Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778

Centers 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