Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

63 -- Installation of High Security Locks, Electronic Access Control (MARKS), and AIPHONE- Windsor Locks, CT

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
Office of Acquisitions - TSA 25, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-08-P-RES377
 
Response Due
4/14/2008
 
Archive Date
10/11/2008
 
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
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-RES377 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 2008-04-14 14:00:00.0 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, The Transportation Security Administration, Office of Security, has a requirement for the installation of High Security Locks, Electronic Access Control (MARKS), and AIPHONE system. Perform in accordance with the attached Scope of Work (Attachment A)., 1, LOT; LI 002, Door Hardware: Mortise High Security Lockset with Deadbolt ? Storeroom Function, MARKS Part Number 5-CP-92-FS/32D-G3 with Medeco UL 437 M-3 Interchangeable Core cylinder. (Doors 1,2,3,4) The contractor is responsible for obtaining, correctly installing, and maintaining all door hardware. The MARKS Store Room Function Mortise Lockset with Deadbolt must have the latchbolt retracted by key outside or by lever inside. Outside lever is always fixed. The deadbolt can only be thrown or retracted by key outside or thumb-turn inside. By turning the inside lever, it simultaneously retracts both deadbolt and latchbolt. The auxiliary latch deadlocks latchbolt when door is closed. This Lockset must accept a Medeco #32-0200 housing and interchangeable core., 1, LOT; LI 003, Door Hardware: Cylindrical Lever Lockset ? Store Room Function, MARKS Part Number 195-RF/26D-F21with Medeco UL 437 M-3 Interchangeable Core cylinder over-ride. (LAN Room/ Secure Storage Room) The contractor is responsible for obtaining, correctly installing, and maintaining all door hardware. The Store Room Function Lockset will function so that the latchbolt is retracted by key outside or by lever inside. Outside knob/lever always inoperative. The auxiliary latch deadlocks latchbolt when door is closed. This Lockset must accept a Medeco UL 437 M-3 Interchangeable Core cylinder for secure key access., 1, LOT; LI 004, Door Hardware: Medeco UL 437 M-3 Interchangeable Core cylinder. The Contractor is responsible for purchasing a high security Medeco lock and key system approved by the TSA. In procuring the lock and key system, the Contractor must adhere to the following requirements: 1) The key operated lock housing must accept a Medeco UL 437 M-3 Interchangeable Core. 2) The client?s identity (TSA) and the address where the locks will be installed will not be divulged except as agreed upon by TSA. 3) All change keys and core keys will be delivered to TSA field representative. 4) All change keys will be impressed with a sequential serial number on the bow of each key. 5) The core key will be impressed with ?Core? or ?Control? on the bow of the key. All pinning and key cut information will be provided to a TSA representative. 6) Each core will be labeled with a change number on the side and a serial number on the opposite side of the cylinder. These numbers should appear on the sides of the top chamber area. 7) The Contractor or Lessor will provide and install all locksets, cores and keys. Each key will have the serial number stamped on one side of the bow. All keys and any remaining cores will be given to the TSA representative. The Contractor will be responsible for creating and maintaining an expandable multi tiered master key system hierarchy. The hierarchy will be designed by the contractor based on the needs and requests of the local/field TSA Field Office. The contractor will provide and install/replace a Heavy Duty door closer on each Perimeter/Alarmed Door. For all door hinges installed so that the hinge pins are exposed to the unsecured area, the contractor will provide and replace with Non-Removable Pin (NRP) Hinges., 1, LOT; LI 005, STAND ALONE ACCESS CONTROL SYSTEM ? Marks I-Que Stand Alone Smart Access Control Lockset, with Medeco UL 437 M-3 Interchangeable Core cylinder over-ride. ? The contractor is responsible for obtaining, correctly installing, and maintaining all door hardware and associated operating equipment to include a stand alone computer w/monitor. The Marks I-Que Stand Alone Smart Access Control Lockset will be capable of storing 320 user PINs and 1600 audit trail events via the contractor supplied IDAT Upload/Download Module and computer interface. Type D lockset must accept a Medeco UL 437 M-3 Interchangeable Core. ? Mortised installation (Perimeter Doors) is to utilize Part # IQ2K. ? System will include IDAT Upload/Download module and Programming CD and Stand alone computer (low end with locked peripherals) for system administration. ? Software will NOT be loaded onto TSA/FAMS networked computers. ? Lockset must also be available in Rim Model for Panic or Exit Device Application and must also accommodate Mortise Lockset Applications. ? Stand-Alone Lockset must work with HID proximity card and be programmed by keypad and/or computer. ? Stand-Alone Lockset must be capable of operating by HID proximity card, and PIN combination. ? Stand Alone Lockset is powered by 4 AA Batteries. ? Infra-red reader can upload data and download audit trails to a dedicated stand alone (non-networked) computer ? Stand Alone Lockset must have HID Proximity Reader, 16 digit lifetime warranty tactile metal keypad in a heavy duty cast housing, must be completely weatherproof from -32F to +155F, must accommodate lifetime mechanical and electrical warranties, must include a real time clock, full scheduling features, first supervisor to arrive function, monitoring by key, keypad or proximity, meet ANSI Grade 1 and UL standards and be supplied with ADA compliant levers. ? This lockset must be installed by a MARKS USA licensed installer and must provide a minimum of four hours system training to the designated TSA Field Office System Administrator(s) at each location. ? The system installer will also be responsible for the initial upload and enrollment of access rights. ? Stand alone computer, low end, with locked peripherals and administratively locked / password protected BIOS for Information Technology compliance., 1, LOT; LI 006, Security System Installer Information Requirements ? Upon request by the TSA Office of Security, the local FSD staff, or FAM Field Office SAC the contractor will be required to provide the following information about the contractor?s employees and subcontractors who may have direct or incidental access to information being provided by the TSA/FAMS: - Employee?s full name - Employee?s date and place of birth - Employee?s social security number - Employee?s race and sex - Complete Finger Print Card - General Release of Information document ? The contractor is required to use GSA schedules and/or other government discounts when purchasing equipment or services in behalf of the TSA/FAMS. ? All program software and written materials pertaining to the security/access control system and related devices will be turned over to the TSA/FAMS Office of Security, to include: - Detailed Line Item Cost Proposals - Product Specification sheets - Inventory lists - Operating and installation instructions - As-built drawings - Key cut and pinning charts for locking system, 1, LOT; LI 007, Video Intercom /Door Answering System, AiPhone including Door Release: ? Contractor or Lessor will purchase, install, program, maintain, and test a turn-key Aiphone Model MKS-2MCD Video Sentry Pan Tilt Plus system, or equivalent (Note: Equivalent Video Intercom/Door Answering System must be approved by TSA Office of Security). The Contractor or Lessor 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 or Lessor. ? 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. ? The external door station (outside TSA/FAMS door) shall be a one-piece unit equipped with a CCD (Charged Coupled Device) chip camera with infrared LEDs (Liquid Electronic Displays) 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. ? The interior monitor station shall be a one-piece unit 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., 1, LOT; LI 008, Specifications: 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 (Charged Coupled Device) 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, 1, LOT; LI 009, Door Release ? In reception areas, where a glass window provides a view of visitors, a remote door release should be installed and placed near the receptionist desk. ? The inside receptionist door will have a remote door lock release connected to it from the receptionist desk and/or the Reception Area. Initiation will be a momentary push button, which is properly labeled. The Electronic Door Release Button will be connected to and function through an Electronic Door Strike or Electromagnetic Lock. ? If the receptionist does not have the capability to view the receptionist waiting or public area where visitors are requesting access to TSA/FAMS Space, this remote door lock release is to work through the Video Intercom / Door Answering System., 1, LOT; LI 010, Contractor is to provide and install the following: ? Mortise High Security Lockset with Deadbolt ? Storeroom Function, MARKS Part Number 5-CP-92-FS/32D-G3 with Medeco UL 437 M-3 Interchangeable Core cylinder. ? Cylindrical Lever Lockset ? Store Room Function, MARKS Part Number 195-RF/26D-F21 with Medeco UL 437 M-3 Interchangeable Core cylinder. ? Marks I-Que Stand Alone Smart Access Control Lockset, with Medeco UL 437 M-3 Interchangeable Core cylinder over-ride ? AIPHONE. ? Heavy Duty Door Closers for all doors. ? Non-Removable Pin (NRP) Hinges where required. ? All wiring and hardware., 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 low price, technically acceptable. 30 days from award Please contact Michael Merrigan to schedule a site visit at 860-804-4116 or Michael.Merrigan@dhs.gov. Questions shall be submitted in writing to FEDBID by April 10, 2008 at 4:00 p.m. EST. An amendment will be posted with answers to questions. BDL Windsor Locks, CT Please find attached: (a) Scope of Work (b) Diagram (c) Clauses
 
Web Link
www.fedbid.com (b-64562, n-11290)
(http://www.fedbid.com)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
Country: Multiple
 
Record
SN01541942-W 20080328/080326223609 (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.