Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
SOLICITATION NOTICE

63 -- Card Reader

Notice Date
12/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Contract Support Section, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-03-00078
 
Archive Date
1/23/2003
 
Point of Contact
Point of Contact, Sheila Fagan, Purchasing Agent, Phone (202) 564-4517
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(fagan.sheila@epamail.epa.gov)
 
Description
NAICS Code: 5616 The Environmental Protection Agency Headquarters Office in Washington DC is presently interested in soliciting request for quotes (RFQ) from vendors to provide security for EPA space by furnishing and installing card readers, door contracts, electric strikes, exit sensors, and power supplies on 18 doors (17 telecommunication closets and one storage closet), as reflected on attachment 1. All work associated with this project is in a building requiring historic preservation. Contractors' work shall be performed in such manner as to maintain the historic nature of the facility. The card readers and associated equipment will be tied into the existing ULTRAK security system. The Contractor who will be awarded this contract must meet the below requirements. II. Contractor Experience The Company must be on GSA schedule as an authorized dealer and installer of the ULTRAK/MDI security system. All contractors must have been trained and certified by ULTRAK. The Company is not permitted to send other employees to perform any part of the work without prior notice of 48 hours given to the government for approval. The Company must have 10 years experience in the installation and maintenance of ULTRAK security systems. Project Manager must have seven direct years experience in the installation, maintenance and engineering of ULTRAK security systems, two years of which is direct experience with the ULTRAK version of the Windows based system. Resume must be submitted with five references, along with the certificates of training. Lead Technician must have five direct years experience in the installation and programming of ULTRAK security systems, two years of which is direct experience with the ULTRAK version of the Windows based system. Resume must be submitted with three references, along with the certificates of training. Technicians must have three direct years experience in the installation and programming of ULTRAK security systems, one year of which is direct experience with the ULTRAK version of the Windows based system. Resume must be submitted with two references, along with the certificates of training. III. Equipment The contractor will be required to furnish and install model prox-thin proximity reader thin line II HID and all associated equipment. Two RTUs will be required to complete this work. The RTUs will be installed in the 100 and 300 corridor Telecommunication riser closets. The 400 corridor riser closer will be connected to the existing RTU in the Command Center. All cable will be Plenum Rated and run through existing risers as needed. 120VAC power for RTU panels and associated power supplies will be provided by the government. The electric strike to be used is the Hanchett Entry Systems, Inc (HES) 1006 series heavy duty electric strikes with the appropriate face plate. The finish shall be 606 Satin Brass. IV. Proposal Proposal shall contain an itemized list of Equipment and associated costs under the GSA Supply schedule GS-07F-7840C. Resumes shall be submitted outlining the experience of the Project Manager, Lead Technician and technicians experience as outlined in Section II, Contractor Experience. Six references with point of contacts and telephone numbers shall be listed. V. System Test and Acceptance A test plan shall be submitted to the government for review and approval 15 days prior to the government acceptance test of the work. An acceptance test will be conducted by the company and the government. Test and acceptance shall be performed in three stages as follows: 1. Contractors Preliminary Tests: Following installation, the contractor shall individually test each sensor, device, and component to verify proper functioning. Corrections and adjustments shall be made until items comply with specifications and design intent. 2. System Operation Tests: Upon completion of Contractors Preliminary Test, the entire system shall undergo a Aburn-in@ period to assure that all components are compatible and function properly as a complete system. This will be considered a formal test and will be known as the ASystem Operation Test@, in which all components are demonstrated to operate together as an integrated system. The test shall be performed without stoppage for a continuous seventy-two hour period by the contractor. A detailed test log shall be maintained to record test results on all components. All failures will be entered in the log along with corrective actions. The log will be submitted to the government for review and comment. 3. Owner=s Acceptance Tests: Upon completion of the System Operation Test, the system shall be subjected to a complete functional and operational test. This test shall be performed on the basis of verification by demonstration. Any test procedure resulting in an unsatisfactory performance shall be subject to verification by inspection and testing. This test shall be witnessed by the government and/or his representatives. Witnesses will not actively participate in system testing but will observe only. Every sensor, device, and component will be ran through it=s complete operation range during this test. The contractor will provide all necessary instruments, labor, materials, manufacturers technical representatives, and qualified technicians required for the test within time limits imposed by this specification. 4. At the conclusion of the test, the contractor shall submit a detailed Apunch list@ of all deficiencies identified during the test to the government for review. A written report will accompany the punch list identifying the dates that each deficiency will be corrected. Project Officer and Alternate PO: Diane K. Lasher Address: EPA/OARM/FMSD/SS 1200 Pennsylvania Avenue NW; MC 3204R Washington, DC 20460 Telephone: 202-564-0059 Fax: 202-564- 3674 E-mail: lasher.diane@epa.gov APO: Yvette Jackson Address: EPA/OARM/FMSD/SS 1200 Pennsylvania NW; MC 3204R Washington, D.C. 20460 Telephone: 202-564-7231 Fax: 202-564-3674 E-mail jackson.yvette@epa.gov If you have any questions or need clarification, please forward your questions to lasher.diane@epa.gov All responses must be addressed in writing to US EPA, Sheila Fagan (3803R), 1200 Pennsylvania. Ave NW, Washington, DC 20460, or to facsimile number (202)565-2554, Attn: Sheila Fagan, or sent by email to Fagan.sheila@epa.gov . Responses to this notice must be submitted in writing no later than December 23, 2002. Please include your name, point of contact, address, area code and telephone number, and facsimile number, tax ID number, indicate whether you are a small or large business; woman or minority owned; 8(a), GSA schedule, or open market. Telephone requests or inquiries will not be accepted from the Contracting Officer. ATTACHMENT I DOOR LOCATIONS - EPA EAST (ICC) 12 by 12 DOOR ROOM # READER J-BOX STRIKE BOX CONTACT B421 NO YES YES YES NO B345 NOTHING INSTALLED B230 NO YES YES NO NO 1112 NO YES YES YES NO 1425 NO NO YES YES NO 2124 NO YES YES YES NO 2303 NO YES YES YES NO 2421 NO YES YES YES NO 3116 NO YES YES YES NO 3311B NOTHING INSTALLED 3433 NO YES YES YES NO 4303H NOTHING INSTALLED 4423 NO YES YES YES NO 4114 NO YES YES YES YES 5303 NOTHING INSTALLED 7112 NO YES NO YES NO 7425 NO YES NO YES NO ATTIC NOTHING INSTALLED
 
Record
SN00222514-W 20021214/021212213824 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.