Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
MODIFICATION

63 -- Installation Aiphone, CCTV DVR, and Electronic Access Control- Savannah, GA

Notice Date
3/20/2008
 
Notice Type
Modification
 
Contracting Office
Office of Acquisitions - TSA 25, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-08-P-RES351
 
Response Due
3/25/2008
 
Archive Date
9/21/2008
 
Point of Contact
Name: Rebecca Leake, Title: Contract Specialist, Phone: 5712272861, Fax:
 
E-Mail Address
rebecca.leake@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS01-08-P-RES351 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-24 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS-Transportation Security Administration requires the following items, Brand Name or Equal, to the following: LI 001, Physical Security Scope of Work for the Installation of AiPhone, CCTV DVR, and Electronic Access Control for the TSA occupied space at the Savannah/Hilton Head Int'l Airport (SAV), Savannah, GA, PLEASE NOTE THAT THIS IS THE ONLY LOCATION FOR THIS REQUIREMENT Physical Security Requirements (Ref. Section III, Program of Requirements, JAN 2008), 1, LOT; LI 002, Electronic Access Control System: -The Electronic Access Control System will work through the currently installed Intrusion Detection System Alarm Panel described above (Bosch/Radionics 7412G), 1, LOT; LI 003, Electronic Access Control System -Bosch model ARD-RK40 iClass PIN reader or approved equivalent will be installed to momentarily unlock the electronic strike while shunting the alarm and provide access control to the facility. (See attached diagram for locations: Door #1, #2, #3, and LAN room), 1, LOT; LI 004, Electronic Access Control System -The Access Control system will have the capability to assign and monitor no fewer than 900 Unique Personal Identification Numbers (PIN)., 1, LOT; LI 005, Electronic Access Control System -The contractor will be responsible for all programming including the initial input of user codes and completion of the FPS Mega Center Alarm Requirements Document. - to be provided by the TSA Office of Security once the system has been installed and is ready for set up and programming, 1, LOT; LI 006, Electronic Access Control System -Electronic Door Strike will be installed on LAN Room only since Doors #1-3 have operational strikes installed. -All door strikes will be 24Volts AC and installed Fail Safe. -All door strikes installed will be centrally powered from the LAN room. -Doors will use the Folgers Adam, model 310-3-1 electronic door strike, or HES equivalent., 1, LOT; LI 007, Video Intercom/Door Answering System with Door Lock Release Specifications: The Contractor will purchase, install, program, maintain, and test a turn-key Aiphone Model MKS-2MCD Video Sentry Pan Tilt Plus system. The Contractor will provide authorized installers to install, program, maintain and test the system. All equipment is to be installed according to manufacturer's specifications. All conduit sizing and wiring requirements are the responsibility of the Contractor. System: MKS-2MCD (MK-DAC, MK-2MCD, PS-1820UL),Power Source: 18V DC. Use PS-1820UL,Communication: Hands free at door station; Handset at monitor station Calling: From Door to Inside: Chime tone with "Instant On", Between Inside Stations: All Call tone, then communicate with handset Video Monitor: 4" CRT with 525 scanning lines, Camera Unit: CCD with infrared LED illumination,Overall Viewing Area: 36" Vert. x 72" Horiz. at 20",Wiring: 2 wires to door station(s) (Use Aiphone wire # 841802) 4 wires between monitors (Use Aiphone wire # 841804),Wiring Distance:Door station to MK-2MCD: 165' w/22AWG; 330' w/18AWG MK-2MCD to farthest MK-2HCD: 245' w/18AWG (Doubling power wires) PS-1820UL to MK-2MCD: 16' w/18AWG, Mounting: Surface mount to a 1-gang box or ring,Door Release Contact: Normally Open - 12V AC, .4A Max. Dimensions (HxWxD): 8-1/4" x 8-1/4" x 2-3/4" (See attached Scope of Work under Video Intercom/Door Answering System with Door Lock Release Specifications), 1, LOT; LI 008, Video Intercom/Door Answering System with Door Lock Release Specifications: .The Video Intercom/Door Answering System will have the capacity for an additional door station, either audio/video or audio only and up to two additional interior stations, either audio/video or audio only. (Install Video Intercom/Door Answering System at Door #1 and Door #3), 1, LOT; LI 009, Video Intercom/Door Answering System with Door Lock Release Specifications: .The external door station located outside the door shall be a one-piece unit equipped with a CCD (Charged Coupled Device) chip camera with infrared LEDs (Light Emitting Diodes) for low light applications, Pan/Tilt mechanism adjustable by an interior monitor, call-in button, speaker/microphone for communication, and a locator LED. The call-in button on the external door station will turn on the 4" CRT (Cathode Ray Tube) at the inside monitor that initiates audio monitoring from the door and activates a two- or four- stroke chime. Audio communication at the external door station shall be hands-free, and communication at the inside station shall be through the handset., 1, LOT; LI 010, Video Intercom/Door Answering System with Door Lock Release Specifications: .The interior monitor stations (Tenant Specified Locations) shall be one-piece units equipped with a 4" flat CRT monitor, a monitor activation button, a pan and tilt control pad, door release button, secondary dry contact (optional), an all call button, call-in indicator LED, and a handset for private communication. Brightness and chime volume controls shall be located in each of the monitoring units. The entry area shall have the ability to be monitored by pressing the "monitor" button on any room station. This allows both audio and video monitoring, staying on for approximately 45 seconds. The interior stations shall also be able to normally open a dry contact for door release and an extra dry contact for light or secondary door release activation. (Install interior monitor stations at tenant specified locations within the EA room, the AO room and additional monitors inside doorway of Door #1 and Door #3), 1, LOT; LI 011, CCTV System The Contractor is responsible for obtaining, installing, programming and testing a complete turn-key Closed Circuit TV DVR system that is approved by the office of security. The Contractor will maintain and warranty the system for one year after the TSA acceptance date., 1, LOT; LI 012, CCTV System .The DVR should work with existing CCTV system and be capable of storing recorded video for at least 25 days and have the capacity to write/record to digital media (CD) for back-up/archive/audit. (Install DVR at tenant specified location within the EA office), 1, LOT; LI 013, Contractor is to provide and install the following: .Bosch model ARD-RK40 iClass PIN reader or approved equivalent, 1, LOT; LI 014, Contractor is to provide and install the following: .Complete CCTV/DVR system with 25 days recording capability, 1, LOT; LI 015, Contractor is to provide and install the following: .Aiphone Model MKS-2MCD Video Sentry Pan Tilt Plus system, 1, LOT; LI 016, Contractor is to provide and install the following: .Folgers Adam, model 310-3-1 electronic door strikes, or HES equivalent, 1, LOT; LI 017, Contractor is to provide and install the following: .Contractor is solely responsible for all wiring, cables, labor costs etc incurred in the installation of this security system. The security system will be turn key upon acceptance, 1, LOT; For this solicitation, DHS-Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Vendors must be currently registered and have a valid certification in the online Representation and Certifications Application. (https://orca.bpn.gov/) Vendors must provide detailed specification information for the items. URL are acceptable Quotations are to be submitted as all or none. Purchase Order: Buyers intends to use the government issued purchase order for payment. Bids from sellers unable to accept purchase orders will not be considered for award. Evaluation Methods: This is based on the best value to the Government. A site visit is available by contacting: Sheron LeFbvre 912-965-0008 Sheron.Lefebvre@dhs.gov. Questions are due by March 18, 2008 at 1:00 p.m. and an amendment will be issued to answer any questions received. Questions shall be submitted to FEDBID. 4/1/2008-5/1/2008
 
Web Link
www.fedbid.com (b-63564_04, n-11084)
(http://www.fedbid.com)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01537255-W 20080322/080320223546 (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.