Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,2000 PSA#2559

Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817

D -- REGIONAL ELECTRONIC SAFETY AND SECURITY SYSTEM SOL RFP 31039 DUE 032400 POC Sandra McLaughlin, Contracting Officer, 703.787.1354 E-MAIL: Click here to e-mail the Contracting Officer, Sandra.McLaughlin@MMS.gov. This notice is a combined synopsis/request for capabilities statement for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only published announcement. Capabilities statements are being requested and only those deemed most qualified will be given further consideration. If you submit a capabilities statement and make the best-qualified list, you will be requested to provide an oral presentation/proposal at Minerals Management Service's (MMS) Herndon, Virginia offices with no less than one week's notice. You will be given information on how to prepare for the oral presentation, and will be provided instructions for preparing a cost proposal, which will be due at that time. Please read this entire notice and the instructions herein carefully. BACKGROUND: This solicitation is being issued by Gov.Works (part of the Department of the Interior) on behalf of the Naval District Washington. Contractors are being sought to provide a turn-key solution for the design, engineering, and installation of a region-wide Electronic Safety and Security System (ESSS). Primary places of performance are the Washington Navy Yard (WNY), Naval Observatory (NOB) Washington, D.C., and Nebraska Avenue Complex (NAC) Washington, D.C. Alarms will terminate at NDW Regional Operation Center (ROC) for processing at the WNY. System must be capable of expansion to encompass the entire NDW Regional Area of Responsibility (AOR). The NDW AOR includes designated military facilities located in Washington, DC, the State of Maryland, and Northern Virginia counties of Fairfax, Loudoun, Prince William, Arlington, Fauquier and Stafford. WNY will be the initial site; remaining sites will be options to be exercised at the Government's discretion, contingent upon satisfactory performance and availability of funds. STATEMENT OF WORK: This project is for hardware, software and services to include the design and installation of an ESSS which will provide supervised transport of alarm transmissions between multiple buildings and long distances, integrating multiple legacy system components as well as the vendor-supplied system. The purpose of the ESSS is to allow supervised transport of alarm transmission between multiple buildings and long distances, integrating multiple legacy components as well as vendor-supplied system(s). ESSS should support fire alarm systems, intrusion detection systems (IDS), access control systems (ACS) and security closed circuit television (CCTV). System capabilities should include an identification badging (IDB) system. NOB: Integrate NOB IDS and Fire alarms sensors and transport them to the WNY ROC; Utilize the existing security & fire alarm control panel installations and minimize requirement to replace any fundamental system components; Utilize existing Wide Area Network (WAN) to transport alarms between NOB and WNY; Ensure a Standardized alarm zone reporting methodology for both IDS and Fire as it relates to the central dispatch operation at WNY ROC; Fully utilize existing dispatch equipment by interfacing to the Intergraph Computer Aided Dispatch (CAD) System via the "I-Alarm" software package; Maintain existing certifications for UL-AA and NFPA 72 requirements; Maintain the level of secure encrypted alarm signaling for each existing and new installation; Provide a redundant or fallback configuration for disaster avoidance. WNY Configuration: Replace the SDI System with a universally configured Network Controller; Install Network Controller capable of monitoring conventional and addressable multiplex systems by fiber, audio, RF, wire and other inputs such as Derived Channel, Telegraph, Digital Dialers, Direct Wire, Coded Output, Radio; Install and test that Network Controller is inter-connecting up to 99 Network Controllers via a Local Area Network (LAN) or Wide Area Network (WAN) in a master/slave configuration; Test Network Controller as effectively capable of monitoring and dispatching alarms on a stand-alone basis, provide a supervised interface to the Intergraph CAD System at WNY ROC using an alarm industry standard state of the art interface protocol (Navy will provide licensing). NOB CONFIGURATION WORK: Fire Systems: Eliminate existing dedicated communications interface requirements between the fire control panel and the SDI System; Interface with existing Plain Old Telephone Service (POTS) and the Universal Module (STU); Test and verify transmit contact closures over POTS to the Dispatch Center meet all UL-AA and NFPA 72 requirements; Install additional fire sensors if NDW directed safety assessment deems additional sensor/systems are required. Security Systems: Replace the SDI security system with a state of the art security control panel at the protected premise location; Eliminate dedicated communications interface requirements of the existing SDI System; Install a Universal Module (STU) as the primary alarm transport on existing Telephone (POTS) lines; Interface with state of the art control panels that provide supervision of the alarm communications link; Install on existing POTS a digital dialer as the primary alarm transport technology for state of the art control panels that do not require supervision of the alarm communications link. NAC: Integrate NAC IDS and Fire alarms sensors and transport them to the WNY ROC; Utilize the existing security & fire alarm control panel installations and minimize requirement to replace any fundamental system components; Utilize existing Wide Area Network (WAN) to transport alarms between NAC and WNY; Ensure a Standardized alarm zone reporting methodology for both IDS and Fire as it relates to the central dispatch operation at WNY ROC; Fully utilize existing dispatch equipment by interfacing to the Intergraph CAD System via the "I-Alarm" software package; Maintain existing certifications for UL-AA and NFPA 72 requirements; Maintain the level of secure encrypted alarm signaling for each existing and new installation; Provide a redundant or fallback configuration for disaster avoidance. NAC CONFIGURATION WORK: Fire Systems: Eliminate existing dedicated communications interface requirements between the fire control panel and the SDI System; Interface with existing Plain Old Telephone Service (POTS) and the Universal Module (STU); Test and verify transmit contact closures over POTS to the Dispatch Center meet all UL-AA and NFPA 72 requirements; Install additional fire sensors if NDW directed safety assessment deems additional sensor/systems are required. Security Systems: Replace the SDI security system with a state of the art security control panel at the protected premise location; Eliminate dedicated communications interface requirements of the existing SDI System; Install a Universal Module (STU) as the primary alarm transport on existing Telephone (POTS) lines; Interface with state of the art alarm control panels that provide supervision of the alarm communications link; Install on existing POTS a digital dialer as the primary alarm transport technology for state of the art control panels that do not require supervision of the alarm communications link. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (25 pages or less) Technical by 4:00 PM, ET, March 24, 2000. Technical proposals must include: (1) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience with technology (please specify a project manager as well). (2) Relevant organizational experience with design and installation of fire and security alarm systems as well as network or other 'transport' technologies. It would be greatly beneficial to have proven experience in implementing both ACS and IDB systems. (3) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number.) If any negative references are anticipated, please flag them and provide any information to mitigate. References will be checked to validate the information provided. Offerors must submit a bound original and two copies of the proposal to Sandra McLaughlin, Contracting Officer, Minerals Management Service, Procurement Operations Branch 381 Elden St., MS 2510, Herndon, VA 20170-4817. Electronic transmissions are acceptable, but must be timely. Proposal Evaluation Criteria: (1) The skills, abilities, education, professional credentials, and experience of proposed key personnel, especially as it relates to alarm systems, ACS, IDB as well as network or other 'transport' technologies technology. (2) The experience of your organization, including number, size, location of projects, and complexity of similar projects completed by the proposed project team and your organization to determine your potential for successful performance of the contract. (3) The past performance of your organization, including adherence to schedules and budgets, effectiveness of cost control, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 99), 52.212-4 (May 99), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (May 99). Offerors can retrieve these clauses on the INTERNET at www.gsa.gov/. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, March21, 2000. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Note: Seriously interested parties, please email for a brief description of the current backbone. Posted 03/15/00 (W-SN434865). (0075)

Loren Data Corp. http://www.ld.com (SYN# 0039 20000317\D-0009.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page