: After the conclusion of Phase I, the Government shall identify all failures. The contractor shall determine causes of all failures, repair all failures, and deliver a written report to the Government. The report shall explain in detail the nature of each failure, corrective action taken, results of tests performed, and shall recommend the point at which testing should be resumed. After delivering the written report, the Contractor shall convene a test review meeting to present the results and recommendations to the Government. As a part of this test review meeting, the Contractor shall demonstrate that all failures have been corrected by performing appropriate portions of the performance verification test. Based on the Contractor's report and the test review meeting, the Government will determine the restart date, or may require that Phase I be repeated. If the retest is completed without any failures, the Contractor may proceed directly to Phase III testing after receipt by the Contractor of written permission from the Government. c. Phase III Testing: The test shall be conducted 24 hours per day for 15 consecutive calendar days, including holidays, and the system shall operate as specified. The Contractor shall make no repairs during this phase of testing unless authorized by the Government in writing. d. Phase IV Assessment: After the conclusion of Phase III, the Government shall identify all failures. The contractor shall determine causes of failures, repair failures, and deliver a written report to the Government. The report shall explain in detail the nature of each failure, corrective action taken, results of tests performed, and shall recommend the point at which testing should be resumed. After delivering the written report, the Contractor shall convene a test review meeting to present the results and recommendations to the Government. As a part of this test review meeting, the Contractor shall demonstrate that all failures have been corrected by repeating appropriate portions of the performance verification test. Based on the Contractor's report and the test review meeting, the Government will determine the restart date, and may require that Phase III be repeated. The Contractor shall not commence any required retesting until after receipt of written notification by Government. After the conclusion of any retesting which the Government may require, the Phase IV assessment shall be repeated as if Phase III had just been completed. e. Exclusions: The Contractor will not be held responsible for failures in system performance resulting from the following: (1) An outage of the main power in excess of the capability of any backup power source, provided that the automatic initiation of all backup sources was accomplished and that automatic shutdown and restart of the IDS/ESS performed as specified. (2) Failure of a Government furnished communications circuit, provided that the failure was not due to Contractor furnished equipment, installation, or software. (3) Failure of existing Government owned equipment, provided that the failure was not due to Contractor furnished equipment, installation, or software. (4) The occurrence of specified nuisance alarms. (5) The occurrence of specified environmental alarms. 4.5 Training. The contractor shall provide system operator training (up to 1 hour per system) for each end user / organization. System maintenance training (up to 4 hours) shall be provided for the electronics maintenance personnel designated by the government. 4.5.1 System Maintenance Training shall be provided to the DPW/AMC alarm technicians and any others designated by the government. Training shall be provided for up to 4 hours and consist of: • Physical layout of each piece of hardware. • Troubleshooting and diagnostics procedures. • Component repair and/or replacement procedures. • Maintenance procedures and schedules to include system testing after repair. • Calibration procedures (if required). Review of site-specific drawing package, device location, communication, topology, and flow. Upon completion of this course, the students shall be fully proficient in the maintenance of the system. 4.6 System Acceptance and Warranty. The Government acceptance of the system shall not take place until Government approval of all test reports submitted in support of the PVT and 30 day endurance test. Contractor will provide the government a minimum of one year parts, labor, and programming warranty, with on site response within 24 hours for any deficiencies not able to be resolved via telephone. 5. Control Procedures. The Contractor shall be responsible for replacement or corrections to the work or deliverable as necessary to meet the standards of acceptance identified in the contract and the task order. 6. Government - Furnished support: 6.1 The Government will provide a current floor plan and any infrastructure upgrades detailed in the site preparation report (provided by the contractor) prior to commencement of work under this contract. 7. Contractor-Furnished: The contractor shall provide all devices, equipment, labor, Data Packages, and training for a complete turn-key IDS system compliant with current Army & Fort Leavenworth standards for IDS installation. 8. Period of Performance: The contractor must begin work within 30 days of the contract award and all work specified in this contract shall be completed no later than 90 days after commencement of the contract unless otherwise agreed to in writing. Requests for extension of contract completion must be in writing and approved by the Government. 9. Points of Contact: Contract Specialist, Wayne A Dunlap wayne.a.dunlap.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/033291090de4402c4517471211d0a3e7)
 
Place of Performance
Address: National Simulation Center, 410 Kearny Ave, Fort Leavenworth, KS 66027, Fort Leavenworth, Kansas, 66027, United States
Zip Code: 66027
 
Record
SN04086020-W 20160417/160415234653-033291090de4402c4517471211d0a3e7 (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.