|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778Centers for Disease Control and Prevention (CDC), Procurement & Grants
Office, Contracts & Purchases Branch, 255 East Paces Ferry Rd, N.E, Rm
419, Atlanta, GA 30305 M -- REPLACEMENT OF SECURITY MANAGEMENT, ACCESS CONTROL, AND VIDEO
IMAGING/ID BADGING SYSTEMS TO INCLUDE MAINTENANCE FOR EXISTING SECURITY
EQUIPMENT BOTH PREVENTATIVE AND EMERGENCY. SOL 97-63(N) DUE 031297 POC
Wanda Allison, Contract Specialist, (404) 842-6553 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulations (FAR), subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are
requested and a written solicitation will not be issued. This is
Solicitation 97-63(N) and is issued as a Request for Proposals (RFP).
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular Number 90-42. The
procurement is unrestricted. The standard industrial classification
code (SIC) is 7382. Small business size standard is no more than $9
million average annual receipts for an offeror's three preceding years.
SCHEDULE OF ITEMS: 001 Security Management System, 002 Video/ID Badging
System; 003 Access Control System; 004 Maintenance of Cardkey PASS 5000
System during Installation; OPTION RENEWAL PERIOD ONE: 001 Maintenance
of Cardkey PASS 5000 System; OPTION RENEWAL PERIODS TWO thru FOUR: 001
Maintenance of Entire Systems to include Cardkey PASS 5000 System and
newly installed systems after warranty expiration. DESCRIPTION OF
REQUIREMENTS: Furnish and install an integrated security management
system controller, an upgraded access control system, and a video
imaging/ID badging system for the Centers for Disease Control, 1600
Clifton Road, Atlanta, Georgia. The security management system
installed will replace the existing Cardkey PASS 5000 Security
Management System and shall be compatible to, and interface with,
existing Cardkey Systems Inc. equipment located in Building 16 at
Clifton Road, and at CDC/ATSDR owned and leased facilities in the
Atlanta area to include; Buckhead, Chamblee, Lawrenceville, Executive
Park, Koger Center, and Corporate Square. Contractor shall replace the
existing Barium Ferrite cardreader technology (approximately 275
cardreaders), in buildings 1 (Main, South, East) 2,3,4,5,6,7,8,9,11,14,
and 15 at the Clifton Road facility with Wiegand cardreader technology
and associated equipment (any electric door strikes replaced shall be
replaced with high quality equipment such as Folger-Adams or Von
Duprin). Contractor shall transfer the management of all existing alarm
points to the new security management system. Wiring for the security
management system, cardreaders, and interface devices shall be replaced
in Buildings 1 (Main, South, East), 2,3,4,5,6,7,8,9,11, and 14. Wiring
in Building 15 will not need to be replaced. The video imaging and
badging system shall be installed at Clifton Road with a remote system
for the Koger Center (Stanford Building) with a database that
interfaces with the security management system. Security management
system, access control system and video/ID badging system shall be
installed, commissioned, and training shall be provided by manufacturer
certified personnel. The minimum requirements are as follows:
UNIX-based, integrating access control, alarm monitoring, video
imaging/ID badging, and CCTV control; capacity to create and store data
for a minimum of 50,000 cardholder badges; a minimum of 2000
cardreaders with the capacity to expand to twice current size; systems
user interface shall be Graphical User Interface (GUI) technology, to
provide point-and-click mouse operation and windowing system
displaying various menus and screens and allow multiple users to open
windows simultaneously including maps and historical information while
maintaining real-time, on-line monitoring and control; redundant host
capability to ensure database integrity in the event of a primary host
failure; capable of polling any of the interface devices or readers in
the communications loop to verify the status; both security management
system and video imaging and ID badging systems shall have the
capability to connect to the existing CDC LAN network that is Ethernet
TCP/IP across a token ring and shall be password protection for
access; provide alarm management features of alarm priority, alarm
handling queue, documenting alarm response, and state of alarm points;
access control hardware installed shall meet current ADA standards and
life safety codes; installation of Proximity technology readers in
addition to the Wiegand readers at all entrances for the physically
impaired shall be required; all wiring and cable installed shall be
plenum rated; video imaging/ID Badging System shall contain software
allowing the user, not the vendor, to create, edit ID badges, and enter
cardholder data; badging system shall print the CDC ID badge
information (CDC logo, photo, name, expiration date, office, signature,
number) to blank side of Wiegand Card and print a label with same
information which can be affixed and removed from the Card; software
shall be capable of supporting an unlimited number of cardholders;
security management host computer shall display a cardholder image when
a record is retrieved; video imaging/ID badging shall revert to
standalone mode if off-line from security management system host in
order to allow no disruption to badging operations and allow uploading
and merging capability to provide a single database; and a 12 month
warranty computed from the date of acceptance shall be required on the
access control system, security management system and video badging
system. All contractors performing work at CDC facilities are requested
to obtain a National Agency Clearance (NAC) prior to commencement of
work. All equipment removed remains the property of the Government.
Full-time trained and certified technician to perform maintenance on
the existing Cardkey PASS 5000 security management system and
associated access control equipment at all CDC owned and leased
property facilities during the installation of the new security
management and associated access control equipment shall be required.
Optional contract renewal periods shall include maintenance of newly
installed systems (after warranty expiration) as well as maintenance of
former system that still exists. All maintenance shall offer
preventative and emergency services. Spare parts inventory to maintain
existing Cardkey PASS 5000 will be necessary, however the Government
will NOT provide space for the spare parts inventory. Delivery orders
may be written by the Government for future additional access control
requirements that may be necessary during the life of the contract.
Proposal should address offeror's ability to respond to unscheduled
delivery orders and include parts/equipment/services price list and any
applicable discounts. Department of Labor Wage Determination No.
94-2133 (Rev 3) dated 3/7/95 apply to this solicitation and any
resultant contract. The FAR provisions at 52.212-1, Instruction to
Offerors -- Commercial Items and FAR 52.212-2 Evaluation -- Commercial
Items apply to this acquisitions. A site showing of CDC facilities
involved will be conducted on February 20, 1997, prospective offerors
should meet at 10:00 a.m. local time at the CDC Visitors Center,
Clifton Road, Atlanta, GA. EVALUATION FACTORS: The following factors
are listed in descending order of importance and shall be used to
evaluate offers: Offer shall demonstrate: (1) Experience: an
understanding of the requirement and the ability to secure and install
the required equipment; the ability to provide 12-month warranties on
the security management system, access control system, and video
badging system; the ability to install a system that will insure
compatibility and interface with existing Cardkey equipment to remain
in CDC buildings stated above; statement of offeror's corporate
experience, including the firm's general background and qualifications
and description of relate work performed during the past five years;
and (2) Past Performance: demonstrate at least three years of
satisfactory performance on current or completed contracts, similar in
size and complexity to the requirement of this RFP, include: Names and
addresses of Company or Government Agency, name and telephone numbers
of customer contacts along with the contract number(s), and description
of work performed. Technical proposals are considered to be of more
importance than cost or price, however as technical proposals become
more closely scored, cost or price may become of equal importance. It
is the intent of the Government to make a single award to the
responsible offeror whose proposal conforms to all requirements of the
solicitation and is considered to be the most advantageous to the
Government. The offeror is advised that FAR provisions 52.212-4,
Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items apply to this acquisition. Offers are due on
March 12, 1997, 2:00 p.m. local time. Submit the following to the
Centers for Disease for Control and Prevention/PGO, Attn: Wanda
Allison, 255 E. Paces Ferry Road, NE, Atlanta, GA 30305: (1) an
original and three copies of a completed SF-1449, signed by an official
authorized to bind the organization; (2) Price Lists with commensurate
trade discounts or requirement described above; (3) completed
Representations and Certifications-Commercial Items; (4) data required
under valuation Factors; and (5) acknowledgment of solicitation
amendments, if any. Offers that fail to furnish the required
information, or reject the terms and conditions of the solicitation may
be excluded from consideration. Award of a firm-fixed price, indefinite
quantity, requirements type contract will be made on or about April 1,
1997 for a contract period of one year with four one-year renewal
options. All delivery orders will be written. Information regarding
this solicitation can be obtained from Wanda Allison at (404)842-6738.
(0036) Loren Data Corp. http://www.ld.com (SYN# 0049 19970207\M-0005.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|