Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1999 PSA#2433

USDA, 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