Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

63 -- LAKE WAPPAPELLO - MOTION DETECTION SECURITY SYSTEM+ SMOKE DETECTION/FIRE ALARM UPGRADE and REPLACEMENT

Notice Date
9/15/2020 11:01:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
W912P920Q0005
 
Response Due
9/16/2020 2:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Kelsey Daniels, Phone: 6187242493
 
E-Mail Address
kelsey.m.daniels@usace.army.mil
(kelsey.m.daniels@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SITE VISIT WILL BE HELD Monday, Sept. 14 at 10:30 am AT THE FOLLOWING ADDRESS: 10992 Hwy T; Wappapello, MO� 63966 The Contractor shall provide and install all materials, equipment, and labor (including equipment, shipping, labor, start-up, testing, cables, supports, and training) for turn-key installation to upgrade/replace the following: Management Office Access Control Motion Detection � Access Control System must operate in same manner as current system (Keypad/PIN, etc.) and must be same brand or equivalent.� Must include control panels for 2 doorways (Front and Back Door) and Request to Exit Motion Detectors.� All control points must be controlled from same system/software.� Software must allow for multiple programming options of codes (100 minimum). Contractor must provide all necessary components, wiring, labor, shipping, etc.� System can operate independently of the Fire Alarm System. Locations must remain the same for these components. Visitor Center Access Control Motion Detection � Access Control System must operate in same manner as current system (Keypad/PIN, etc.) and must be same brand or equivalent.� Must include control panels for 2 doorways (Front and Side Door) and Request to Exit Motion Detectors.� All control points must be controlled from same system/software.� Software must allow for multiple programming options of codes (100 minimum). Contractor must provide all necessary components, wiring, labor, shipping, etc.� System can operate independently of the Fire Alarm System. Locations must remain the same for these components. Gatehouse Structure Access Control Motion Detection- Existing motion system/service is operable and in working order.� However, system is dated and needs to be updated. System is used universally by the staff Therefore, the system must be able to be serviced, monitored, and integrated with the other two locations specified in this request (Management Office/Visitor Center). Components need to be swapped out to components that meet or exceed current level of monitoring.� Including keypads, motion, door position sensors, etc. Locations must remain the same for these components. Management Office Fire Alarm/Smoke Detection System: Existing system/service is operable and in working order. However, system is dated and needs to be updated. The system must be able to be serviced, monitored, and integrated with the other location specified in this request (Visitor Center). Existing system needs to be swapped out to components that meet or exceed current level of monitoring to include keypads and smoke sensors, etc.; locations must remain the same for these components. *** Unpackaged new components/supplies for this section are on site and must be utilized. Any components not available must be provided by the contractor.*** Visitor Center Fire Alarm / Smoke Detection System � Existing system/service is operable and in working order. However, system is dated and needs to be updated. The system must be able to be serviced, monitored, and integrated with the other location specified in this request (Management Office). Existing system needs to be swapped out to components that meet or exceed current level of monitoring to include keypads and smoke sensors, etc. Locations must remain the same for these components. � (OPTIONAL) Monitoring Service � Contractor shall provide 24/7, 365 day monitoring service for all 3 locations and provide annual cost to do so. (OPTIONAL) Annual Service Plan � Contractor shall provide cost of annual service plan to include all parts, labor, and annual inspection of complete system. (OPTIONAL) Warranty - All material and workmanship must be covered by a minimum of a 1 year warranty.� Additionally, a product specification sheet, with all components make and model numbers, shall be provided with bid sheet for government review.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a420991802040ad96057d1573f018b0/view)
 
Place of Performance
Address: Wappapello, MO 63966, USA
Zip Code: 63966
Country: USA
 
Record
SN05798381-F 20200917/200915230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.