|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827Bureau of the Census, Procurement Office, FOB #3, Room 1541,
Washington,(Suitland, MD) DC 20233 63 -- REPLACEMENT SECURITY SYSTEM SOL 52-SOBC-7-00004 DUE 050297 POC
Linda Catterton 301-457-1840 REPLACEMENT SECURITY SYSTEM INCLUSIVE OF
ACCESS CONTROL, CLOSED CIRCUIT TELEVISION, INTRUSION DETECTION, DOOR
ACCESS CONTROL, NEW AND UPGRADE/RETROFIT, WITH AN OPTION FOR
MAINTENANCE FOR YEARS TWO THROUGH FIVE. 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; quotations are
requested and a written solicitation will not be issued. This
Solicitation No. 52-SOBC-7-00004 and is issued as a Request for
Quotation (RFQ) in accordance with FAR 13. All references to "offers"
are understood to be "quotation". The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular Number 90-46. The procurement is reserved for
small business concerns, utilizing the size standard in FAR 19. This is
a fixed price effort. The standard industrial classification code is
7382. Small business size standard is no more than $9 million average
annual receipts for an offeror's three preceding years. Prospective
Contractors are urged and expected to inspect the sites where
installation is to occur. A site visit of Census facilities involved
will be conducted on April 24, 1997. Those planning to participate in
the site visit should contact Linda Catterton, (301) 457-1840 not later
than 12 NOON on April 23, 1997. All prospective offerors should meet at
10:00 a.m. local time at the Census Visitors Center, Silver Hill and
Swan Roads (Gate 5), Suitland, MD. Persons interested in visiting the
Bowie site must have a hard hat. This acquisition is a combination of
specific make and model and brand name or "equal". The specific make
and model is American Magnetics AMAG 2000. The systems to be acquired
are 001- American Magnetics Card Access System; 002 -- Closed Circuit
Television System (to be leased); and 003 -- Intrusion Detection
System. The systems include the acquisition of the following
components: 001- Card Access AMC AIX 200 Host, qty. 1 ea CPU (Motorola
RISC) AMAG 2000, MT-41200S POWERPC, 200MHZ, w/2MB L2 Cache, 32 bit
processor, 64 MB RAM, 4.0 GB WIDE SCSI HD, 17" .28 Dot Pitch Monitor,
Two addressable LAN cards, Matrox 2 MB PCI Graphics Card, 101 Key
Keyboard, three button mouse, 4.0 GB SCSI QIC Tape Drive, one parallel
and 16 serial com ports, 14,400 or greater modem, AIX V4.1 software,
Oracle Five user REV 7.0, A-2000 AMAG software, Internal SIM module,
1st Year Software Subscription; PSA-3401-DC-PKG, 2 Reader Multinodes,
qty. 5 ea.; AMC extra DCU-PSA, DAU Kit, qty 1 ea.; Hughes TL-5395
Proximity Readers, qty. 33 ea.; Cl050A Protocol Converter, qty. 1 ea.;
WPW 430 Polling Cable 1000', qty. 5 reels; Hughes Proxcard II, qty.
3000 ea.; AMC SCOSIM Sim System Interface Module, 133MHz Pentium PC
w/32 MB RAM, 1.6 GB SCSI HD, 1.44 MB Floppy Drive, 17" Acer SVGA
1280X1024, .27 Color Monitor (or equivalent), PCI Video Adapter w/2MB
DRAM, High Speed Etherlink connector, qty. 1 ea.; AMC PSA-3404-DC-PKG
8 Reader Multinodes, qty. 4 ea.; DS130 R-T-E motion detectors, qty. 22
ea.; Rectified 12v ac transformers, qty. 22 ea.; Sentrol 1078D DPDT
Contacts, qty. 30 ea.; 1000' reels SWW #161325 12c,22g OS, qty. 4
reels; All required new conduit, fittings, fasteners, qty. 1 LOT;
Installation, 1 JOB; 002 -- 60-Month LTOP including maintenance --
Closed Circuit Television System, Pelco CC4600-2, 1/3" color camera (or
equivalent), qty. 31 ea.; Pelco TV1-AC-1,16-160mm Z lens (or
equivalent), qty. 2 ea.; Pelco TVJ10AC-1,11-110mm Z lens (or
equivalent), qty.8 ea.; AM. Fibertech, cable transmitters, receivers &
power supplies (or equivalent), qty. 7 ea.; Pelco EH4722-1
Environmental housings (or equivalent) qty. 10 ea.; Pelco PMC-14E 14"
color monitors, qty. 3 ea.; Pelco RMA-14E-GY monitor rack mounts (or
equivalent), qty. 3 ea.; American Dynamics, AD1587/16R Camera Mux (or
equivalent), qty. 3 ea.; Pelco PT680-24P Pan/Tilts (or equivalent),
qty. 10 ea.; Pelco PM2000/PA102A pedestal Mounts (or equivalent), qty.
3 ea.; Pelco C6806 pan/tilt cords (or equivalent) qty.10 ea.; Pelco
WX8024RX wiretron receivers, qty. 10 ea.; Pelco EH-3512-1
environmental. housings (or equivalent), qty. 3 ea. Pelco CM8502-1
control CPU (or equivalent) qty. 1 ea.; Pelco CM8504 Monitor output (or
equivalent), qty. 1 ea.; Pelco CM8506 protocol board (or equivalent),
qty. 1ea.; Pelco CM8505R rack mounted keyboard (or equivalent), qty. 1
ea.; Pelco CM8505D desk keyboard (or equivalent), qty. 1 ea.; Pelco
CM9505UPS-422 Power Supply (or equivalent), qty. 1 ea.; Winsted model
K8565 three bay console (or equivalent), qty. 1 ea.; Installation, qty.
1 JOB; 003 -- Intrusion Detection System, Alarm/IDS/Door Control,
Ademco Vista 100 Control Panel (or equivalent), qty. 1 ea.; Ademco 6139
Full English Keypad, qty. 2 ea.; Sentrol 1076D contacts DPDT (or
equivalent), qty. 23 ea.; Ademco 4208 8-point expanders (or
equivalent), qty. 2 ea.; Newline IRE200 Beams, (or equivalent) qty. 2
ea.; Napco MVA1000 Voice, (or equivalent) qty. 1ea.; Driver Revere
R44SH speaker horns, (or equivalent) qty. 4 ea.; Interstate 12v, 7ah
backup batteries, (or equivalent) qty. 2 ea.; Wall Mount Boxes
(peripheral devices), qty. 3 ea.; 500' Boxes 22g, 4c cable, qty. 15
ea.; The following equipment pertains to a Siedle color video
intercom/identification system (or equivalent): CMC511-1 swivel color
camera module, qty. 2 ea.; MR513-0 Mounting frame for 3 modules, qty.
2 ea.; SBV513-0 video pedestal for 3 modules, qty. 1 ea.; TLM511-02 5+n
speaker module, qty. 2 ea.; TM511-01 1 bell button module, qty. 2 ea.;
GA513-0 Surface backbox for 3 modules, qty. 1 ea.; AD612-0 Receptacle
ZM0611-0/ZT611-01, qty. 2 ea.; HT611-01 Handset, qty. 2 ea.; MOC611-1
Swivel color LCD monitor, qty. 2 ea.; ZER611-0 Two tone electrical
chime, qty 2 ea.; ZMO611-0/1 Desk mount, qty. 2 ea.; ZT611-01/24 Desk
mount for 24 pin, qty. 2 ea.; Power and switching equipment, Required
Cabling RG-59U,15C/20ga., 2C/18ga., qty. 1 LOT; Installation, qty.1
JOB; 004 A 1-year warranty is required for the above systems. The
option to acquire Maintenance is required on all new equipment for
years two through five. The option to acquire Maintenance is also
required for existing equipment reutilized in the replacement systems.
The Principal Period of Maintenance (PPM) is 7:00 a.m. -- 5:00 p.m.,
Monday -- Friday. Two hour telephone response is required and if
on-site service is required a four hour response is required. The
Contractor shall maintain an inventory of spares to support all the
above systems. The Contractor shall include rates for Maintenance
Outside the PPM. The Contractor shall be responsible for furnishing and
installing an upgraded access control system, intrusion detection
system and leasing the closed circuit television system for the Bureau
of the Census. The access control system to be installed will replace
the existing Cardkey PASS 202 Security Management System 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 card access/security
management system. Wiring for the card access system, cardreaders, and
interface devices shall be replaced as necessary in all retrofit work
in FOB 3, Iverson Mall, and other BOC facilities. Wiring for all
systems at the Bowie Computer Center will all be new work. All wiring
will be done in accordance with local electrical codes. The use of
existing power supplies, door strikes and wiring for the card access
system is permitted. The Contractor will assume full warranty liability
for power supplies, door strikes and wiring reutilized in the card
access portion of this contract. The Contractor shall pre-certify these
items prior to reutilization. The leased Closed Circuit Television
(CCTV) will replace, upgrade, and expand the existing CCTV system, in
use at the Suitland Federal Center, FOB 3. The Intrusion Detection
System (IDS) will be installed at the Bowie Computer Center, Bowie MD.
This system will protect doors and glass as required. The BOC will be
responsible for programming the system and for the monitoring of the
Intrusion Detection System. The Seidle (or equivalent) Color video
identification will be installed at the Bowie Computer Center, Bowie,
MD. Conduits have been installed and identified within the Bowie
Computer Center, and blueprints reflecting the dedicated conduits will
be provided after award. Delivery and installation of all systems
shall be completed within 75 days from date of award. The minimum
salient characteristics are as follows: a) The Contractor MUST be a
certified American Magnetics AMAG 2000 dealer. b) The Host must be a
RISC based system, Oracle database (4GL RDBMS) (Note: Oracle is the
Agency standard), ODBC capable, SQL compliant, and support the
following communications protocols: NOS, Telenet, TCP, UDP, SMTP, TFTP,
ARP, RARP, ICMP, IP, FTP, RCP, RSH, SNMP. c) The Host must be able to
internally support two IP addresses. d) The Host must be able to allow
the operator to observe transactions in real time as they occur in the
field panels. e) The Host must be able to support 16 licenses for
Operator Control Stations. There will be no limitation on the number of
readers or users the Host can handle. f) The door control system must
fit pre-existing podium installation openings. g) Close Circuit TV
system must be compliant with the existing BOC communications
protocols. Warranty shall for 1 year from the acceptance date of the
systems. The provision at FAR Part 52.212-1, Instructions to
Offerors-Commercial, applies to this acquisition. The clause at FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items, applies to this solicitation.
Specifically the following cited clauses are applicable to this
solicitation: FAR 52.222-26, Equal Opportunity, 52.222-35 Affirmative
Action for Special Disabled and Vietnam Veterans, 52.222-36,
Affirmative Action for Handicapped Workers, FAR 52.232-33 Mandatory
Information for Electronic Funds Transfer Payment. The clause at
52.212-4, Contract Terms and Conditions -- Commercial Items apply. "Or
Equal" proposals must include descriptive literature which provides
the performance and technical specifications of the product being
offered. The contractor must also include a completed copy of FAR
52.212-3 Offerors Representations and Certifications -- Commercial
Items with the quotation. Award will be evaluated IAW FAR 52.212-2,
Evaluation -- Commercial Items and on the minimum salient
characteristics being met. Award will be based on the lowest priced
technically acceptable offer from a responsible contractor in
accordance with FAR 9.104-1. Quotations may be submitted in writing to
Bureau of the Census, Procurement Branch, FOB #3, Room 1551,
Washington, DC 20233 or faxed to the point of contact indicated above.
The fax number is (301)-457-1785. Quotations are required to be
received by 4:00 p.m. on May 2, 1997. Award will be made on or about
May 8, 1997. See numbered Note 1. CITE: Solicitation No.
52-SOBC-7-00004. (0106) Loren Data Corp. http://www.ld.com (SYN# 0271 19970418\63-0002.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|