|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588Social Security Administration, Office of Acquisition and Grants, 1710
Gwynn Oak Avenue, Baltimore, Md. 21207-0696 R -- INSTALL AN INTEGRATED ELECTRONIC SECURITY SYSTEM DUE 051796 POC
Frieda Holloway Tel: (410) 965-9533 SOURCES SOUGHT: The Social Security
Administration has a requirement to provide all labor, equipment,
material and supervision to install a new state-of-the-art integrated
electronic security system in the National Computer Center in
Baltimore, Maryland. The integrated system shall provide operator
interface, interaction, and dynamic real-time process manipulation,
including overall system supervision, coordination end control. Alarm
and access control data shall be obtained from local processors which
are located in or near the protected areas and entry points. All
television equipment shall conform to NTSC specifications. The system
shall include all connectors, adapters, and terminators necessary to
interconnect all equipment. The contractor shall also supply and
install all conduit, cable tray, cabling, and other supplies necessary
to interconnect the physical security system, access control system,
and closed circuit television (CCTV) equipment installed in the
Emergency Command and Control Center, and to interconnect equipment
installed at remote control/monitoring stations. The new access control
system will initially utilize thirty-two (32) card readers,
thirty-seven (37) key pad/card reader combinations, four (4) waist-high
turnstiles, eleven (11) full- height turnstiles, and one (1) handicap
entry gate (swing gate). An adjacent Social Security building has
independently procured and is presently installing a new card access
system utilizing Hughes proximity card readers and cards. Thus, to
maintain consistency throughout the SSA campus, the Hughes proximity
cards and readers will be required in this system. The security system
must also be capable of interfacing with the card access system
(lOGIPLEX) being installed in the adjacent building so that the
databases may be shared and access permissions passed. The
interconnection of these systems is not a part of this contract,
although the Contractor must clearly show in his proposal how his
proposed system would interconnect and communicate with the Logiplex
system. Also, as a part of the pre-delivery system tests, the
Contractor will demonstrate a functional interface to Logiplex. All
Logiplex equipment required for this interface and test will be
supplied by the contractor. The contractor must also certify that he
can and will perform the required interconnection when desired. The
front lobby will be configured for access control. Two (2) entry and
one (1) exit wait-high turnstiles and one (1) handicap swing gate will
be installed with card readers under this contract. The intrusion
detection sub-system shall include the existing door alarms and motion
detectors locations (approximately 94 devices), 68 additional balanced
magnetic switches, and 34 additional PIR motion sensors. All existing
alarm sensors will be will be replaced by the contractor utilizing the
existing conduit. Contractor will be responsible for obtaining any
additional data required to interface the video switch with the
security system and for providing all data and information required for
the technical data deliverables. The new intercom system control
servicing all secure areas and doors shall be installed in the new
Emergency Control Center by the contractor. The system delivered under
any resulting contract shall be capable of accepting enrollment data
from the video imaging and badging system directly into the security
system database. All interested firms with the capability to install an
integrated electronic security system should indicate interest in this
acquisition by providing the contracting officer the required
evidence/descriptive literature in duplicate to perform the requirement
herein described as soon as possible, but not later than fifteen (15)
DAYS AFTER THE DATE OF THIS NOTICE to the Social Security
Administration, Officer of Acquisition and Grants, 1710 Gwynn Oak
Building, Baltimore, Maryland 21207, Attention: Frieda Holloway. No
cost or pricing data is required. This is not a Request for Proposal
nor does the Government intend to pay for the information solicited.
Acknowledgment of receipt will not be issued nor will respondents be
notified of the results of the evaluation of the data received. (0123) Loren Data Corp. http://www.ld.com (SYN# 0083 19960503\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|