Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SPECIAL NOTICE

K -- MODIFICATION TO PEGASYS 2000 ACCESS CONTROL SYSTEM

Notice Date
3/14/2006
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1SOAX6047B002
 
Response Due
3/18/2006
 
Archive Date
4/2/2006
 
Description
Notice of Contract Action for a Sole Source Procurement SUBJECT: NOTICE OF INTENT TO AWARD A SOLE SOURCE FOR MODIFICATION TO CARDKEY ACCESS SYSTEMS, PEGASYS 2000. DESC: INTENT TO AWARD A SOLE SOURCE PROCUREMENT WITH BUDGET ELECTRICAL CONTRACTORS (BEC INC). The Air Force, Edwards Air Force Base, CA intends to award a Sole Source purchase order to BEC Inc., 25051 E, 5th Street, San Bernardino, CA 92410. CARDKEY is the manufacturer. The Sole Source purchase will be for the following commercial items and services as described - Performance of modification/ replacement/installation to access control system(s). STATEMENT OF WORK MODIFICATION TO PEGASYS 2000 ACCESS CONTROL SYSTEM ELECTRONIC WARFARE DIRECTORATE EDWARDS AIR FORCE BASE, CALIFORNIA 16 February 2006 1.0 DESCRIPTION OF SERVICES 1.1 Introduction The objective of this Statement of Work (SOW) is to secure the services of a licensed and bonded contractor to modify the Pegasys 2000 access control system that is controlled and/or operated from the central security office located in Building 1020, Room 111, Edwards Air Force Base, California. 1.2 Background The scope of work consists of a contractor modifying the access control systems into one fully integrated system that will be controlled from the central security office described in this SOW. 1.3 Scope The Contractor shall accomplish the following work: o Rework conduits and add pull boxes @ south easy street for home run to room 012 o Rework and add conduits on level #1 @ room 122 to room 114. o Install communication line panel to panel o Install circuit boards at existing panels o Add door strike to room #122. Rework and modify doorframe. o Wire and connect (5) door strikes and terminate. o Rewire, install new cable to (5) card readers as required. o Add power receptacles in room #104 for controllers (exterior to controller) o Terminate controllers and devices. o Provide, install and connect back up batteries. o Replace (4) defective door strikes in building 1020. o Test, demonstrate and check out system o Provide as-builts, one line for new work. o Provide (5) reader modules-S300-RDR2, (5) S300-xfmrs, (5) S300 power supply kits, batteries, door strikes, strike plates, (5) D40-G Wiegand keypad readers, and fused circuit kits 2.0 SUBMITTALS Approval by 412th TW/EWS is required for extensions of design, critical materials, deviations, equipment whose compatibility with the entire system must be checked, and other items as designated by the contracting officer. After submittals have been approved by 412th TW/EWS, no re-submittal for the purpose of substituting materials or parts will be given consideration unless accompanied by a detailed explanation of why a substitution is necessary. Provide submittals to 412th TW/EWS prior to performing work. Submittals covering component items forming a system or items that are interrelated shall be submitted concurrently. Adequate time (a minimum of 10 calendar days exclusive of mailing time) shall be allowed for 412th TW/EWS review and approval. Contractor shall provide the following submittals: o Names, social security numbers, place of birth, and citizenship of all persons requiring access to the work area. o List of materials to be used to include specification/data sheet and control diagrams as applicable. o Critical spare parts list. o Operations, maintenance, and repair manuals and instructions. o Acceptance test plan submitted to 412th TW/EWS at least 15 calendar days prior to final acceptance test. o Contractor shall submit to 412th TW/EWS four (4) each copies of project submittals for approval, and three (3) copies for information only. If approved, one (1) set of the submittal shall be returned to the Contractor. 3.0 REQUIREMENTS 3.1 The Contractor shall perform the work beginning March 6th, 2006 and complete the work by March 31st, 2006. Schedule shall be confirmed with 412th TW/EWS prior to start of work. 3.2 The Contractor shall become familiar with all details of work, verify all dimensions, site conditions, and shall advise 412th TW/EWS of any discrepancy before performing the work. 3.3 The Contractor shall maintain one set of paper prints to show the as-built conditions. These as-built marked prints shall be kept current and available on the jobsite at all times. All changes from the contract plans, which are made in the work or additional information which might be uncovered in the course of construction/installation, shall be neatly recorded as they occur by means of details and notes. 3.4 The Contractor shall send to 412th TW/EWS two (2) each full size sets of reproducible construction record drawings (30? x 42?) and three (3) each CD?s in format compatible with AutoCad 2000i. 4.0 PHYSICAL SECURITY At the close of each work period, government facilities, property, and materials shall be secured. The contractor shall conform to the provisions of AFI 31-101 for safeguarding the government-furnished facilities, property and material contained therein. 4.1 CONTRACTOR PERSONNEL REQUIREMENTS 4.1.2 Contractor Manager The name of this person, and alternate(s), who shall act for the contractor in the absence of the contract manager, shall be designated in writing to the CO prior to the performance start date and updated when changes occur. The Contract Manager and alternate(s) shall have full authority to act for the contractor on all matters relating to daily operation of this contract. The Contract Manager, or alternate shall be available during normal working hours within four (4) hours to meet on the installation with the CO, WSM, or other designated government personnel to discuss problem areas. After normal working hours, the Contract Manager or alternate shall be available within eight (8) hours. Furnish, in writing, to the CO the names and telephone numbers of contractor key personnel no later than 10 days after contract award. The CO shall be notified immediately whenever changes are made. 4.2 PARTNERING AGREEMENT A partnering agreement is to create a Government-contractor relationship that promotes achievement of mutually beneficial goals. It invoices an agreement in principle to share the risks involved in providing the Automated Systems Upgrade Project services and establishes and promotes a nurturing partnership environment. To this end, and at a time mutually agreed to by all parties, Government and contractor senior management and key personnel shall develop a forma partnering agreement that will be signed by the parties involved. The agreement should contain, as a minimum, a methodology for Alternate Disputes Resolution (ADR), and a statement of cooperation to execute the terms of the partnering agreement. Please note that this is not a request for competitive proposals. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the items above. Responses may be sent via e-mail to Terence.vickers@edwards.af.mil or mailed to 412 TW/PKD, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Terence D. Vickers. Phone Number 661-277-9559 and Fax Number: 661-275-7860. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. If the office has not received any affirmative written responses by Close of Business (COB), 18 March 2006, a Sole Source purchase order will be pursued with BEC INC., 125051 E, 5th Street, San Bernardino, CA 92410.
 
Place of Performance
Address: EDWARDS AIR FORCE BASE, CA 93524
Zip Code: 93524
Country: USA
 
Record
SN01005758-W 20060316/060314212002 (fbodaily.com)
 
Source
FedBizOpps 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.