Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

C -- Access Control Systems Inventory for GSA Public Buildings Service, Region 9

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Portfolio Management (9PTC), 450 Golden Gate Avenue 3rd Floor East, San Francisco, CA, 94102-3434
 
ZIP Code
94102-3434
 
Solicitation Number
GS-09P-06-KNC-3011
 
Response Due
6/2/2006
 
Archive Date
6/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation notice for the Access Control Systems Inventory for GSA Public Buildings Service, Region 9. The General Services Administration (GSA), Region 9, Public Buildings Service has a requirement which is prepared in accordance with the format of FAR 36.6 as supplemented with additional information included in this notice. This requirement is for providing complete and thorough technical study of the existing Access Control Systems within the Region's federal building inventory. This solicitation includes, but not limited to the existing operability status, updating or supplementing existing systems and cost estimates for the repair and/or updating of the existing systems. All responses to this pre-solicitation notice must make reference to the Solicitation number GS-09P-06-KNC-3011 and be submitted by COB 02 June 2006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2001-09. This solicitation is Full and Open Competition. The North American Industry Classification is 561621 and business size standard classification is $4.11 million. This solicitation is subject to ?Availability of Funds? Clause FAR 52.232-18. Item to be procured: CLIN 0001 Technical Study of the existing Access Control Systems in use within Region 9: QTY: 1 unit of issue: LOT. This study is intended to provide a current snapshot of our in-place existing access control systems (by building location), and a cost associated with the repair and/or upgrade of these systems. The study will be conducted at the service centers and in the following order: Los Angeles, San Francisco, and San Diego (includes Arizona, Nevada, Hawaii and Pacific Trust Territories). Key items for study: Type of system (Wiegand, Proximity, Etc.), current amount of system activity, numbers of cards enrolled in system, numbers by tenant, vendor, contractor ? by location, cost by location for repair and or upgrade of system, which items of the system will have to be replaced during repair or upgrade (i.e., will current wire runs have to be replaced, etc.), system owner/operator, system schematic (basic ? breakdown showing numbers and types of access control system components), any other relevant issues based on the known building considerations. Known building access control systems study considerations: 1. Wiring: type, copper- shielded or unshielded; is conduit used; fiber; RFI interference, magnetic interference concerns, issues. Applicability of ANSI/EIA/TIA 568A Commercial Building Telecommunications Standards for cabling and routing. 2. Protocols: Physical/data link- Ethernet, token bus or ring, proprietary; Network ? IP, proprietary, routing infrastructure. 3. Communication Encryption: backend systems to readers, controllers, end points. 4. Wide area network: (interconnection of access control systems): private network, encrypted traffic on corporate WAN, VPN. 5. Controllers: building location, protection, access, collocation in Telco closets. 6. Computer Platform: Operating System- Windows, UNIX, Linux. 7. Configuration and Security: Connection to other access control systems, networks, virus protection, OS upgrades, users, rights. 8. Connection and alarm interface to other building systems: Fire, CCTV, perimeter alarm, elevator controls. 9. Connection and interface for access control systems: credentialing/badge systems. 10. Backup and Recovery: Redundant back-end systems; off-site disaster recovery & alternate site location; system backup offsite media rotation. 11. Environmental: emergency power, ventilation, UPS protection, entry and protection of all access control system components ? readers, controllers, 12. Section 508 compliance for systems. 13. Temporary and Visitor card issuance at specific locations. Credential/card production of a card that provides access to a specific building access control system. 14. Organizational issues: organizational definition, roles, responsibilities for operating building access control systems in a building operational environment. Environment: more than 53 GSA owned and managed facilities in California, Arizona, Nevada, Hawaii and the Pacific Trust territories. Operational responsibility for these facilities is divided into three Service Centers (San Francisco, Los Angeles, San Diego), which currently operate an unknown number of access control systems. The Region currently utilizes the GSA National Identification Smart Card issued by the GSA National Identification Program, as well as locally provided Proximity, Wiegand, and other cards for building access control. The majority of these systems operate on a stand-alone basis. Time Frame: This study must be concluded 90 days from Notice to Proceed. Deliverables: The following items are desired by GSA: 1) Individual building Access Control survey, includes key items listed 2) Executive summary by Service Center, key items rollup & totals 3) Executive summary by Region Late responses are subject to FAR 52.214-7. All information for the subject solicitation is available at www.fedbizop.gov. Offerors must be currently registered in the Central Contractor Registry (go to internet address: http://www.ccr.gov/ for additional information). Firms which possess the qualifications to perform this service described are invited to submit a proposal not later than June 02, 2006, 4:00 p.m. by First Class Mail, Priority Mail, or Express Mail to: GSA - Region 9, Public Buildings Service, Portfolio Management Division - Capital Investment Branch (9PTC), Attn: Sheila Williams 450 Golden Gate Avenue, 3rd Floor East San Francisco, CA 94102, faxed to (415) 522-3115 or emailed to sheila.williams@gsa.gov. Oral communication is not acceptable in response to this RFQ. Questions may be directed to Sheila Williams (415) 522-3376. This announcement is open to all A/E firms regardless of size.?Qualified minority and small business firms are encouraged to participate.?This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the A/E (if not a small business of $4,000,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantage Business Subcontracting Plan in accordance with Public Law 95-507. Small, women-owned and small disadvantaged firms are strongly encouraged to participate as prime contractors or as member of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontractors to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contracts will be procured under the Brooks Act and FAR 36.6. The Office of Small Business Utilization (OSBU) has established and assigned the following GSA Small Business Program Goals: Small Business - 29%, Total SDB - 11%, Woman-owned - 5%, Section 8(a) - 1%, Other SDB - 10%, HUBZone - 3%, and Service-disabled Veteran-owned 3%. ALL requirements of this pre-solicitation notice must be met for a firm to be considered responsive.
 
Place of Performance
Address: GSA,PBS, Portfolio Management Division (9PTC), Phillip Burton Federal Building, 450 Golden Gate Ave, San Francisco, CA
Zip Code: 94102-3434
Country: United States
 
Record
SN01053336-W 20060520/060519135010 (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  © 1994-2020, Loren Data Corp.