Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025

Deputy Chief of Staff for Contracting, US Army Space Command, Attn: MOSC-SC, 1670 N. Newport Road, Colorado Springs, CO 80916-2749

J -- DESIGN, PROVIDE, INSTALL, MAINTAIN AND MONITOR ACCESS CONTROL SYSTEM SOL DASG62-98-R-0003 DUE 031098 POC Bob Nyquist, Contract Specialist (719) 554- 8828 E-MAIL: Click here to e-mail the Contract Specialist, nyquistb@arspace-emh2.army.mil. The Contractor shall design, install, and maintain a fully integrated Access Control and Intrusion Detection system as set forth herein (hereafter referred to as the "System"), to protect USARSPACE facilities located at 1670 N. Newport Road and 2525 Aviation Way, Colorado Springs, CO. The System shall be integrated and, to the most feasible extent possible, incorporate existing access control, intrusion detection, and surveillance systems currently installed in the HQ, USARSPACE facility. The System shall include electronic card readers and cards; closed circuit television cameras; camera monitors; balanced magnetic switches (BMS); door contacts; motion detectors, and locking devices. The System shall have two monitor stations (head ends). One shall be located at the guard station and one shall be located at the Command Center, HQ, USARSPACE, 1670 N. Newport Road. The System installed in the USARSPACE facility at 2525 Aviation Way shall have a transmission link to the monitor stations at 1670 Newport Road. The System shall be monitored by User personnel. The System shall be Windows NT based. The Contractor shall provide a card reader system which shall incorporate read-in and read-out capability. The System shall provide, at a minimum, the ability to generate reports on the following criteria and allow so privileged operators access to selective reports or all reports. The application shall allow for the creation of report "templates" that may be set to filter a report for specific information. Once created, these templates shall be saved as modified for future and continual use. Report templates may be modified only by operators so privileged. The IDS shall be designed, installed, and maintained to meet the requirements of Director of Central Intelligence Directive (DCID) 1/21, Physical Security Standards for Constructing SCIFs. The IDS shall detect intruders who are attempting to penetrate a protected area through doors, windows, ceilings, walls, vents/ducts, or floors, etc. The System shall detect forced entry into a protected area. The System shall detect persons "stay behinds" who remain in a secured area. The IDS shall operate as a system with four distinct phases: Detection, Assessment, Reporting, and Response. The IDS shall be tamper-resistant, self-testing, and fail-safe. All IDS equipment shall be commercial off-the-shelf, UL listed. The System shall have an Uninterruptable Power Source (UPS) to power all System components to include control units, monitoring devices and workstations for a minimum of eight hours. The CCTV shall have the capability to present images to the workstations. The images shall be of sufficient detail and clarity to accurately depict persons/objects within the viewing area The CCTV shall be integrated with the Card Reader System and the IDS. The Contractor shall perform all maintenance necessary to maintain the integrated System. The Contractor shall provide a point of contact who shall respond to maintenance calls 24 hours a day, 7 days a week, including holidays. The Contractor shall acknowledge service calls within 15 minutes of initial notification and shall provide personnel on-site to commence diagnostics and corrective action within four hours of initial notification. The Contractor shall provide all equipment, material, and labor necessary to restore the System within four hours of reporting to the site. The Contractor shall provide a written report to the COR within five days after each maintenance call. The report will detail malfunctions and corrective actions taken and any discrepancies that require resolution by the Government. The Contractor shall conduct training for personnel identified by the User. The training shall be conducted in sufficient length and at appropriate intervals to insure all users/operators are adequately trained on the System. A site visit will be conducted by appointment only. Copies of the solicitation will only be provided in response to written, faxed, or e-mail requests received directly from the requester. FAX No. is: (719) 554-8838. E-mail address is: nyquistb@arspace-emh2.army.mil.***** (0032)

Loren Data Corp. http://www.ld.com (SYN# 0037 19980204\J-0005.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page