Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

63 -- Austin Center Security Upgrade

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
 
ZIP Code
20227
 
Solicitation Number
TFMS-HQ-05-Q-0009
 
Response Due
8/15/2005
 
Archive Date
8/26/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. TFMS-HQ-05-Q-0009 is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The National American Industry Classification System code is 561621 with a corresponding size standard of 1,500, the requirement is set aside for small business only. The U.S. Department of the Treasury, Financial Management Service (FMS), 401 14th Street, SW, Washington, DC, 20227. DESCRIPTION SPECIFICATIONS 1.0 Contractor shall be an authorized dealer of Casi Rusco and Pelco Systems and maintain parts for supporting the systems. 1.1 Scope of Work The AFC facility will be upgrading their current CCTV recording system. This will include the installation and relocation of closed circuit television (CCTV) and card readers. In doing so, the upgrades will compliment the building?s existing security system. The CCTV system is comprised of two multiplexers, which provide multi-screen viewing capabilities on CCTV monitors. There are two twenty?four channel digital video recording devices which support up to 30 days of on-line camera video storage. There are two DVR View Stations to accommodate viewing of live or recorded video. These view stations allow simultaneous viewing of live or recorded video, in any combination, from as many as four cameras simultaneously. One of the view stations is co-located with the server and storage units and the other is located in Security Specialist?s equipment room. The video storage capability is increased with the use of two NICE Juke box video storage systems each supporting 50 video storage cassettes. This solicitation/synopsis includes the following upgraded projects: CCTV INSTALLATION AND MAINTENANCE 1. Install one (1) fixed camera above the vault exit facing the hallway 204 to the check stock (East). 2. Install one (1) fixed camera in the Risk Server Room 151.3 in the South West corner of the room. 3. Install one (1) fixed camera in the Main Frame print Room 151.2 in the South West corner. 4. Install one (1) fixed camera in the Telecommunication Server Room 151.6 on the East Side. 5. Install one (1) fixed camera in the Guard Control Station Room 144 on the East side. 6. Move Foyer 205 camera (24) back until there is complete coverage of the X-ray and magnetometer. 7. Install one (1) fixed camera in the Telephone LAN line room 252.1 on the East wall. 8. Install one (1) PTZ in the Payment Operations Branch Room 131 on North East side of the room. 9. Install one (1) PTZ in the Balance Room 151.1 place in center of room to cover both entrances. 10. Install one (1) PTZ in the Check handling room 131.4 in the center to cover all critical areas. ACCESS CONTROL INSTALLATION AND MAINTENANCE 1. Install delayed exit bar w/sounder from balance room 151.1 to room 138. 2. Install door status contact on door leading from Balance Room 151.1 into Warehouse 251. 3. Install read out reader from room 151.6 to 151 (Read in exist already from 151 to 151.6). 4. Install door status magnetic sensor switch / alarm contact on door 151.6 to door 151.3. 5. Install reader on door from mainframe Print Room 157 to Risk Server Room 151.3. The contractor shall be responsible for furnishing all supervision, labor, motorized vehicles, fuel, equipment, and all parts/materials, and supplies necessary to complete the referenced project. 1.2 Project Manager The contractor shall provide a project manager who shall have the authority to make any ?no-cost? contract technical hiring and dismissal decisions or special arrangements regarding this contract. The project manager shall be responsible for the overall management and coordination of the contract and shall act as the central point of contact with the government. The project manager shall have the full authority to act for the contractor in the performance of the required services. The project manager or a designated representative shall meet with the Contracting Officer?s Technical Representative (COTR) to discuss problems as they occur. The project manager or his/her representative shall respond within four hours after notification of the existence of a problem. The contractor shall provide the name and telephone number of the project manager or his/her representative to call in the event a problem arises. 1.3 Contractor Personnel The contractor personnel performing these services must not have criminal records and the contractor must provide insurance against loss or damage. The contractor agrees to hold the Government harmless from any act of the contractor?s employees or agents. The Contractor shall follow all government rules and regulations regarding privacy of information, security of classified information and shall obtain proper building pass and all personnel will have a background clearance as required. Contractor personnel shall obtain appropriate security clearances. The contractor is responsible for providing personnel who are capable of obtaining a Government clearance. Security packages will be provided with the award document and shall be returned to the Contracting Officer or his designee no later than three (3) business days following task order award. At the post award conference, the contractor shall provide the COTR with the list of names of all contractor employees assigned to the contract. Contractor personnel found to violate Government Security regulations and procedures shall be immediately removed from the contract. Personnel proposed to work on this task shall be U.S. citizens or permanent legal resident aliens. A security risk assessment of moderate has been assigned to this project. 1.4 Contractor Identification While contractor employees (cleared and not cleared) are on site, contractor employees will possess photo identification. Contractor employees that work within the facility must possess Department of Treasury, FMS access authorizations for the performance of their duties at the Center. FMS personnel must escort not cleared employees if working in sensitive areas within the facility. If working outside the facility, not cleared employees do not require escort, but a cleared contractor employee must be in the general vicinity. Upon arriving to the site, contractor employees will sign in either at the Guard House or main Guard Office. 1.5 Inspections The Government will monitor the Contractor?s performance under this contract using requirements specified. The Contracting Officer?s Technical Representative shall conduct or cause to have conducted periodic scheduled inspections of all aspects of contract performance and shall notify the Contractor of unsatisfactory performance. If the causes of unsatisfactory performance are not resolved properly, the matter will be referred to the Contracting Officer (CO). Spot and unscheduled inspections will be performed. Contractor shall be given consideration for conditions beyond his/her control. The COR shall have the authority to stop the performance of the work for the purpose of preventing damage to Government property or eliminating hazardous operations or conditions. Stop work orders for other reasons (including safety reasons) may only be initiated by the CO. 1.6 Regulatory Compliance The Contractor will install equipment, software, and perform work in a manner to assure they adhere to all local, state, federal laws or administrative requirements and to FMS safety and security policies, procedures, and practices. 1.7 Federal Holiday Except as specified by the CO, work shall not be required on the following holidays nor on holidays observed in lieu thereof: New Year?s Day Martin Luther King, Jr. Birthday Washington?s Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran?s Day Thanksgiving Christmas 1.8 Unforeseen Government Facility Closures When an unforeseen Government facility closure occurs (i.e. national emergency) on a regularly scheduled day of work, the Contractor will not be required to perform any services on the day of the closure. 1.9 Hours of Operation Normal hours of operation will be from 7:00 a.m. to 4:00 p.m., Monday thru Friday. If cleared with the COTR, hours may begin earlier in the day or extend later into the evening. Should work be required on a weekend or holiday, such activity must be approved by the COTR. 2.0 Site Acceptance Tests (SAT) Field verification tests to verify that the system hardware and software function as specified in this document, or as specified in a CO approved modification, will be performed by FMS after installation and upgrade of the CCTV Digital Recording System at the job sites. The Contractor shall provide any technical assistance required during the tests. A test procedure shall be developed by the Contractor and presented to FMS for approval by the COTR prior to performance. These tests shall be performed on the entire system or network. Factory acceptance test procedures may be submitted as a basis for preparing the SAT, but must include test of all functions and features. The test shall include power interruption, CPU failure, system crashes caused by memory conflicts, interrupt conflicts, and software conflicts. A copy of the test plan procedures and activities shall be provided to FMS by the Contractor. 2.1 Site Availability Test The Contractor shall demonstrate a continuous operation of the Digital CCTV System at both the job sites over a period of 30 days (720 hours) after hardware and software acceptance. This shall be demonstrated after the SAT and receipt of all system, diagnostic, and application programs and documentation. All hardware, firmware, and software shall be virus free. The Contractor shall certify as to the integrity of the hardware and software and provide assurance that no backdoor, logic bomb, or other surreptitious programming techniques will interfere with application or system operations. Should any virus or surreptitious programming techniques be discovered and an incident occur that may be attributable to these aberrations, the Contractor will be liable for all actual and constructive damages. A copy of the test plan procedures and activities shall be provided to FMS by the Contractor. 2.2 Test Duration Time (TDT) TDT is the total elapsed time from start of the test to completion of the test. This time shall be a minimum of 720 hours. The TDT shall equal the time the Security Computer System is undergoing testing less the time allocated for prescheduled preventive maintenance as required by the Contractor's technical manual. 2.3 Accumulated Outage Time (AOT) The total amount of time after start of the test when any parts of the system or its function are not available (downtime) as specified below. Downtime shall be calculated according to the following rules: The duration of any outage shall be calculated from the time that a functional deficiency is first recognized to the time the deficiency has been corrected to the satisfaction of the FMS COTR. If an intermittent failure (those which occur and then disappear three or more times) occurs, the problem shall be isolated and repaired. The system shall be considered unavailable while corrective maintenance is being performed. CPU fails over (if redundant system is utilized), not specifically attributed to system hardware malfunctions shall be considered a system failure and downtime shall be accumulated when it occurs at any rate greater than once per week. All downtime shall be computed by the FMS COTR with the Contractor Representative on site. In the event of accidental operator damage to the equipment caused by actions of the FMS, its agents, or employees, the outcome of which is to render the equipment unavailable as described above, the testing shall cease. Upon return to normal operation, the testing shall begin again. No downtime shall be accumulated during this outage. 2.4 System Availability The Digital CCTV System shall be considered available under the following condition: Commencement of the Availability Test shall be mutually agreed upon, but in no event shall it start prior to FMS's receipt and review of all manuals, working drawings, as built drawings, and escrow account(s), unless prior waiver is obtained from the FMS COTR. In addition, the test shall not begin until and required training of FMS's operating personnel has been completed, and all set up or scheduled preventive maintenance has been completed. The Digital Recording System must be operating at 100 percent availability with no errors or discrepancies at the end of the test. A new test shall be started if major modifications are required to either hardware or software in order to conform to specified functional requirements. One test repeat may be run at FMS's discretion. Any additional test repeats for this reason shall be conducted as necessary by FMS after informing the Contractor's site representative. 2.5 Emergency Support During test period, Contractor will provide a two hour ?on call? and/or response capability depending on the event. Following acceptance of product, the Contractor will provide a response time agreed upon between the contractor and COTR, in the event of an emergency. However, communications from the Contractor to the Physical Security Specialist/Designee must be accomplished and verbal agreement must be made at that time for any maintenance delays). During the Availability Test: a. Alteration(s) to software shall not be permitted unless required to correct an error, it is incorporated into all Contractor or sub-Contractor's off-the-shelf software, and the FMS COTR's approval is obtained. b. Alteration(s) to the hardware shall not be permitted unless required to correct a failure, or if in the opinion of the Contractor, such changes will improve system reliability. These changes/alterations will require written approval of the FMS COTR. c. FMS shall be permitted to verify system performance as specified. d. Any redesign or modifications to the system as a result of the Availability Test shall be made and documented for all equipment supplied under the contract. 2.6 Description of Proposed Hardware The Contractor shall provide in its proposal a detailed list of all hardware components, which are included in the bid. The Contractor shall use equipment of the type, make and model approved by the Government representative. The Contractor shall warrant all equipment furnished to be new, undamaged, and free from defects and in conformity with the specifications. The Contractor shall agree to remove, repair or replace, transport, reinstall and test, without charge to the Government, all or any parts of the system found to be defective due to faulty materials or workmanship for a period of one (1) year from date of Government acceptance. 3.0 Documentation and Training Complete documentation shall be provided covering all aspects of the site's security system and subsystems operation. Any costs shall be incorporated into the system costs. The Contractor shall submit a formal training course and schedule, at no charge to the Government, including all design and presentation materials. Upon COTR approval, the Contractor shall present the approved training course at the designated FMS premise according to proposed schedule. The training course shall cover system operation, system management and trouble shooting. 3.1 Drawings The Contractor shall furnish with its proposal such shop and setting drawings and diagrams as reasonably required clarifying the details of work included. At the conclusion of the project, the Contractor shall provide two (2) sets of ?as-built? drawings (1 standard blueprint size, 1 no smaller than 11? X 24?) that shall include all component and/or equipment identifications, cable identifications and cable markers as installed under this contract. Also, an electronic copy of all as built drawings for the site shall be provided on disk. Drawings shall be provided in an electronic format. ?As Built" drawings include showing any equipment and its interfaces installed under this contract. 3.2 Application Engineering The Contractor shall make every reasonable attempt to meet the following objectives in laying out the proposed system: Minimize wiring requirements: Facilitate system maintenance and repair; Allow for cost effective system expansion in accordance with the Government's potential future requirements; Make optimum use of existing equipment; Should additional racks/consoles be required, they will be the responsibility of the Contractor to furnish (The furnished racks/consoles shall match in form, fit, and color those currently in use (if any), or design and color shall be approved in writing by the COTR). 3.3 Supervision The Contractor shall be responsible for the following project supervision/management functions: Supervision of sub-trades/sub-Contractors (as required); Attending site meetings; Attending project progress meetings; Coordinating his work with the designated FMS COTR, CO and designated others. NOTE: Contractor must furnish fully qualified Supervisor. The Supervisor must be a full-time employee of the Contractor or Contractor's subcontractor and have at least one year work history with the Contractor or subcontractor supervising or managing security systems and system integration installations. The site installation Supervisor/ Manager's identification and qualifications shall be included with the Contractor's proposal. The background and qualification of the site Supervisor/Manager may be checked at the discretion of the Government. Any exception to these requirements must be approved in writing by the FMS COTR and CO. 3.4 Commissioning the System The Contractor shall be responsible for verifying that each component of the system is fully operational and in conformity with the specification. The Contractor shall also be responsible for insuring that all previously existing, as well as new elements function together as a system in accordance with the specification. The Contractor shall provide the tools (hardware or software) and data necessary for the Government to independently validate compliance with all specifications, and other date related anomaly compliance. The Government will retain these tools and data. The government will award a commercial item purchase order using simplified acquisition procedures to the responsible offeror whose offer is most advantageous to the government. The offers will be evaluated on the basis of system requirement supportability, past performance, and price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4 include: FAR 52.222-37, VETS 100 Compliance Report. The clauses may be viewed at http://www.arnet.gov/far. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies to this solicitation. Past performance surveys can be obtained from Thomas A. Conheady, Contract Specialist. Offers are to be received no later than 10am, August 15, 2005. Response must be in writing by above-mentioned date. Responses must be in writing by the above mentioned date and must be received within seven calendar days of publication of this notice. Responses must include the Representations and Certifications and the VETS 100 Compliance Report. Interested offerors who can meet the above requirements should submit technical and cost proposals to Thomas A. Conheady, at (202) 874-1524. EMAIL: Thomas.Conheady@fms.treas.gov.
 
Place of Performance
Address: 1619 EAST WOODWARD STREET/AUSTIN/TX
Zip Code: 78741
 
Record
SN00861719-W 20050805/050803212737 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.