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