|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1999 PSA#2433USDA, ARS, North Atlantic Area, Contracting Office, 600 East Mermaid
Lane, Wyndmoor, PA 19038 63 -- CARD ACCESS SECURITY SYSTEM AND SOFTWARE SOL 41-3615-99 DUE
092899 POC Lisa M. Botella, (215) 233-6551, fax (215) 233-6558,
Contracting Officer The USDA, Agricultural Research Service requires a
Card Excess Security System, Software, and all associated components
be furnished and installed at the Eastern Regional Research Center
(ERRC) in Wyndmoor (Philadelphia), Pennsylvania. The ERRC requires a
new Card Access Security System for ingress and egress to the Center's
facilities. The system includes all proposed hardware and software
components, special tools, etc., required to provide a fully functional
card access security system. The system shall be configured and tested
for full functionality, and must be fully operational at project
completion. This is a combined synopsis/solicitation for commercial
items prepared in accordance with the Format in Subpart 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the solicitation; prices are being requested
and a written solicitation is available upon request that contains all
the same information as in this synopsis. The Solicitation number
41-3615-99 is issued as a request for quotation. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-12. This procurement is
unrestricted. A Site Visit will be held at the USDA, ARS, NAA, ERRC on
September 22, 1999, at 10:00 a.m. Contractors interested in attending
must contact Ms. Lisa Botella in Wyndmoor, PA, not later than close of
business on September 21, 1999, at telephone number at (215) 233-6551
to make reservations. Attendance at this site visit is not mandatory
for offer submission. However, failure to visit the site will not
relieve or mitigate the successful contractor's responsibility and
obligation to fully comply with the terms, conditions, and
specifications contained and/or referenced in this document. Any
questions arising from this solicitation prior to the site visit should
be submitted to the Contracting Officer in writing not later than close
of business on September 21, 1999. Questions arising from the site
visit must be submitted to the Contracting Officer not later than close
of business on September 23, 1999. Questions may be submitted via mail
to the address above or by fax (215) 233-6558. Questions should
reference the particular section in the solicitation or
specification/drawing section of concern, if applicable. All written
questions received, whether prior to the site visit or subsequent to
it, will be answered in writing and transmitted to all offerors via an
amendment to the solicitation. The Card Access Security System shall
be new and include the following: The system shall include a complete
card access security system and alarm monitoring and shall have the
capability of expanding to guard watch tour monitoring, CCTV control,
video imaging and photograph identification badging in the future. The
proposed system must be 100% compatible with the existing multi-mode
fiber optic trunk line for all interconnections between the buildings.
Utilize existing conduit and wall/ceiling penetrations. All wiring
shall have a minimum rating of Plenum and shall be shielded. Furnish
and install approx. 1,250 linear feet of new conduit and wiring from
the existing fiber optics line to the readers for the outbuildings.
Furnish and install approx. 750 linear feet of new conduit and wiring
for the two new reader locations. Furnish and install approx. 4,250
linear feet of new wiring for the existing readers for the main
building. All wiring replacements shall utilize the existing routes,
conduits and raceways. All existing wiring and door mechanisms, which
are standard configurations, shall conform to the new system.
Twenty-two (22) existing readers shall be removed and replaced with new
proximity readers, plus two (2) additional proximity readers that
require complete installation by the Contractor. Proximity readers for
interior doors access shall have a minimum of 4 inches and a maximum
of 7 inches of read range. Proximity readers for exterior doors access
shall have a minimum of 28 inches and a maximum of 36 inches of read
range. All exterior readers shall be weather proof. Each door location
must be able to handle a minimum of four (4) input/output signals at
the control panel. The system shall include, at a minimum, a separate
alarm input for a tamper switch, primary fail monitoring, and fire. The
contractor shall provide an appropriate server for the system which
shall be network supportable with a Windows based operating system. The
client software shall be accessible at three (3) existing,
Government-owned, Windows-based, personal computers within the main
building. The client software shall connect through and reside on the
present LAN network. All Software shall be "Y2K" compliant. The
database shall provide the following fields at a minimum: names, access
levels, work access times, location, vehicle information, emergency
contact information including home address, home telephone number, and
work telephone number. The system shall be installed and fully
operational on the ERRC Local Area Network (LAN). The distance is
approximately 2 feet from where the proposed server is to be located to
the nearest LAN (RJ45) connection. The Server shall be located in room
0016 and connected to an existing, Government-owned, Minute Man XRT
2000 Uninterrupted Power Supply (U.P.S.). The contractor shall provide
a tie-in for the server (for conversion from cable to fiber) in Room
0016 to the existing fiber optics trunk in room 0022. The contractor
shall utilize existing conduit (which runs from Room 0019 to the attic
and back down to Room 0130) in order to connect the readers at Room
0125 and the Chemical Wing entrance. The approximate total linear feet
(LF) required for all readers in the main building is 4,250 linear
feet. The approximate total of linear feet of wiring and conduit
required from the fiber optic trunk to all readers in the out buildings
are: Mechanical Services Bldg. is 425 LF; Service Bldg. is 250 LF;
Haz-Operations Bldg. is 175 LF; and the Leather Research Bldg. is 400
LF. The system shall contain a back-up function for the database to a
removable media. Four (4) client software licenses (1-server,
3-workstations) shall be required. Furnish 500 printed, color,
photograph identification (ID) cards for the system and provided to the
Government within 30 days of commencement of work. The cards shall be
capable of accepting a heat-laminated photograph identification. The
size of the card shall be a minimum of 2" x 3" with a maximum of 2-1/2"
x 3-1/2 inches, to allow for a heat-laminated photograph and include a
cut-out at the top for attaching a clip or chain. The Contractor shall
ensure that the current system remains active and operational during
the installation. The Contractor shall provide a transition plan with
instructions and timeframes for system implementation and activation.
The Government shall provide the following: The database information
necessary for the system setup shall include (names, access levels,
work access times, location, and vehicle information). Coordination of
the installation with the ARS Facility Operations and Maintenance
Contractor. Available electrical power 120V as required for the
installation and support of the system. NOTE: SITE MAPS, LIST OF READER
LOCATIONS, AND THE REQUIRED LOGO FOR THE ID CARDS WILL BE PROVIDED UPON
REQUEST. DELIVERABLES: The system, all required documentation,
installation and training shall be delivered (F.O.B. Destination) to
the USDA, ARS, NAA, Eastern Regional Research Center, 600 East Mermaid
Lane, Wyndmoor, PA 19038, within 90 calendar days after receipt of the
purchase order. Delivery shall be made within the hours of 8:00 a.m. to
4:30 p.m., Monday through Friday, excl. Federal holidays, and shall be
scheduled with the COR named at the time of award. ID's are due within
30 days after commencement of work. Installation shall be completed
within 60 days of commencement of work. Training shall be completed
within 15 days after completion of installation. PACKING AND SHIPPING.
All items packed and shipped shall have the mailing label addressed as
follows: USDA, ARS, NAA, Eastern Regional Research Center, 600 East
Mermaid Lane, Wyndmoor, PA 19038, and include the purchase order
number. INSTALLATION. The Contractor shall install the equipment,
software, and any associated components at the location designated by
the Government. The Contractor shall also perform verification testing
and provide technical support. Installation of this system is to be
coordinated with the COR (to be named at time of award) and completed
within 60 days of commencement of work. SETUP AND TRAINING. The
Contractor shall be responsible for performing all start-up operations
to ensure the system is fully functional for its intended purpose. The
Contractor shall notify the Contracting Officer's Representative (COR)
at least one (1) week in advance to coordinate the date for
installation and training. The Contractor shall provide a minimum 2-3
days training (on-site at the ERRC, Wyndmoor, PA) to ten (10) personnel
on the proper operation and use of the system and include at a minimum:
administration, maintenance, and reconfiguration. Training shall be
completed within 15 days after installation completion and include all
pertinent training materials. DOCUMENTATION. Upon an award, the
Contractor shall provide one (1) copy of the site preparation manual
which shall be submitted within 10 days of receipt of the purchase
order. Upon delivery the Contractor shall provide three (3) sets each
of all software and equipment manuals for all equipment furnished
and/or installed by the Contractor under this order. In addition, upon
completion of the order, the Contractor shall submit to the
Contracting Officer two (2) sets of neatly marked (in red) and labeled
"As-Built" drawings. Final payment shall not be made unless and until
such documentation is received and accepted by the Contracting
Officer. WARRANTY. A standard commercial warranty shall be provided for
the software and equipment. The Contractor shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranty
is available at no additional cost to the Government. Acceptance of the
standard commercial warranty does not waive the Government's rights
under the Inspection clause nor does it limit the Government's rights
with regard to the other terms and conditions of this contract. The
provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items,
applies to this acquisition. ADDENDA TO FAR CLAUSE 52.212-1. 1. Item
(b) Submission of Offers is amended to include the following: Submit
your quotation, acknowledgement of amendments (if any), software
licencing agreements, descriptive literature for the proposed equipment
and software, transition plan for system implementation, past
performance information, and the Certifications at FAR 52.212-3 and
52.225-1, Buy American Certificate, to Lisa M. Botella, USDA, ARS,
North Atlantic Area, Contracting Office, 600 East Mermaid Lane,
Wyndmoor, PA 19038. FAILURE TO SUBMIT THIS INFORMATION SHALL RENDER THE
OFFER NONRESPONSIVE. TELEGRAPHICOR FACSIMILE OFFERS ARE NOT ACCEPTABLE.
2. Item (c) Period for acceptance of offers is amended to include the
following: The offeror agrees to hold the prices in its offer firm for
120 calendar days from the date specified for receipt of offers. The
provision at 52-212-1, Instruction to Offerors -- Commercial Items,
applies to this acquisition. The provision of FAR 52.212-2, Evaluation
-- Commercial Items, applies to this acquisition. The following
evaluation criteria are included in paragraph (a) of that provision.
The Contracting Officer will make an award based on price and
price-related factors. ADDENDUM TO FAR CLAUSE 52.212-2. EVALUATION
FACTORS FOR AWARD-Any resulting order will be issued to the company
offering the best value to the Government, price and other factors
considered. Listed below are all the factors that will be considered.
Technical capability, past performance and price. Technical capability
and past performance, when combined, are significantly more important
than price. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH
EVALUATION FACTOR SHALL RENDER YOUR OFFER NON-RESPONSIVE. 1) TECHNICAL
CAPABILITY OF THE FIRM. Technical capability will be based on product
literature, technical features and/or warranty provisions. Each
offeror is required to submit licensing, descriptive literature,
transition plan for system implementation, or other documentation,
manufacturer or brand name and model of the item, and show how the
offered product meets or exceeds the requirements as specified in the
Specifications. 2) PAST PERFORMANCE. Past performance history may be
based on the Contracting Officer's knowledge of any previous history of
this type of work, customer surveys or any other verifiable information
available to the Contracting Officer. The offeror's lack of performance
history will not result in disqualification, but will result in a
neutral past performance rating. A neutral score could be considered
less favorable than a favorable past performance score. In order to be
considered for a contract award, Contractors shall provide a list of
five (5) contracts of a similar nature and complexity that the were
awarded within the past five (5) years or that is/are currently in
force. This information must be submitted with your offer. For each
contract, list the following: 1. Name, address, and telephone number of
the contracting organization, the Government's Project Officer and
Contracting Officer. 2. Contract number, type, and dollar value. 3.
Date of contract and period of performance. 4. List any contract(s)
terminated for convenience or default (partial or complete) within the
past three (3) years. Include the contract number, name, address, and
telephone number of the terminating officer. 3) PRICE. Price includes
all equipment, software, software licensing, training, warranty costs,
discount terms, and transportation costs. The full text of these
clauses may be accessed electronically at this address:
http://www.arnet.gov/far/. Offerors shall include a complete copy of
the provision at FAR52.212-3, Offeror/Representation and
Certifications-Commercial Items, and FAR Clause 52.225-1, Buy American
Certificate with its proposal. FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition. The following
terms and conditions are added as an addendum to this clause: 1.
Includes AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988). Item (b)
is amended to: Inspection and acceptance will be performed at
destination location. 2. Item (g) Invoice is amended to include the
following: The invoice shall be submitted in an original and one copy
after delivery and installation of all items. Training and installation
may be billed separately. The Invoice shall be mailed to: USDA, ARS,
North Atlantic Area, Eastern Regional Research Center, 600 East Mermaid
Lane, Wyndmoor, PA 19038, Attn: Lisa M. Botella. 3. Item (o) Warranty
is amended to include the following: The Contractor shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in asimilar commercial sale, provided such warranty is
available at no additional cost to the Government. Acceptance of the
standard commercial warranty does not waive the Government's rights
under the Inspection clause nor does it limit the Government's rights
with regard to the other terms and conditions of this contract. In the
event of conflict, the terms and conditions of the contract shall take
precedence over the standard commercial warranty. 4. This contract
incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request the
Contracting Officer will make their full text available. 52.204-4,
PRINTING/COPYING DOUBLE-SIDED ON RECYCLED PAPER (JUN 1996); 52.247-34,
F.O.B. DESTINATION (NOV 1991); 52.214-34, SUBMISSION OF OFFERS IN THE
ENGLISH LANGUAGE (APR 1991); 52.214-35, SUBMISSION OF OFFERS IN US
CURRENCY (APR 1991); 52.224-1, PRIVACY ACT NOTIFICATION (APR 1984);
52.224-2, PRIVACY ACT (APR 1984); 52.224-70, CONFIDENTIALITY OF
INFORMATION (FEB 1988); 52.227-19, COMMERCIAL COMPUTER
SOFTWARE-RESTRICTED RIGHTS (JUN 1987); 452-228-71, INSURANCE COVERAGE
(ALTERNATE I)(NOV 1996) (NOV 1996); 52.228-5, INSURANCE-WORK ON A
GOVERNMENT INSTALLATION (JAN 1997); 52.232-18, AVAILABILITY OF FUNDS
(APR 1984); 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR
(APR 1984); 452.237-75, RESTRICTIONS AGAINST DISCLOSURE (FEB 1988);
52.242-15, STOP WORK ORDER (AUG 1989); 52.242-17, GOVERNMENT DELAY OF
WORK (APR 1984); 52.245-1, PROPERTY RECORDS (APR 1984); 52.245-4,
GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (APR 1984); 52.245-19,
GOVERNMENT PROPERTY FURNISHED "AS IS" (APR 1984). 52.212-5, Contract
Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial Items, applies to this acquisition. The following FAR
clauses cited in 52.212-5 are applicable to this acquisition for
supplies: 52.203-6, Restrictions on Subcontractor Sales to the
Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities
(FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35,
Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR
1998); 52.222-36, Affirmative Action for Workers with Disabilities
(JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act
Supplies (JAN 1994); 52.225-21, Buy American Act North American Free
Trade Agreement Implementation Act Balance of Payments Program (JAN
1997); 52.232-33, Payment by Electronic Funds Transfer Central
Contractor Registration (May 1999); 52.239-1, Privacy or Security
Safeguards (AUG 1996). Responses are due September 29, 1999 by 10:00
a.m. (local time), at the USDA, Agricultural Research Service, NAA
Contracting Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Posted
09/14/99 (W-SN380208). (0257) Loren Data Corp. http://www.ld.com (SYN# 0273 19990916\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|