Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2005 FBO #1241
SOURCES SOUGHT

Y -- Nonlethal/Lethal Fence

Notice Date
4/18/2005
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Justice, Bureau of Prisons, Construction Contracting, 320 First Street, NW, Room 5002, Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
RFPX000531
 
Response Due
4/25/2005
 
Archive Date
7/19/2005
 
Description
Introduction This is a Sources Sought Notice. The Federal Bureau of Prisons (FBOP) anticipates award of a single Firm-Fixed Price Design-Build contract. The intent of this notice is to seek a Designer/Manufacturer/Installer/Servicer (Offeror) capable of meeting the requirements set forth below. It is expected that the offeror will obtain the services of registered licensed architect/engineers for each state. Currently, the FBOP intends to award a single contract for installation a Non-Lethal/Lethal electrified fence system at seven high security correctional facilities. These facilities include, United States Penitentiary (USP) McCreary, Kentucky; USP Coleman I, Florida; USP Coleman II, Florida; USP Terre Haute II, Indiana, USP Pollock, Louisiana; USP Tucson, Arizona; and USP Hazelton, West Virginia. All seven project sites are existing high security United States Penitentiaries. During construction, the Offeror will be required to coordinate and cooperate with institution perimeter. The intent of this Sources Sought notice is to identify interested sources, assist in conducting market research and provide offerors with an overview of the procurement, prior to issuing the solicitation notice. The Federal Bureau of Prisons will not indemnify any Offeror against liability arising from their participation with this project. The Offeror of the Non-Lethal/Lethal electrified fence system (Fence System) must be capable of supporting the following: 1. The Fence System shall consist of a single high voltage energized 12' barrier installed between two existing 12' chain linked fences which surround the institution?s perimeter. The institution?s perimeter is approximately 1620 meter (5315') in length. Insulators and wires shall be in a manner to promote an alarm event when tampered with. (e.g. basket weave) 2. The Fence System shall originate at one side of the institution?s rear gate sallyport, transition overtop of an Administration Building and end at the opposite side of the rear gate sallyport. The Fence System shall be continuous with no breaks in the fencing structure except at the rear gate sallyport. 3. The Fence System shall be installed as a stand-alone system and be capable of detecting intrusion attempts by zone number. Zone lengths shall not exceed 300'. 4. The high voltage fence structure shall be installed on top of a 12" high grade beam wall flanked by two 48" sidewalks. 5. The Non-Lethal/Lethal high voltage energizer/interlock system shall be mounted in a secured exterior enclosure located in the rear gate sallyport. 6. The Non-Lethal/Lethal touch screen head-end equipment shall be located in the institution?s Control Center. The equipment shall be mounted in the existing control console. At a minimum, the Offeror shall possess the ability to provide the following salient characteristics for the Non-Lethal/Lethal electrified fence system: 1. REFERENCES AND CODES - Fence shall be in compliance with the following: A. National Fire Protection Agency 1) 70 - National Electrical Code 2) 78 - Lightning Protection Code B. Electronic Industry Association Standards (EIA) C. International Electrotechnical Commission (IEC) 1) IEC-60335-2-76 - Particular Requirements for Electric Fence Energizer 2. Consistent with 31 U.S.C. 1341 and 41 U.S.C. 11, the Bureau of Prisons will not indemnify any firm or contractor against liability arising from their participation on this project. 3. STRUCTURE A. The fence shall be a 3.6 meter (12 feet) high barrier. B. From the bottom of the fence to a height of 1.2 meters (4 feet), conductors spacing on the fence shall be no greater than 10 centimeters (4 inches) apart. Above 1.2 meters (4 feet), conductor spacing shall be 15.2 centimeters (6 inches). To minimize the risk of tampering without detection, the Bureau anticipates the use of a "basket weave" or similar pattern. C. The fence shall be capable of being installed and operating upon a one foot high concrete grade beam. D. The fence shall start at one end of an existing Rear Vehicle Sallyport and end on the other side of the Rear Vehicle Sallyport. The fence shall be a continuous length of approximately 1620 meters (5315 feet) with no physical breaks. E. The fence path shall follow the perimeter terrain of the institution and transition over the top of the Administration Building (one story) and continue to following the perimeter terrain. 4. FUNCTION - Intended use of the fence is to act as a barrier to detect, deter, and alarm escape attempts. A. The fence shall be capable of operating both manually and automatically. B. The modes of operation are: 1) Lethal only, 2) Non-lethal (stun) only, 3) First breach attempt non-lethal (stun), second breach attempt lethal, and 4) First and second breach attempt non-lethal (stun), third breach attempt lethal. C. Perimeter Detection 1) Regardless of mode, the fence shall be capable of serving as a perimeter detection system at all times. 2) The fence shall be capable of establishing approximately 27 detection zones. Zone lengths shall not exceed 91.5 meters (300 feet). 3) Alarms shall activate when the system is cut, grounded, shorted phase to phase, or any combination. D. The fence shall have safety features to avoid accidental contact by staff, inmates, wildlife, and the public. Safety features shall include access control and de-energizing features for maintenance purposes. 5. CONTROLLER - Operating and central data gathering system A. The graphical user interface (GUI) of the controller shall be a touch screen. The controller shall be capable of supporting more than one GUI. B. Operating status and all alarm conditions shall be reported to the operator on the GUI(s). C. Alarms 1) Shall be annunciated both visually and audibly. 2) Shall indicate specific pieces of equipment and zones. 3) Types of alarms reported are: a. Tamper alarm for any piece of equipment associated with the fence. b. Trouble alarm for any piece of equipment associated with the fence. c. Utility Power failure. d. Equipment power failure. e. Door Position Alarm (multiple doors). f. Intrusion Detection Zone Alarm. g. Communications Failure. 4) For each alarm, the GUI shall provide the user with the ability to put the zone/equipment into access, acknowledge, or reset as appropriate. D. The controller shall have remote diagnostic capabilities which can be used as a maintenance tool for trouble shooting problems, as well as analyzing and making adjustments. E. The controller shall store event data for report generation. The event data stored on the controller shall include the time, date, and event description (including zone number). Examples of event data are: 1) Alarms. 2) Operator Actions (access, acknowledge, reset). 3) Changes in mode of operation. 4) Diagnostic test results. 5) Communications failures. F. Interfaces 1) The controller shall employ multiplexing technology for communications with remote transponders. 2) The Fence System shall be capable of operating as an integrated system in conjunction with a taut wire fence. The point of interface will be the RANS (Roving Alarm Notification System) for the facility. 6. VIDEO MOTION DETECTION SYSTEM A. SYSTEM: 1) The video motion detection system ( Video System) shall augment the existing microwave detection system at the rear gate sallyport. 2) The Video System shall include a minimum of 4 high-resolution cameras, a video motion controller/switcher, a 21" high resolution fixed monitor, 3 high- resolution LCD vehicle monitors, a broadcast quality transmitter, and three mobile receivers. 3) The Video System shall interface with the existing RANS controller. B. FUNCTION: 1) The Video System shall be capable of detecting motion in predetermined grids via mass and direction. 2) The Video System shall have the ability to track and record motion between cameras. 3) The Video System shall transmit live alarmed output video via R.F. (Radio Frequency) and hard wire to mobile and fixed monitors. 4) The Video System shall be a fully automated operation. 5) The Video System shall be designed to operate in a frequency range of 1.718 Ghz to 2.485 Ghz. 7. MAINTENANCE AND SERVICE A. The offeror shall be capable of providing, at a minimum, a two-year service and maintenance guarantee (including all labor and materials) for Fence System and the Video System repair and maintenance. B. Manufacturer/Installer shall have the resources to be able to return a malfunctioning Fence System fence to full operation within eight hours after receipt of call. C. Service shall be available seven days a week on a twenty-four hour basis. Original Point of Contact It is anticipated that the solicitation will be issued on or about May 9, 2005. If you company can meet the requirements, please contact Tora Bunch, Contracting Officer, Federal Bureau of Prisons, 320 First Street, N.W., 500-6, Washington, D.C. 20534, (202) 307?0954 or Email Tbunch@bop.gov no later than April 25, 2005. Place of Performance As indicated in the introduction.
 
Place of Performance
Address: Department of Justice , Bureau of Prisons, COnstruction Contracting Section, 320 First Street, N.W., 500-6, Washington, D.C.
Zip Code: 20534
Country: USA
 
Record
SN00790136-W 20050420/050418211610 (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.