Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2006 FBO #1759
SOLICITATION NOTICE

58 -- ACCESS CONTROL SYSTEM

Notice Date
9/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
6257AA00
 
Response Due
9/20/2006
 
Archive Date
10/5/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW 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 separate written solicitation will not be issued. The purchase of the following items: Access Control system for building 226 and 227 on Robins AFB, GA 31098. Purchased and installed IAW S.O.W. Prices should be FOB Destination (Robins AFB GA 31098). Request delivery date is 4 weeks ARO. This is a Sole Source solicitation. Justification for Sole Source: System is an addition to an existing Access Control System. The source is Johnson Controls. SEE NOTE 22 The following clauses (current through FAC 2005-7, and DFARS Change Notice 20051209) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation). In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Quotations may be faxed to 478-926-7549 or email james.simmons@robins.af.mil no later than 21 SEP 2006, 12:00 pm EST. The anticipated award date will be by 30 Sep 2006, STATEMENT OF WORK ACCESS CONTROL SYSTEM UPGRADE 402d Software Maintenance Group (402 SMXG) Robins Air Force Base (AFB), Georgia Buildings 227 and 230 1. Scope: This statement of work (SOW) identifies all engineering, labor, equipment, and materials for the design and installation of a new Access Control System in the Software Maintenance Complex (402 SMXG), Buildings 227 and 230, at Robins AFB, Georgia to upgrade the existing Access Control System. The upgraded Access Control System shall be a subset or addition to the new 402 EMXG access control system server which is located in 640. The requirements for the new Access Control System for Buildings 227 and 230 shall incorporate the following: a. Ten (10) P2000? client/workstations software licenses. Client software to be installed on 402 SMXG desktops using Windows XP Pro, 2000 or better operating systems. b. One (1) P2000? photo ID client/workstation license. Client software to be installed on 402 SMXG desktops using Windows XP Pro, 2000 or better operating systems. c. Furnish and install one (1) new single sided badge printer for printing Photo ID pictures. Contractor must include printer ribbons and cleaning supplies for printing of 200 badges d. Replacement of two (2) existing access control panels in Building 230 with CK721 Intelligent Access Control Panels (ACP). These panels communicate via Transmission Control Protocol (TCP)/Information Provider (IP) with the existing host server located in Building 640. The 402 EMXG will provide static Information Provider (IP) addresses for all Access Control panels e. Replacement and relocation of one (1) existing access control panel in Building 227 with aCK721 Intelligent Access Control Panel (ACP). The current access control panel is in the mechanical room 110 and the new panel will be installed in Room 106. As per Building 230, the panel is TCP/IP communication with the existing host server located in Building 640. f. Reuse all field devices including existing proximity readers, REX buttons, Locking hardware, REX motion and door contacts installed on seventeen (17) doors in Building 230 and nine (9) doors in Building 227. g. Install two (2) additional new proximity readers and field devices (REX, locks, door contacts) in Building 230. The new readers are to be located 1st floor Server area (within SW office) and 2nd floor within a SW office. Install three (3) new proximity readers and field devices (REX, locks, door contacts) in Building 227. One existing control panel within building 227 will be removed and reinstalled as part of the three new devices. BUILDING 230: North Entrance ? Door 103 Room 125 (Security Office) Room 103 (Mechanical Room) Room 123 ?C Room 123 ?A? (North Door) Room 123 ?A? (South Door) Room 123 ?B? (Server Room) (New Requirement ? Install card reader and hardware) South Entrance ? Door 123 Room 108 Room 121 ?A? Room 208 (Mechanical Room) Room 221 ?A? Room 221 ?B? Room 222 ?B? Room 230 Room 222 ?C? Room 203 Room 223 ?A? Room 237 (New Requirement ? Install card reader and hardware) BUILDING 227: Room 101 Room 104 (South Door) Room 104 (East Door) Room 106 (West Door) Room 106 (East Door ? New Requirement: Add Card Reader) Bldg 227 (Entrance) Bldg 227 (Exit) Room 204 (Lab Entrance) Room 204 (South Entrance) Room 204 (East Entrance) Room 204 (North Entrance) Room 214 (East Entrance) Remove hardware and locking mechanism/reinstall equipment on Room 214 Remove existing access control panel and install and terminate the new access control panel. Existing terminal strips and enclosure will be used. h. All required application software and programming at the local access control panels, server, operator workstations and Photo ID workstation. i. Labor to perform data entry of cardholder database into the P2000 (approximately 1250 records). SXMG personnel to supply the cardholder data. j. All work involving the installation of the SMS and integration with the Fire Alarm System. 2. Qualifications: a. The system shall be installed by factory trained and approved installers. The contractor shall have technicians who are available for rapid response for technical repairs within two hours of placing a call. b. All work shall be supervised by a Project Manager or System Specialist, under the direct employment (full-time) of the system manufacturer. c. The system shall meet the Mission Requirements of the 402 SMXG. d. The system shall be installed within 45 days of contract award, unless delayed by the government. e. The complete security installation shall be in strict accordance to the national and local electrical codes and this SOW. f. Protection of 402 SMXG?s Facilities and Equipment: All necessary precautions shall be taken to prevent damage to the 402 SMXG facilities and equipment which may be in the construction area. Contractor shall be responsible for damage to the government?s facilities/equipment, caused by the contractor, in the process of upgrading the SMS. 4. Working Hours and Schedule: a. Work shall be performed Monday through Friday during the normal business workday, 6:00 AM to 6:00 PM, unless otherwise specified. Work, at any other time, must be approved in advance by the 402 SMXG representatives. b. The 402 SMXG reserves the right to approve the Contractors work schedule including the time and area of performance. The Contractor shall schedule work to provide minimum interruption of service to the 402 SMXG. The SMXG has the right to suspend the work of the contractor temporarily where such work impairs normal activities, operations and/or safety/security requirements. c. If the contractors work is temporarily suspended by the government, the contractor?s completion date will be adjusted accordingly at no additional cost to the government. 5. Clean-Up a. A neat and orderly construction area shall be maintained at all times, including storage areas. b. All materials shall be kept stacked and stored in an orderly and safe manner in an area designated by the 402 SMXG. c. Upon completion of the job, all surplus materials and equipment shall be immediately removed within 48 hours from Robins AFB. The premises shall be restored to a neat, clean, and orderly condition and accepted by the 402 SMXG representatives. 6. Final Inspection: At the final inspection, a factory trained engineer employed (full-time) by the manufacturer of the SMS shall demonstrate that the system functions properly in accordance with manufacturer?s specifications. A customer acceptance form is to be completed and presented to the designated 402 SMXG representative for acceptance. 7. Warranty: Warranty period shall be for one (1) year, including all parts and labor for the complete system, and shall begin upon acceptance by the 402 SMXG representative. 8. Operation and Maintenance Manuals: a. Electronic and paper copies of the documentation including operating and maintenance manuals shall be furnished to the 402 SMXG representatives. b. Manual shall be labeled with the project title and the contractors name, address, and phone number, including emergency accessible phone numbers for weekend and holidays, on the front of the binder. 9. Training: Services of competent instructors shall be furnished up to 8 hours to familiarize up to 10 designated 402 SMXG personnel on the operation and maintenance of the system. Dates to be determined by the 402 SMXG.
 
Place of Performance
Address: ROBINS AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01146896-W 20060920/060918220752 (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.