Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SPECIAL NOTICE

70 -- Integration of Security Entry Systems

Notice Date
11/3/2005
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (4TRC), 4890 University Square, Ste 3F, Huntsville, AL, 35816
 
ZIP Code
35816
 
Solicitation Number
4THO21059091
 
Response Due
11/14/2005
 
Archive Date
11/29/2005
 
Description
The U.S. General Services Administration?s Federal Technology Service intends to issue a Sole Source to ADT Security Systems, under the authority of FAR 6.302-1, ?Only One Responsible Source.? The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-04. Statement of Work A. Scope of Contract: The purpose of this Request for Proposal is to acquire the integration service of security systems as requested by the customer for Solicitation Number 4THO21059091. 1. DESCRIPTION OF SERVICES: The Contractor shall furnish all labor, equipment, tools, materials, transportation, supervision and any other items necessary to provide connectivity and integration of the security entry badging systems located in Building 2-4953 and the to-be-constructed Guard Shack and the GISA Hamilton Street Parking Lot to include installation, maintenance and repairs to ensure continuous and successful operation. All work shall be performed in strict compliance with the terms, conditions and provisions contained herein. Contractor is required to obtain equipment/software that will integrate existing systems. Contractor shall make site visits to ensure equipment/software will work with existing equipment/software. Contractor must be able to provide 24 hours a day, 7 days a week turn around on all service requests and software updates for the first years on all software. These systems control entry and exit from secure sensitive compartmented information facilities that operate 24 hours a day, 365 days a year. 2. HOURS OF WORK: The Contractor shall accomplish contract work between the hours of 8.00 a.m. and 4:00 p.m., Monday through Friday. The Contractor shall not perform contract work during other times without the approval of GISA. 3. LOCATION: Building 2-4953, to-be-constructed Guard Shack, and Hamilton Street Parking Lot, Fort Bragg, NC. 4. Contractor personnel shall wear distinctive clothing bearing the company?s name or wear a badge which contains the company?s name and the employee?s name, picture and description clearly displayed at all times while working at GISA. The Contractor personnel shall also wear a GISA Visitor badge to be issued on a daily basis. 5. The Contractor shall accomplish all work skillfully and in accordance with manufacturer?s recommendations. 6. The Contractor shall remove all trash, debris or surplus materials from the work site at the end of each workday and shall leave the work site clean of all debris when work is completed. The Contractor shall dispose of all refuse in the Longstreet Sanitary Landfill. 7. The Contractor shall be responsible for all damages occurring as a result of his work and shall make all necessary repairs at no cost to the Government and to the satisfaction of the Government. 8. The Government will provide electricity and lights at the work site necessary for the performance of this contract at no cost to the Contractor. 9. SECURITY REQUIREMENTS: Fort Bragg is a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when the contractor and employees are issued permanent post decals and identification cards or passes for daily temporary access to the base. Those personnel seeking authorized entry to Fort Bragg will proceed to Pass and Registration and complete the appropriate forms to obtain entry. All personnel employed by the contractor in the performance of this contract or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. 10. SCOPE OF WORK: a. The Contractor will provide all actions necessary to accomplish successful integration and testing of access control systems. security badging, and monitoring systems between building 2-4953, the to-be-constructed Guard Shack, and the GISA Hamilton Street Parking Lot, Fort Bragg, NC to include: Installation of all equipment listed in proposal to include multimode strand fiber circuit, data, and coax cable between Building 2-5353, the to-be-constructed Guard Shack, and the GISA Hamilton Street Parking Lot using existing conduit already in place between the facilities and installation of additional conduit as required. Installation of mainframe, master stations, sub stations, monitor, digital video recorder, proximity readers, and all other equipment as listed in the proposal. b. The Contractor will install outdoor security cameras, as listed in the proposal, with all applicable power supply and mounting hardware so as to enable monitoring of all eight new vehicular and pedestrian gates. Cameras will be installed so as to allow monitoring to be controlled in both Building 2-4953 and the to-be-constructed Guard Shack. GISA will provide PVC conduit into Guard Shack for access and a network drop. c. The Contractor will install intercom systems, one on each of the four pedestrian gates and four vehicular gates to include inside activated gate release in Room 3 and Room 114, Building 2-4953 and the to-be-constructed Guard Shack. Additionally, an intercom and inside activated gate release (that will operate only on the warehouse vehicular gate) will be installed in the to-be-constructed warehouse. GISA will provide PVC conduit into warehouse for access and a network drop. d. The Contractor will train system operators. f. The Contractor will make final test of all equipment for the approval of GISA. g. Any software being supplied under this statement of work must be provided pursuant to a license. GISA agrees not to duplicate, reproduce, copy all or any part of the software or to use any of the software on equipment other than the designated equipment with which it was furnished without express written permission from an authorized representative of licensor. 11. GISA will provide access to the existing security access system to insure new equipment is successfully integrated into one combined security system. GISA will move any existing furniture/equipment to facilitate installation of equipment. 12. GISA to provide all gate locking hardware and a dry set of contacts for gate opening. 52.212-1 Instructions to Offerors-Commercial (JAN 2005). The offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The proposed contract action is to acquire Omega IR Cameras for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This request is not a notice for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement. All information should be submitted via email to Ms Anne Marenka at anne.marenka@gsa.gov. Responses must be submitted by COB 14 Nov 2005. All information submitted on or before this date will be considered by the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement.
 
Place of Performance
Address: Ground Intelligent Support Activity, Fort Bragg, NC
Zip Code: 28310
Country: USA
 
Record
SN00926079-W 20051105/051103212338 (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.