Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1999 PSA#2383

National Park Service, Golden Gate National Recreation Area, Contracting Office, Building 201, Fort Mason, San Francisco, CA 94123

42 -- COMPUTER AIDED DISPATCH AND RECORDS MANAGEMENT SYSTEM EQUIPMENT SOL R8140990300 DUE 080699 POC Sarah Langston (415)561-4797 WEB: Golden Gate Procurement Opportunities, http://www.nps.gov/goga. E-MAIL: NPS Contract Specialist, sarah_langston@nps.gov. : This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with the information included in this notice. This announcement constitutes the ONLY solicitation; and a separate written solicitation WILL NOT be issued. Simplified Acquisition procedures WILL BE USED in accordance with FAR 13.5. The Solicitation number for this REQUEST FOR PROPOSAL (RFP) is R8140990300. This SOLICITATION document and incorporated provisions/causes are those in effect in the FAC 97-11. The Government intends to award a single FIRM FIXED PRICE contract to the responsible offeror whose total offer for all items is the best evaluated value to the Government price and other factors considered. The Government will AWARD WITHOUT DISCUSSIONS but reserves the right to negotiate should the Contracting Officer determine it is necessary. SIC Code is 3663 -- 750 employees. The National Park Service (NPS), Golden Gate National Recreation Area (GGNRA) seeks to acquire a Year 2000 compliant Computer Aided Dispatch system (CAD) and Records Management System (RMS) to be delivered and installed at the GGNRA Dispatch Center (Center) in San Francisco, CA. Our Center is a primary E911 answering point (PSAP) for the Presidio of San Francisco and other areas of the GGNRA. The Center currently receives fire, security, and maintenance alarms from > 300 accounts, to increase dramatically over the next 10 years. The Contractor shall provide all labor and materials necessary for the successful installation, maintenance, and operation of the CAD/RMS including, and not limited to: hardware, software, installation tools and equipment, supplies, services, modems, multiplexers, wiring, connectors, cables, mounting hardware, network diagrams, service and maintenance manuals, warranties, implementation plan, system acceptance plan, product support/maintenance plan, training plan, training class(es), and system admin and field training master manuals (with copy permit). The CAD shall meet these minimum requirements: (1) the central computer system shall consist of a dual-CPU arrangement, upon a server or dual-computer platform; (2) mirrored drives are not deemed an acceptable option for redundancy; (3) the system shall operate either in an active/standby mode, or on a load sharing basis; (4) if one CPU fails, the other shall handle the entire system load; (5) CPU switchover shall occur automatically; (6) hard drives shall have > six months online data storage capacity; (7) CAD shall include all magnetic tape devices, CD-ROM devices, modems, and one or more monitor(s) installed on our local area network; (8) CAD shall include a line printer, network printers, modems, and logging printers; (9) CAD preferred network topography is Switched Ethernet using 100 base TX Category 5 cabling; (10) hub and network cards shall be either SMC or CISCO based equipment; and (11) all computers shall support asynchronous and/or synchronous interfaces; and (12) all cabling and electrical connectivity shall be neat. The RMS shall meet these minimum requirements: (1) RMS shall consist of a central server and ten workstations; and (2) the reporting standard shall be the Federal Bureau of Investigation NIBRS system. The CAD/RMS operating system (OS) shall meet these requirements: (1) The OS shall be the computer's overall system monitor and scheduler; (2) the preferred OS for security and scalability is Windows NT; and (3) when off-line batch processing or program development is desired on the backup computer the OS shall allow these tasks while still retaining the operational software priorities in case a computer switchover is necessary. Other OS that meet requirements may be considered. The Contractor shall interface and integrate the CAD/RMS with RDCSS to meet these requirements: (1) the proposed CAD system shall serve five full-function workstations in our communications center; (2) each CAD workstation shall include interface to the E911 system, the Radio System, Law Enforcement Data Networks, and to our system of Mobile Data Terminals; (3) the Law Enforcement Data Network connection is preferred though our local county, San Francisco message switching computer, run under the auspices of the San Francisco Police Department; (4) systems accessed shall include CABLE, AWS, CLETS/CJIS, and NLETS/NCIC; and (5) CAD shall be capable of data transmission to and query of the RMS. The Contractor shall install and make the Year 2000 compatible CAD/RMS fully operational and integrated into the RDCSS by December 15, 1999, including all user training. GGNRA Inspection and Acceptance will take place at Destination. All items shall be delivered FOB DESTINATION to the NPS, Golden Gate National Recreation Area, Building 35, Presidio of San Francisco, San Francisco, California 94129. The Contractor shall warranty the CAD/RMS fit for use for the particular purpose described herein for a minimum of one year including on-site repair on a 24 hours a day, 7 day per week basis, with a 2 hour maximum response time and a 4 hour maximum return to service time. The CAD/RMS Contractor will work with and through the GGNRA Radio Dispatch Communications System (RDCSS) support contractor (Engineered Systems, Inc.) for routine maintenance and spares support during and after warranty to ensure proper integration with the RDCSS. Our intended use and purpose requires that the CAD/RMS shall be compatible with the existing RDCSS which covers three California counties. The CAD/RMS shall function with RDCSS as an integrated unit supporting a full range of public safety communications services, including: Radio, CAD, E-911, Alarm Central Station, Call Boxes, and Mobile Data Terminals. Currently, the CAD/RMS and RDCSS client/users include the US Park Police, NPS Rangers, Presidio Fire Department, and wildland fire-fighting Fire Management Office. The CAD/RMS shall address the needs of all client/users including maintaining separate client/user department records for dispatch and records management purposes. The CAD/RMS shall keep Law Enforcement and Fire Department records separate for the purposes of dispatching and records management. The CAD/RMS shall have cross-agency/departmental linkage to ensure selected fire run types will generate law enforcement runs, and vice versa. The following FAR clauses and provisions apply to this solicitation and are hereby incorporated by reference and are available on the Internet at http://www.gsa.gov/far/current/html/toc.html: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items [EVALUATION FACTORS Listed in descending order are: (1) TECHNICAL CAPABILITY of the item offered to meet the Government requirement; (2) PAST PERFORMANCE and (3) PRICE. Technical and past performance when combined are significantly more important, when compared to price]; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, Subparagraphs (a), (b) 1, 5, 11, 12, 13, 14, 15, 22 (d) and (e) apply to this acquisition. NOTE: Proposals, and modifications to them, that are received in the designated Government office after the exact time specified are "late" and shall be considered only if: (1) They are received before award is made; and (2) The circumstances meet the specific requirements of FAR 52.215-1(c)(3)(i). PROPOSAL CONTENTS: Offeror's proposal shall include: (a) TECHNICAL PROPOSAL -- Offeror shall provide a thorough Hardware/Software Configuration Recommendation including proposed brand with model numbers, brochures, specification sheets and/or other descriptive literature detailing compliance with the requirements listed herein; including information on optional and special module information; a network diagram; and any available screen samples of the applicable software. Offerors shall provide their standard commercial warranty. If their standard warranty does not comply with the minimum warranty requirements, the offeror shall include the additional requirements in their pricing proposal and provide confirmation that the offeror shall provide the required warranty coverage. The Offeror shall warrant that the total systems delivered under this contract are Year 2000 compliant. Offerors shall request and respond to an Addendum package consisting of: 1 -- a Offeror System Functionality Questionnaire, and 2 -- GGNRA + RDCSS Equipment Information Sheet. This Addendum package is available from SARAH LANGSTON (415)561-5797; FAX (415)561-4795. Your responses to this Addendum package will be used in part to evaluate your response. (b) PRICE PROPOSAL -- Offerors shall propose: appropriate contract line item numbers (CLIN) with quantity, prices, and totals to meet the requirements and stated particular purpose of the CAD/RMS; any supporting schedules and pricing data in sufficient detail to substantiate the proposed price. As part of this data, the offeror shall provide the unit price for each of the major components listed in the technical proposal and thebasis of that price. A per-hour charges are unacceptable. Offerors shall price all items in this solicitation to be eligible for award. Offerors shall review available GGNRA+RDCSS Equipment listed in the Addendum to this Solicitation and shall discuss the potential reuse of Government furnished equipment (GFE) available for this CAD/RMS contract and how its use will impact proposal price. If its use will significantly lower the overall proposed price, include this as a priced option. The following separately priced CLINS shall be included in the proposal: 1- (option price per/each)Additional records workstations; 2-Implementation Plan (due 20 days after award); 3-Training Plan due with proposal; 4-Product Support/maintenance Plan due with proposal; 5-Comprehensive Basic operator training with master manuals, due after installation; 6-(Option) One Train-the-Trainer Class for RMS for field users with master manuals; 7-One year total system warranty, factory check-test-startup service; 8-One year Hardware maintenance service with 24/7; 9-(option) One year Hardware maintenance service with 8 hours/day, 5 days/week; 10-One year software maintenance service with 5 one-year after warranty options; 11-(option) Contractor Technical Expert on-site for application support during first 72 hours of software operation. (c) PAST PERFORMANCE/EXPERIENCE REFERENCE LIST shall list all recent sales of the required items or similar items and shall include the Contract Number or Firm Name, date of sale, item sold and name, title, address and phone numbers of technical and contractual points of contact. (d) FAR 52.212-3 Offeror Representatives and Certifications -- Commercial Items: COMPLETED The SUBMITTAL DATE for this COMBINED SYNOPSIS/SOLICITATION (RFP) is August 6,1999. The anticipated award date is September 7, 1999. Proposals shall be delivered to: National Park Service, GGNRA, Fort Mason, Building 201, ATTN: Contracting & Procurement RFP# R8140990300, San Francisco, CA 94123. A SITE VISIT will be conducted at Building 35, Presidio of San Francisco, CA on July 19, 1999 at 8:30am. QUESTIONS regarding this solicitation should be directed to sarah_langston@nps.gov telephone (415) 561-4797; FAX=(415)561-4795 and should reference this COMBINED SYNOPSIS/SOLICITATION RFP # R8140990300. Posted 07/06/99 (W-SN350777). (0187)

Loren Data Corp. http://www.ld.com (SYN# 0252 19990708\42-0002.SOL)


42 - Firefighting, Rescue and Safety Equipment Index Page