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