Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2021 SAM #7228
SOLICITATION NOTICE

63 -- DFAS Texarkana Update/Replace the Physical Access Control System (PACS)

Notice Date
9/13/2021 6:31:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
KOCUV21RI003
 
Response Due
9/23/2021 12:00:00 PM
 
Archive Date
10/08/2021
 
Point of Contact
Brett Dickstein, Phone: 6147691283
 
E-Mail Address
brett.a.dickstein.civ@mail.mil
(brett.a.dickstein.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE (RFQ) Solicitation # KOCUV21RI003 DFAS-TX PACS Title of requirement: �Update/Replace Physical Access Control System (PACS) DFAS Texarkana� This is a combined synopsis/solicitation RFQ to upgrade or replace current physical access control system (PACS) at building 735 on Red River Army Depot, near Texarkana, Texas. The PACS system must be on the GSA Approved Products List (APL) and be installed by a manufacturer certified technician.� This will be in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. � Set Aside: �This RFQ will be solicited as a total small business set-aside. The Government will only consider quotes submitted by small businesses. The NAICS code associated with this procurment is 561621 -Security Systems Services, with small business size standard of 22.0 million. � Reference No: KOCUV21RI003 SOLICITATION CLOSING DATE: �All quotes must be received by the closing date/time September �23, 2021 at 3:00 PM EST. �All quotes shall be submitted via email: brett.a.dickstein.civ@mail.mil.� QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: �All questions and inquiries concerning any aspect of this requirement must be submitted in writing to brett.a.dickstein.civ@mail.mil. Telephone requests will not be honored. �The Government�s response to inquiries will be made in writing. �Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment. �Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. � Issued by: Point of Contact: Brett Dickstein DFAS Contract Services Directorate 3990 E Broad Street Bldg. 21 Columbus, OH �43213-1152 Phone: �614-701-3028 Email address: �brett.a.dickstein.civ@mail.mil Contract Type: �Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award. � Cost of Quotes: �Expenses incurred in the preparation of quotes in response to this RFQ are the vendor�s sole responsibility and not reimbursable by the Government. � BASIS FOR SELECTION: �The Government will award a single contract to the Contractor whose quote is determined to be the lowest price technically acceptable. REQUIRED DOCUMENTS: Quoters shall complete and submit the following three documents, which are included as attachments to this solicitation. Quoters must complete and return all three documents or your quote may not be considered eligible for award.� � � � � �1. Schedule of Items/Pricing � Quoter must provide pricing for all line items identified on the Schedule of items.� � � � � �2. Technical Certification Form � Quoter shall complete and return the Technical Certification form. If the Quoter does not complete and return the Technical Certification Form, the quote will not be considered� � � � �eligible for award.� � � � � �3. Clauses Provisions Full Text � Quoter shall complete all required representations for the provisions in the attached document. This includes representations for the following provisions: � � � � � � � � 1. 52.204-24 � � � � � � � � 2. 52.204-26 � � � � � � � � 3. 252.204-7016 � � � � � � � � 4. 252.204-7017 � � � � � � � � 5. 52.212-3 EVALUATION:� TECHNICAL� Acceptable:� � Completed Technical Certification Form demonstrates quoter meets all minimum technical requirements.� Unacceptable:� � Technical Certification Form is incomplete or fails to demonstrate quoter meets all minimum technical requirements.� PRICE: �Price will be evaluated for price reasonableness using the proposal analysis techniques identified in FAR 15.404-1(b) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Statement of work for Defense Finance and Accounting Service (DFAS) PHYSICAL ACCESS CONTROL SYSTEM (PACS) DFAS TEXARKANA 1.�� �INTRODUCTION. 1.1�� � �OBJECTIVE: �This Statement of Work (SOW) outlines specific service and support requirements for the physical access control system (PACS). 1.2�� �BACKGROUND: �This project is to upgrade or replace current physical access control system (PACS) at building 735 on Red River Army Depot, near Texarkana, Texas. 2.�� �SCOPE: �The PACS must meet all requirements of FIPS-201, HSPD-12, and be listed on the GSA Approved Products List (APL) for 13.01 topology https://www.idmanagement.gov/approved-products-list/ and be FISCAM (Federal Information System Controls Audit Manual) compliant. �Contractor shall provide telephone support for system operation from 0700 - 1600 Monday � Friday for the duration of the contract. �Currently installed serviceable components and infrastructure can be re-utilized. Any current equipment not re-utilized shall be returned to the COR described in section 9 of this document. The current system is Softwarehouse C Cure 9000 2.60.4972.0414.� 3.�� �TASKS: �The following tasks shall be performed: � � � � �3.1�� � �Contractor shall provide and install a PACS that meets all requirements of FIPS-201, HSPD-12 and be a GSA approved product. The system shall comply with standards for entry to Controlled and Limited designated areas. The system shall comply with all relevant NIST SP800-116 requirements for card & cardholder authentication and standards for entry to Controlled and Limited designated areas. The �system shall be commissioned as a new system and must come with a minimum warranty of one year that covers all components, updates, related infrastructure and bi-annual site visits to perform preventive maintenance, tests, and updates (all licensing cost for software and hardware must be included). Warranty period shall begin after the system has been accepted by the Government. � � � � 3.2�� �The Contractor shall ensure all construction for this project is completed within 29 CFR (Code of Federal Regulation) 1910, OSHA General Standards and 29 CFR 1926, to include OSHA Construction Standards, Unified Facilities Criteria (UFC) 3-580-01 Telecommunications Building Cabling Systems Planning and Design, Unified Facilities Criteria (UFC) 3-600-01 Fire Protection Engineering for Facilities, UFC 4-010-01 Minimum Antiterrorism Standards for Buildings, International Building Code, and Uniform Mechanical Code, and DA Technical Guide for Installation Information Infrastructure Architecture (I3A) July 2008. Furthermore, all electrical work shall comply with NFPA Life Safety Code 101, the latest edition of NFPA 70, (National Electric Code) and NFPA standards for communications. � � � � 3.3�� �Contractor must respond to repair requests within 24-hours per day, 5 days per week (Monday � Friday). The contractor shall be responsive to different aspects of service interruption to include the following: � � � � � � � � 3.3.1�� �Full Outage or system failure/non-responsive software/hardware that causes non-operation of the PACS and/or CCTV. � � � � � � � � 3.3.2�� �Partial Outage, where one or more buildings/entrances/cameras are affected with complete or partial non-operational status. � � � � � � � � 3.3.3�� �Equipment Specific, where singular points of failure in equipment are identified, thus rendering the node in question inoperable and in need of replacement/remediation before fully operational service� � � � � � � � � � � can be restored. � � � � � � � � 3.3.4�� �All covered equipment shall be repaired within three business days. If repair of equipment is expected to exceed the three-business day response time, the contractor shall provide written justification as� � � � � � � � � to the nature of the delay in repair/replacement of identified equipment within 24 hours of system evaluation. The contractor must notify the customer of all projected downtime and estimated time for repair. The� � � � � � � � � contractor shall provide written report of all services rendered at time of repairs. � � � �3.4�� ��� �Maintenance Schedule Quality Assurance Plan - Contractor shall propose maintenance schedule and life-cycle replacement for systems and equipment. The government will approve the plan.� � � � �3.5�� � �Contractor shall provide one year of extended warranty coverage and maintenance with each additional option year exercised. This will include bi-annual site visits to perform preventive maintenance, tests and updates (all licensing cost for software and hardware must be included). � � � �3.6�� � �PACS system shall include 14 readers and 100 compliant visitor cards which can be used with the system. �All visitor cards shall be preprinted with local simple design and serially numbered. �Final design of visitor cards must be approved by the DFAS-TX government representative prior to printing.� � � � �3.7�� � �Contractor shall furnish an electronic version and hard copy print in three ring binders, one full set of the system manufacturer�s system training manual, system maintenance manual, and one training video (in format provided by the system manufacturer), with system installation. The authorized manufacturer�s representative shall provide system user/administrator level training on site for all system functions. Hands on training shall be provided for system admins/operators up to three sessions limited to two employees per session, due to COVID concerns. Training shall be provided regarding Administration, Registration, Provisioning/De-provisioning, Alarm processing and Event Log generation. Contractor shall demonstrate that registration, provisioning and subsequent use of an employee's PIV/PIV-I/CAC Credential is completed. Training is considered successful when Government personnel have gained sufficient knowledge to properly perform their assigned duties regarding the PACS system. � � � �3.8�� � �System shall include a minimum of 8-hour battery backup, with batteries located outside of the system IAW DFAS 5200.8-I (9). 4. �TASKS � Government Support �� ��� �4.1�� �Government will provide pdf floor plans upon request. �No readers are being moved or added.� � � � � 4.2�� � The PACS must be installed with all equipment as listed on the GSA Approved Products List (APL) for 13.01 topology. �The system will be configured to operate as a stand-alone system with no connectivity at� �this time. 5. SYSTEM ACCEPTANCE � The contractor shall demonstrate: � � � �5.1�� �That registration, provisioning and subsequent use of an employee's PIV/PIV-I/CAC� Credential is completed. � � � �5.2�� �That each alarm is processed, annunciated on the Alarm monitor in text for New Alarm and Acknowledged Alarm, Cleared Alarm� � � � �5.3�� �The contractor shall provide complete set of �As-Built"" system drawings at each site. System drawings shall clearly show each cable, PACS component, server, workstation (Client) and other equipment installed- The system shall pass a predefined Quality Control test � � � �5.4�� � Contractor is required to demonstrate that the system run without off-line errors, reader errors, and alarm errors for a period of 15 business days after the installation work is completed. System acceptance requires that this test is fully and successfully completed. Any equipment made deficient through contractor negligence, the contractor shall be financially responsible and shall be responsible for replacement. 6.�� �REPORTING REQUIREMENTS. � � � �6.1�� � �Verbal briefings/reports to discuss the status of instruction, shall be requested by the COR on an as needed basis. � � � �6.2�� � �Written status reports identifying the accomplishments, issues, or problems, shall be submitted to the government within ten days of maintenance events and the installation Quality Control test. � � � �6.3�� � �Monthly status reports describing previous month system performance, previous month maintenance events, and events regarding the Maintenance Schedule Quality Assurance Plan shall be provided to the COR every month. 7.�� �QUALIFICATION REQUIREMENTS. �The consultant/analyst/project manager/task manager/functional specialist selected for the purpose of this contract must have, at a minimum: � � � �7.1�� �SPECIAL QUALIFICATIONS. �Technicians completing the work on site shall have valid PACS manufacturer training & certification. � � � �7.2�� �COVID-19 �REQUIREMENTS. �All individuals on DoD property, installations, and facilities are to comply with latest requirements to prevent the spread of COVID-19. �Examples include wearing cloth face coverings in public areas, work centers, as well as when entering the building; maintaining social distancing; and not come on site when displaying symptoms of COVID-19 illness, such as fever. �The contractor should use due diligence to ensure any technician who is assigned to come on site does not have COVID-19. � 8.�� �PLACE AND PERIOD OF PERFORMANCE, WORK DAYS, TRAVEL, GOVERNMENT FURNISHED PROPERTY. � � � �8.1�� � �PLACE OF PERFORMANCE: �All work shall be accomplished at the DFAS Texarkana on Red River Army Depot based on the schedule of course instruction. � � � � �8.2�� �PERIOD OF PERFORMANCE �This contract will be established for a one year base period that includes initial system one (1) year warranty with preventive care. The contract contains four one-year option periods that may be exercised by the Government. Each option period shall extend the warranty period for an additional year. Preventive care consists of two (2) onsite visits per year (semi-annual). � � � �8.3�� �WORK DAYS. �The Contractor shall perform services required under this PWS during the operating hours of the Government activity. Normal operating hours for DFAS Texarkana is from 0700 to 1600 hours; Monday through Friday except Federal Holidays.� 9.�� �RESTRICTIONS. �There are no known existing or potential conflicts of interest associated with this task.� 10.�� �SECURITY CLEARANCE. � � � �10.1�� � �SECURITY REQUIREMENTS. �Contractor personnel shall follow the security and training requirements in DFAS 2000.1-I, �Force Protection Mission,� DoDM 5200.01, Volumes 1-3, �DoD Information Security Program,� DoDI, 5200.48, �Controlled Unclassified Information,� DFAS 5200.1-I, �Information Security Program,� DFAS 5200.8-I, �Physical Security Program,� and DFAS 5200.10, �Insider Threat Program.� �Contractor personnel shall follow all host security requirements in accordance with DoD 5220.22-M, paragraph 6-105. �The contractor shall immediately report any occurrences of violation of stated regulations to the Contracting Officer (CO), Contracting Officer Representative (COR) and the Personnel Security Office. �� � � � � 10.2�� � �Access To, Accountability For, and Safeguarding Of Controlled Unclassified Information (CUI). �The DFAS manager of the requiring office will determine what CUI contractor personnel are given access to. �CUI may not be disclosed to contractor personnel unless required for contract performance. �Contractor personnel shall safeguard CUI in accordance with DoDI 5200.48 and DFAS 5200.1-I. �The sponsoring DFAS activity will provide storage capability for all CUI required for contract performance. � � � � 10.3�� � �Installation Entry and Common Access Card (CAC) Requirements. �The Contractor shall comply with established security procedures for entering government installations and facilities. �Contractor employees shall be required to obtain and wear identification (ID) badges that will permit access into the facility. All contractors who require unescorted access to DFAS facilities may be required to obtain a DoD CAC. Contractor shall work with the assigned DFAS Contracting Officer Representative (COR)/Trusted Agent (TA) to obtain a CAC using the Trusted Associate Sponsorship System (TASS). �Under no circumstances will a CAC be issued to any person unless that person has been cleared by the DFAS Personnel Security Office to work on the contract. All CACs and badges issued to Contractor personnel are Government property and must be returned to the assigned DFAS COR/TA upon departure from the program or at the conclusion of the contract, whichever comes first. �Contractors whose CAC is lost or stolen must report the loss as soon as possible to the assigned DFAS COR/TA and present documentation that the CAC is missing and describing the circumstances under which the loss occurred. The assigned DFAS COR/TA will follow agency CAC procedures in order to issue a new CAC. The CAC contains personally identifiable information (PII) and must be treated as a controlled item. Contractors� must not share their CACs and passwords with any other staff members. �The assigned DFAS COR/TA will report any violation or suspected violation to the Contracting Officer and DFAS Trusted Agent Security Manager (TASM). �Any violators will be temporarily or permanently removed from the project. If a Contractor has a CAC issued from a previous engagement with another agency that CAC must be returned to that agency before issuance of a new CAC. � � � 10.4�� � �Antiterrorism Level One. �For contractor personnel who will not require or receive access to the DFAS Portal, this training is available at: �� ��� ��� �https://jkodirect.jten.mil/Atlas2/page/login/Login.jsf� All other contractor personnel shall take the training through the DFAS Portal upon receipt of network access. � � � �10.5�� � �Combating Trafficking in Persons (CTIP) Awareness Training. �For contractor personnel who will not require or receive access to the DFAS Portal, this training is available at: �� ��� ��� ��� ��� �http://ctip.defense.gov/ All other contractor personnel shall take the training through the DFAS Portal upon receipt of network access. 11.�� �CRITICAL POINTS OF CONTACT. � � � �11.1�� � �Alice Hendrix- alice.m.hendrix.civ@mail.mil, phone: 903-334-1638, DSN 829- Title- COR � � � �11.2�� � �Donald Carrier donald.r.carrier.civ@mail.mil, phone: 903-334-1652, DSN 829- Title- Subject Matter Expert/Government Representative Invoicing and Payment: �Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. �It is the Contractor�s responsibility to register in the WAWF system in order to insure prompt payment. �Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. Applicable Provisions and Clauses: �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07. �The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. �NOTE: �The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far. � Incorporated by Reference: ��� � 52.204-7�� �System for Award Management�� �OCT 2018 52.204-16�� �Commercial and Government Entity Code Reporting�� �AUG 2020 52.204-18�� �Commercial and Government Entity Code Maintenance�� �AUG 2020 52.204-19�� �Incorporation by Reference of Representation and Certifications�� �DEC 2014 52.204-23�� �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities�� �JUL 2018 52.204-26�� �Covered Telecommunications and Video Surveillance Service or Equipement �� �OCT 2020 52.209-10�� �Prohibition on Contracting with inverted Domestic Corporations�� �NOV2015 52.209-11�� �Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law�� �FEB 2016 52.211-17�� �Delivery of Excess Quantities�� �SEPT 1989 52.212-1�� �Instructions to Offerors � Commercial Items �� �JUN 2020 52.212-3�� �Offeror Representations and Certifications�Commercial Items�� �JUN 2020 52.212-4�� �Contract Terms and Conditions � Commercial Items �� �OCT 2018 52.219-6�� �Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) (Revision 2)�� �NOV 2020 52.222-50�� �Combating Trafficking in Persons�� �OCT 2020 52.223-18�� �Encouraging Contractor Policies to Ban Text Messaging While Driving�� �JUN 2020 52.232-39�� �Unenforceability of Unauthorized Obligations�� �JUN 2013 52.232-40�� �Providing Accelerated Payments to Small Business Subcontractors�� �DEC 2013 52.233-3�� �Protest after Award�� �AUG 1996 52.233-4�� �Applicable Law for Breach of Contract Claim�� �OCT 2004 252.203-7000�� �Requirements Relating to Compensation of Former DoD Officials�� �SEP 2011 252.203-7002�� �Requirement to Inform Employees of Whistleblower Rights�� �SEP 2013 252.203-7003�� �Agency Office of the Inspector General�� � 252.203-7005�� �Representation Relating to Compensation of Former DoD Officials�� �NOV 2011 252.204-7003�� �Control of Government Personnel Work Product�� �APR 1992 252.204-7008�� �Compliance with Safeguarding Covered Defense Information Controls�� �OCT 2016 252.204-7012�� �Safeguarding of Unclassified Controlled Technical Information�� �OCT 2016 252.204-7015�� �Notice of Authorized Disclosure of Information to Litigation Support Contractors�� �MAY 2016 252.204-7019�� �Notice of NIST SO 800-171 DoD Assessment Requirements�� �NOV 2020 252.204-7020�� �NIST SP 800-171 DoD Assessment Requirements�� �NOV 2020 252.223-7008�� �Prohibition of Hexavalent Chromium�� �JUN 2013 252.225-7001�� �Buy American and Balance of Payments Program�� �DEC 2017 252.225-7048�� �Export-Controlled Items�� �JUNE 2013 252.232-7003�� �Electronic Submission of Payment Requests and Receiving Reports�� �DEC 2018 252.232-7006�� �Wide Area Workflow Payment Instructions�� �DEC 2018 252.232-7010�� �Levies on Contract Payments�� �DEC 2006 252.244-7000�� �Subcontracts for Commercial Items�� �JUN 2013 252.247-7023�� �Transportation of Supplies by Sea � Basic�� �FEB 2019 Incorporated by Full Text: �The following provisions and clauses in full text have been separately attached: 52.204-24�� �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�� �DEC 2019 52.204-25�� �Prohibition on Contracting for Certain Telecommunications and Video Surviellance Services or Equipment�� �AUG 2019 252.204-7016�� �Covered Defense Telecommunications Equipment or Services--Representation�� �DEC 2019 252.204-7017�� �Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation�� �MAY 2021 252.204-7018�� �Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services �� �JAN 2021 52.212-2�� �Evalutation � Commerical Items�� �OCT 2014 52.212-4�� �Contract Terms and Conditions � Commercial Items �� �OCT 2018 52.212-5�� �Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items�� �JUL 2020 52.217-9�� �Option to Extend the Term of the Contract�� �MAR 2000 52.222-19�� �Child Labor�Cooperation with Authorities and Remedies�� �JAN 2020 52.252-1�� �Solicitation Provisions Incorporated by Reference�� �FEB 1998 52.252-2�� �Clauses Incorporated by Reference �� �FEB 1998 PLEASE NOTE: �A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service. Attachments to RFQ: Attachment �1 � Schedule of Items/Pricing Attachment 2 � Technical Certification Form Attachment 3 � Clauses Provisions Full Text Attachment 4 - Statement of Work �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ebd8299226e4da6a3d44e6b7ba891ab/view)
 
Place of Performance
Address: Texarkana, TX 75507, USA
Zip Code: 75507
Country: USA
 
Record
SN06131321-F 20210915/210913230129 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.