Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1998 PSA#2064

Phillips Laboratory, Directorate of Contracting, 2251 Maxwell Avenue SE, Kirtland AFB, NM 87117-5773

63 -- ACQUISITION OF A SECURITY SYSTEM FOR SPACE AND MISSILE CENTER SOL F2965098QV135 DUE 041598 POC Ryan Kirchoff 505-846-4579 E-MAIL: RYAN KIRCHOFF, ryan_kirchoff%pl-pk@ccmail.plk.af.mil. Contract Specialist Ryan Kirchoff, 505-846-4579, Contracting Officer Raynie Vanderford 505-846-4673 The Operational Contracting Division intends to award a purchase order set aside for small business 100%, for the purchase of security access control system for the Space and Missile Center. This is a combined synopsis/request for quotes. This announcement constitutes the only solicitation; bids are being are requested and a separate solicitation will not be issued. This solicitation number, F29650-98-QV116, is being issued as a request for quotes. Interested offerors are reminded to monitor this Web Site for potential changes to this acquisition. RFQ amendments will be posted exclusively on this Web Site. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. The proposed purchase order is for the acquisition an independent intrusion detection system for the Space and Missile Center, Kirtland Air Force Base, NM. The alarms systemshall be installed in all SMC/TE buildings, as follows: 402, 410, 412, 413, and 415. Scope The contractor shall install the following hardware, and respective quantities, at each door entry: Proximity card reader devices 15 Crash Bars for egress 14 Electro-magnetic door locks 6 Door status sensors 14 Anti-Pass Feature 1 The contractor shall furnish the following computer hardware and software, which will enable the government to produce badges: A computer with the capability to manage the software indicated below is required, and shall include a monitor. A printer to provide the personnel security products. A photographic printer for badging and a camera w/manual zoom lens and tripod. Software: Video badge software. Software package shall have the capability to produce badges with a picture, individual's name, and flexibility to change background color, import images on the badge and print products from any field in the database. Software shall be programmable to lock doors at different time and day intervals. Electro-magnetic door locks shall be installed on double doors that currently don't have them. These locks shall insure both doors are secured when system is engaged. Crash bars shall replace the existing exit buttons. An emergency exit button shall installed beneath the crash bar. The exit button shall deactivate the magnetic locks during emergency. The Contractor shall provide labor, parts, and supervision necessary to install and maintain the operational status of the system. The Contractor shall provide full on-site maintenance of all hardware and software components. The Contractor shall respond to system failure within a four-hour time frame. Examples of failures are as follows, but are not limited to: magnetic locking devices not engaging, card readers not receptive to coded badges, hardware not allowing the production of badges or other required printouts. All control panels, computer and other related peripherals will be located in Bldg. 413, Room 215. The Contractor shall use existing wiring and other in-place hardware to the greatest extent possible, during system installation. The Contractor shall provide all parts necessary for system repairs. Contractor shall also provide 24 hour, 7 days a week service for system failures. Contractor shall provide a schedule for preventative maintenance. The Contractor shall provide on-site training as required to operate system. System shall be Y2K (2000) compliant, i.e. Information Technology that accurately processes date/time for, into and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations. Year 2000 compliant information technology shall accurately process date/time data if other information technology properly exchanges date/time data with it. The Government will evaluate quotes in response to the solicitation without discussion and will award a purchase order to the responsible bidder whose bid, conforming to the solicitation, is most advantageous to the Government considering only price. Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification-Commercial Items, with their offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 1995), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (a)(1)52.222-3, (b)(5)52.219.14, (b)(6)52.222-26, (b)(7)52.222-35, (b)(8)52.222-36, (b)(9)52.222-37, (b)(10)52.225-3, (c)(1)52.222-41, (c)(2)52.222-42. This will be a firm fixed price purchase order. Firms shall indicate their size qualifications under SIC 7382. Standard size $9 million. This requirement shall be procured using simplified acquisition procedures. This is a 100% small business set aside. Signed and dated sealed quotes must be submitted no later than close of business on 6 Apr 98 to the Operational Contracting Division, Services Contracting Branch, 2000 Wyoming, Building 20604, Room B-22 KAFB, NM 87117-6008 Contact Ryan Kirchoff at 505-846-4579 for any questions regarding this solicitation. (0089)

Loren Data Corp. http://www.ld.com (SYN# 0244 19980401\63-0001.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page