Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

63 -- Access Control System

Notice Date
9/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
Reference-Number-F2W4A15227A200
 
Response Due
9/27/2005
 
Archive Date
10/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W4A15227A200. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 561621 with a small business size standard of $9M. (v) This combined synopsis and solicitation is for the purchase and installation of a centralized access control system at the Medical Treatment Facility at Malmstrom AFB MT with the requirements listed as follows. 1) General Requirements: a) Contractors shall be required to attend a Safety and Infection Control Briefing prior to start of work. b.) Contractor must consider the impact their work will have on Patient Care and keep that impact to absolute minimum. c.) Work will be completed daily between the hours of 0700-1630, except for weekends and Federal Holidays as approved in advance by a Contracting Officer. d.) Dust and infection control measures must be taken to prevent the spread of dust and contaminants out of the installation area. Contractor must submit a written risk management plan for infection and dust control before work begins. 2) Centralized Access Control System. a) Contractor shall provide the professional and technical services required to support the Facility Manager in order to install a Centralized Access Control System. b.) System shall include at a minimum 500 proxy cards with unique number identifiers for each card. Contractor shall input current list of cardholders into new software prior to the first lock being installed. b) Software Minimum Requirements i) Preferred software will be DoD Information Technology Security Certification and Accreditation Process (DITSCAP) certified. If this is not possible, all systems/items that require an IP connection to Medical Group Backbone must be scanned prior to install for local approval. If this cannot be accomplished, the system will not be approved. Software shall be capable of either sending out a text message or sending an email to signal that a door is unsecured. Must be Windows XP Professional compatible. ii) Software must be an ?Integrated Photo Badging and Access Control System? iii) Software will be capable of at least 50 users at any one time to accommodate for future growth iv)Software shall have at least Alarm Echoing for off site alarm monitoring. v) Arm or disarm in single step. ii) Outputs (locking of doors) must be single step. iii) Must have at least 50 user defined data fields in addition to Name and Badge number. iv) Metal Oxide Varistor (MOV) must be at strikes. v) Workstation Event Routing vi) Interactive Animated Graphical Maps vii) Code tracing operator audit trail viii) Card use it or lose it automatic deactivation ix) Unlimited access levels per card holder x) Able to identify department where employees work in xi) Has global input to output, output to output, and card to output inking on Local Area Network (LAN) and Wide Area Network (WAN) c) Hardware Minimum requirements i) System must be expandable through TCP/IP protocol ii) System must come with at least 2hr battery backup in the event of power outage without an external UPS.( iii) Each controller must be stand alone from main front end in the event of a power outage. iv) Panels must have built in MOVs. v) Additional output per reader vi) Notified if battery is low vii) Real time processing and communications viii) Diagnostic stats LEDs for inputs and outputs assisting in troubleshooting ix) All power to locks and panels need to be individually fused x) Physical fire override input and output. (Not software driven). d) Interested vendors shall call (406)731-4015 to request a listing of doors and types of locks. All door specifications are the responsibility of the contractor to verify. System will be connected to emergency generator power and all external doors will disengage during fire alarm activation as per NFPA 101. Final design must be approved by the local Fire Department. 3) Surveillance Cameras a) Mini dome and bullet type video cameras dependent on location. b) Camera location to ensure complete perimeter coverage from new and existing cameras. c) Store safe digital recorder with built in CDRW 320 GIG hard drive or larger, 16 channel power supply, or equivalent as required to operate the camera system. Software must be able to view at least 64 cameras at one time off of multiple DVR?s d) Software capable of view from at least 25 different workstations. Software must be capable of operating new and existing cameras. The viewing requirement will be tested before acceptance. 4) Cameras and Locks shall be seen on a Graphic Alarm Map. Outside locks and switches shall be interlinked with cameras. We must be able to see not only that the door is in the frame but the locking method is secure. 5) Contractor will provide local technical support. (vi) Work will commence within thirty (30) days of award. Work will be completed sixty (60) days after work has started. FOB destination, Malmstrom AFB, MT 59402. (vii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (viii) Quotes will be evaluated on price, price related factors and ability to meet specifications. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (June 2004) (DEVIATION), applies to this acquisition which includes: FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000), FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), 52.222-41, Service Contract Act of 1965, as Amended (May 1989), FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631) (xii) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225-7036 Alt. I, Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; 252.232-7003, Electronic Submission of Payment Requests. FAR 52.252-2, Clauses Incorporated by Reference (Feb. 98), FAR 52.233-3 Protest After Award (Apr 1984), FAR 52.225-13 Restriction on Certain Foreign Purchases (Mar 2005), FAR 52.233-4 Applicable Law For Breach of Contract Claim (Apr 1984) (xiii) The clause at DFARS 252.232-7003, Wide Area Work Flow applies to this acquisition. The clauses at FAR 52.204-7, Central Contractor Registration (Oct 2003) and DFARS 252.204-7004, Alternate A (Nov 2003) applies to this acquisition. (xiv) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xv) All quotes must be received by 1200 noon Mountain Daylight Time on Tuesday, 22 September 2005. Faxed quotes will be accepted. (xvi) Direct your questions to Linda Redding at (406) 731-4015 or e-mail address linda.redding@malmstrom.af.mil.
 
Place of Performance
Address: Malmstrom AFB MT
Zip Code: 59402
Country: USA
 
Record
SN00901587-W 20050924/050922212136 (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.