Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827

Bureau 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