Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
MODIFICATION

N -- Security System

Notice Date
4/3/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537, UNITED STATES
 
ZIP Code
20537
 
Solicitation Number
Reference-Number-08-LAFD-0010
 
Response Due
4/3/2008 5:00:00 PM
 
Archive Date
4/18/2008
 
Point of Contact
Jennifer Hawes, Contract Specialist, Phone 202-307-8337, Fax 202-307-4877, - Jennifer Hawes, Contract Specialist, Phone 202-307-8337, Fax 202-307-4877
 
E-Mail Address
jennifer.l.hawes@usdoj.gov, jennifer.l.hawes@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Drug Enforcement Administration's Los Angeles Field Division has a requirement for a new security system. The scope of work is detailed herein. This acquisition will be conducted under the test program described in Federal Acquisition Regulations (FAR), Subpart 13.5, Simplified Acquisition Procedures. The following FAR Part 12.3 provisions and clauses are applicable to this acquisition: 52.212-1 (Jan 2006) Instructions to Offerors-Commercial Items, 52.212-3 (Mar 2005) Offeror Representations and Certifications, 52.212-4 (Sep 2005) Contract Terms and Conditions-Commercial Items, 52.212-5 (Apr 2006) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and 52.237-1 (Apr 1984) Site Visit. The full text of provisions and clauses may be accessed electronically at http://www.arnet.gov/far/. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. No written solicitation is available. The North American Industry Classification System (NAICS) is 561621. The small business size standard is $11.5 million. Quotes submitted in response to this Request for Quotation shall be submitted electronically via e-mail attention Contract Specialist Jennifer Hawes at jennifer.l.hawes@usdoj.gov. All quotes must be received no later than 5:00 PM (Eastern Standard Time) on April 4, 2008. No collect calls will be accepted. SCOPE OF WORK - SECTION I - GENERAL REQUIREMENTS - 1.01 SUMMARY OF WORK: This summary applies to the procurement, installation, training and implementation of an integrated security management system for the site described. The contractor shall furnish a complete system including all labor, materials and equipment to furnish a complete and functional integrated security system. 1.02 SYSTEMS, WARRANTIES AND MAINTENANCE: The work included as specified herein and as shown on the contract drawings consists of, but is not limited to, the following: a. Card access control system, b. Closed circuit television system, c. Intrusion detection system, d. Warranty coverage, e. Systems tracking, f. Submittals and shop drawings. 1.03 PREEXISTING CONDITIONS: The contractor shall visit the site, check all existing conditions and be satisfied with the conditions under which the work is to be performed before submitting the project bid. No allowances shall be made for any extra expense due to the contractor's failure or neglect to discover prior conditions affecting the work. 1.04 LOCATION OF WORK: 1340 W. Sixth Street, Los Angeles, CA 90017. A site visit is scheduled for Monday, March 31, 2008 at 10 a.m. Offerors interested in attending shall notify Clark Winch at phone number 213-989-6561 no later than the close of business on Friday, March 28, 2008. 1.05 SUBSTITUTION OF EQUIPMENT: The substitution of equipment after bid dates will occur only when there is a significant advantage to the client agency, created by an overall upgrading of a component(s) by a manufacturer or an operational advantage created by a change in the state of the art of the equipment to be supplied. In the event the above occurs, the contractor shall make the DEA representative aware of the new equipment and shall provide DEA the new information. At the DEA's discretion, the option to accept or reject the substitution will then be exercised. 1.06 COORDINATION: Contractor shall coordinate all project activities with the DEA representative. Contractor shall provide an onsite project manager who shall maintain coordination with the DEA and completely inform the DEA representative of project status on a weekly basis or as agreed. Contractor shall closely coordinate all work with other trades. It is the contractor's responsibility to understand the scope of work of all other trades that affect the Security System to ensure that all power, raceway, backboards, pull-strings, hardware, patching, painting and other services are included in the project. The contractor who delivers a fully functional Security System must supply those services not provided by other trades. 1.07 REGULATORY REQUIREMENT: Work on or within the scope of this project shall be in accordance with but not limited to the following codes, rules and regulations: a. Appropriate local government codes, b. National Electric Code, c. Uniform Building Code, d. National Fire Code (NFPA). 1.08 SUBMITTALS: Submittals of material lists, technical information sheets and variances. Prior to the deadline for submittals, the contractor shall submit the following: a. a materials list with the names of manufacturers, model numbers, and technical information on all items proposed; b. product technical information sheets for each principal component in the proposed system and subsystem, including cable, conduit, wire and wire marking devices; and, c. a statement listing every technical and operations parameter wherein the submitted equipment varies from that which was originally specified. If the contractor fails to list a particular variance and his submittal is accepted, but it is subsequently deemed to be unsatisfactory because of an unlisted variance, the contractor must replace or modify such equipment at once and without cost to the DEA. 1.09 LICENSES AND PERMITS: The contractor shall at the time of the proposals be fully licensed to perform all specific tasks by the local authority at the job location. The licensing may include but not be limited to a valid state Electrical Contractor, Low Voltage System Contractor, Alarm Operator and local business license. 1.10 WARRANTIES: The contractor shall guarantee all equipment and systems for a period of one-year commencing with the installation and successful operation of all systems. The warranty shall cover all costs for the warranty service, including parts, labor, field service, pickup, transportation, delivery, and reinstallation and retesting. Requests for non-emergency service placed by DEA during the warranty period by 10:00AM Monday through Friday shall be responded to before 5:00PM that day. Non-emergency items are those that do not secure the perimeter or high security areas. Emergency Service Requests during the warranty period will be met within a two (2) hour reporting window. If the criteria for an emergency is not met (failure of a perimeter or high security room securing device) the billing will go to the DEA. SECTION II - GENERAL SYSTEM SPECIFICATIONS - 2.01 SCOPE: The selected contractor shall install and make operational a fully functional security system that will incorporate Closed Circuit Television (CCTV), Intrusion Detection System (IDS) and Proximity Access Control. The security system must have the ability to be remotely accessed by other field locations through either a network or another form of communication. The system shall be UL rated. The IDS and Access Control shall report to a Federal Protective Service Mega Center for monitoring. Installation of cabling equipment, testing, training, and complete compliance with the Mega Center associated with the security system is included. 2.02 DESCRIPTION OF SYSTEM: The video surveillance system shall be equipped with Pan Tilt Zoom (PTZ) and fixed color CCTV camera's. The access control system will be a Windows based, G.E. WNX Facility Commander 7.0 or comparable operating/software system. It is requested that the currently installed Casi-Rusco proximity card readers be used if possible to release electronic door locks, strikes or magnetic locks. Triple biased magnetic door contacts (BMS) will be utilized on secure room and perimeter doors. Recessed door contacts will be used on other interior doors as deemed necessary. The contacts will be tied to the IDS keypad for control. The system will have the capability to be accessed remotely through network or T1 means. A positive disconnect must be enabled whenever the system is not used by an authorized user. The IDS will be comprised of a multizone panel equipped with keypads in the secure areas as designated by the DEA. Each user will have a separate code. The IDS will by monitored by the Federal Protective Service Mega center. The selected contractor will specifically assure that the IDS complies with all requirements of the Federal Protective Service Mega center for monitoring purposes. SECTION III - SYSTEM COMPONENTS - 3.01 GENERAL: All devices, wire and equipment shall by listed by the Underwriters Laboratory or be Factory Mutual approved and will be installed in full accordance with UL and manufacturer's installation guides and requirements. 3.02 CLOSED CURCUIT TELEVISION: A. The interior CCTV system will utilize four (4) Pelco fixed dome camera's model #ICS110CDV39A and eight (8) Pelco fixed ceiling mounted dome camera's model #ICS150CDV39A or comparable make/model. Comparable make/model will be comprised of 1/3" format color cameras with auto iris lenses. These comparable cameras will be 24 VAC with back light compensation, automatic shutter with selectable limit, fixed or automatic white balance and double insulation. The resolution shall be 330 TVL or better. The video requirements shall have usable video at 3 lux (.3 fc) of light or less. All lenses for fixed cameras shall have varifocal lenses and all settings shall be inspected, approved, and signed off by the DEA representative. The housings in the interior of the facility shall be ceiling type housings, which match the general design of the building. All housings will entirely enclose wiring and cameras and shall be tamper proof. The aforementioned camera's will be replacements for the currently installed equipment. B. The exterior CCTV system will utilize four (4) Pelco PTZ camera's model #SD418PG-E1 or comparable make/model. The comparable make/model will be comprised of 1/3" 380 TVL day/night color cameras with auto iris lenses. In addition the system will also utilize two (2) fixed Pelco 1/3" 380 TVL day/night color camera's or comparable make/model. The contractor based on the site visit shall propose the lenses. The exterior cameras may be either dome or other environmental housing which suits the general appearance of the facility. The aforementioned camera's will be replacements for the currently installed equipment. C. Video motion detection will be required in all monitored locations. Such requirements will be specified by DEA. D. Two (2) monitors are required and shall be 20" color monitors with the capability to support the resolution from the cameras which equates to 400 TVL or better. E. All power requirements for the equipment shall be coordinated with DEA. F. The recording device will be two (2) Pelco model #DX81116-1000A Digital Video Recorder's (DVR) or comparable make/model with the ability to record any or all of the eighteen (18) cameras in the building. The DVR's will record activity for a minimum of a thirty day period or more. The DVR?s will be located in a secured area, with a remote viewing /PTZ camera operation location for the building security officer. G. It is requested that the selected contractor utilize currently installed wiring if possible in section 3.02. 3.03 INTRUSION DETECTION SYSTEMS: A. DEA will design the intrusion detection system (IDS) to be installed to protect DEA facilities. B. IDS installed to protect DEA facilities will meet the requirements of Interim Federal Specifications W-A-00450B (GSA/FFS). These requirements will be cited on all contracts and purchase orders. All components comprising the IDS will comply with applicable Underwriters Laboratories (UL) Standards (UL 611, 681, 1076 and 2050 apply. C. The transmission link between the Federal Protective Service Mega Center monitoring station and the protected facility will be electronically supervised. Additionally the supervisory loop among alarm sensors and the Premise Control Unit (PCU) will be supervised. This line supervision refers to systems in which the transmission is based on pseudo-random generated tones or digital encoding using an interrogation and response polling scheme throughout the entire communications, or UL Class AA line supervisions (UL Standard 611). The signal shall not repeat itself within a minimum six-month period. This line supervision shall be impervious to compromise using impedance matching resistance or potential (voltage) current substitution, signal substitution techniques or any single compromise attempt. This requires that more than one (1) form of line supervision is provided (UL) Standard 611 (Grade AA Service). D. All alarm sensors and panels will be equipped with tamper switches to advice of unauthorized entry or manipulation. E. UL approved Premise Control Units (PCU) alarm processor will be a DMP control panel model #XR-500EA-G or comparable model that will monitor approximately seventy (70) separate areas and be compatible with off site monitoring by the Federal Protective Service Megacenter. The PCU alarm processors associated with DEA intrusion detection systems will be furnished with an emergency power supply. Emergency Power must comply with UL 603 and will be a rechargeable battery and/or generator capable of sustaining systems operation for a minimum of 24 hours in the event of a commercial power outage. When batteries are used for emergency power, they will be maintained at full charge by automatic charging circuits. Switchover from line to battery power will be automatic and instantaneous. A conspicuously visible indicator on the control unit will be actuated to signal a change in state and the consequent mode of operation. This system will be equipped with a cellular back-up for communication with the Federal Protective Service Mega Center. TeleGuard fees will be paid for by DEA. F. Twelve (12) DMP brand or comparable model/make shunt (access/secure) keypads associated with DEA multi-zoned systems will be installed within the perimeter of the protected zones. The keypads will provide an alarm delay of sufficient duration to permit legitimate access and egress by authorized personnel. G. Intrusion detection systems installed within DEA facilities will provide the following protection: 1. Eight (8) triple biased balanced magnetic contacts and accompanying mounting hardware will be installed on all perimeter doors and secure rooms as designated by DEA representatives; 2. Thirty-two (32), passive infrared (PIR) motion detectors and accompanying mounting brackets/hardware will be installed within the secure areas; 3. Twenty-five (25) glass breakage detectors and accompanying mounting brackets/hardware; 4. Eight (8) glass breakage shock sensors; 5. Two (2) duress, hold up type alarms will provide both local signaling (strobe lights strategically placed within the office space) and remote annunciation within the central station monitoring the system. Local signaling will be neither audible nor visible from the "SECURE ENTRANCE/RECEPTION AREA"; 6. The placement of intrusion detection system motion sensors will be determined through an on-site inspection of the facility by representatives of the DEA; and, 7. It is requested that the contractor utilize the currently installed wiring if possible for the aforementioned equipment in section 3.03, and fully assist DEA in assuring monitoring compliance with the Federal Protective Service Mega Center. 3.04 ACCESS CONTROL SYSTEM: A. The Access Control System will be GE WNX Facility Commander 7.0 or comparable operating software that will run a network of approximately fifty (50) proximity card readers. This system will consist of a server CPU with a client CPU that will include a proximity card badging/photo station and photo identification (ID) system. It should be noted that the bid should specifically include all necessary board/micro upgrades, software licenses, photo badging license, server and separate client/work station which will have the ability to integrate the photo identification (ID) system and integrate into the intrusion and CCTV system. Proximity ID access cards will be used to actuate the door release function. This system must have the ability to operate on a LAN/WAN or with a simple dialup modem. B. The system will require the ability to support elevator controls. All alarms generated shall go directly to the PC for evaluation. A screen with the information and appropriate evaluation and response criteria shall be illustrated at that time to assist with the incident. C. Overrides for programming temporary schedule changes and holidays must be available. This override capability must include all inputs, outputs and any groups that are in the system. This may include time and expiration dates. D. There shall be battery power back up for the system for a minimum of 24 hours. This system shall have the ability to operate without the PC if a problem occurs. Information will be loaded into a buffer until it can be displayed or enacted. E. The system must have instant response to card read or keypad entry regardless of system size. F. The processing power shall be distributed throughout the system to intelligent controllers. The processing must occur at each controller to provide a much more secure system. G. The receptionist's area will normally have a video aiphone, which will allow remote release of the secure entry door. H. All doors with proximity readers shall have PIR release devices (REX) to shunt the access system upon openings. I. Add three (3) additional proximity key card readers/accompanying wiring hardware in various locations throughout the building. J. Add three (3) additional door set-ups with accompanying electrified door hardware/wiring, and repair one (1) other. K. It is requested that the contractor utilize the currently installed wiring if possible for the aforementioned equipment in section 3.04.
 
Place of Performance
Address: 1340 W. Sixth Street, Los Angeles, CA
Zip Code: 90017
 
Record
SN01547022-W 20080405/080404000501-534bfa9094ec95726366acc17199bb71 (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.