Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2023 SAM #7892
SPECIAL NOTICE

63 -- Command Post Security System

Notice Date
7/5/2023 7:39:22 AM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA4460 19 CONS PKA LITTLE ROCK AFB AR 72099-4971 USA
 
ZIP Code
72099-4971
 
Solicitation Number
LRAFN2023COMMANDPOST
 
Response Due
7/12/2023 12:00:00 PM
 
Archive Date
07/27/2023
 
Point of Contact
A1C Joshua Duval, Phone: 5019873838, SSgt Steven Audinet, Phone: 5019874197
 
E-Mail Address
joshua.duval@us.af.mil, steven.audinet@us.af.mil
(joshua.duval@us.af.mil, steven.audinet@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Equipment Totals: 1 Access Control Computer System, 1 Badge Printer, 13 Door Badge Readers, 5 Exit override buttons, 4 Remote Unlock buttons mounted at the Command Post Controller Console position, 7 External Cameras, 3 Internal Cameras and 1 Video Call Box.� Desired installation locations can be found in Technical Exhibit C of PWS. This system will establish entry control into building 314 and will include:� i. A main terminal capable of assigning/managing access into Command Post and building 314. The CP also requires a machine to print/create swipe access badges. �ii. Magnetic locks, card readers, balanced magnetic switch and any other installed system features to the office containing the main terminal used to administratively manage access. This will include door release switches at the Command Post console position(s). � iii. Compatible emergency exit button(s) on specified doors for life safety. The button will disengage maglocks to allow the doors to open. � iv. Cameras inside and outside building 314 covering hallways inside the building and each side/parking areas of the building outside. �Cameras should be high quality, able to be manipulated centrally by the controllers (Pan and Zoom) and have a recording system with ample storage. v. A call box installed outside the main entrance with high quality video capabilities. For the purpose of this PWS, all installed hardware should be new (not obsolete or aged technology). All Contractor supplied electronic equipment must be from a source approved to supply electronic equipment for US Government use in compliance with Trade Agreements Act. Contractor shall provide a DVR recorder for CCTV with a minimum of 16 terabytes of storage capability. All camera equipment should be 4K, PTZ, hi-quality. �Desired camera located are laid out on the building diagram. �Contractor shall remove all existing wiring and cameras. Contractor shall provide battery back-up/surge protector that shall be connected to the video recorder. Contractor shall furnish all wiring, cables, power supplies, mounting hardware, and battery backup uninterruptible power supply (UPS) and any other peripherals for all of the said installations. All equipment must be in compliance with the National Defense Authorization Act (NDAA) and the Trade Agreement Act (TAA). Contractor shall install all units in a neat professional manner. Contractor shall expose as little wiring as possible and wire all cameras to recorder. All wiring must be secured and inside conduit to protect from tampering. All units must be tested to ensure cameras are fully operational and recording. Contractor will maintain installed system at building 314 at peak performance in order for the 19 AW CP to operate without loss of mission effectiveness. Contractor will provide 24/7 on-call maintenance and services for the entire system and sub-components with a 4-hr response time and routine preventive maintenance within the warranty period. - Maintenance and Service during warranty period includes the following: -- Ensuring system is free from defects in material and workmanship, in accordance with the contract, drawings, specifications, alterations and additions thereto. -- All system components regardless of age will be covered by vendor and will be replaced at vendor�s expense in the case of component failure not related to customer misuse/abuse. -- 4 hour (or less) on-site response time via phone or on-site service. -- For the purpose of this PWS, warranty, maintenance and service of this system is defined as those tasks to keep the system in original working order.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/755a960cf35943c9970b2103f9adf551/view)
 
Place of Performance
Address: Little Rock AFB, AR 72099, USA
Zip Code: 72099
Country: USA
 
Record
SN06736446-F 20230707/230705230039 (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.