Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

Z -- F&I INTRUSION DETECTION SYSTEM

Notice Date
12/30/2008
 
Notice Type
Presolicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Charleston Field Office (3PKFC), 300 Virginia Street, East, Room 1620, Charleston, West Virginia, 25301
 
ZIP Code
25301
 
Solicitation Number
GS-03P-09-QN-C-0051
 
Archive Date
2/5/2009
 
Point of Contact
Katie J. Thomas,, Phone: 304/347-5155
 
E-Mail Address
katie.thomas@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
1- Quote a price for the installation of a new intrusion detection system (IDS) as specified herein at the following location: United States Federal Courthouse 180 West main Street Abingdon, Virginia 24210 Quoted price $ 2- The brand name description that identifies Honeywell, Sentrol and C&K Systems equipment is included herein. The specifications give the essential physical characteristics and functions required to meet the Government's minimum needs. For the Toshiba CCTV System/s equipment only that manufacture will be accepted, contractor shall not substitute with any other manufacture, all other equipment may be of an equal/equivalent. This package provides information for the installation of the project and is also referred to as the Statement Of Work or Scope Of Work (SOW), hence the term Bid Sheet and or SOW provide information for both bidding and the installation of the project. This Bid Sheet is a performance written specification, not a specific. Bidders shall be a qualified authorized dealer / installer of the above identified equipment and if a product / manufacture requires the contractor to be an authorized / certified installer then it shall be the contractor’s responsibility to fulfill the requirement/s. The security installer that has been assigned (on site installer) to this project shall have this Bid Package with the Detailed Work Items starting on page 11 or final Government approved Work Description, this also applies to the prints. If a pre bid inspection is requested (Highly Recommend) contact the below Government Representative, contractors will be given the opportunity to inspect the work site and have any questions answered at that time. Any questions regarding pre bid inspection should be addressed to the following, at. Bids shall be due by. 4. Project Summary: New IDS: Alarm Control Panel. Attack Resistant Enclosure/s. Eight Point Zone Expander/s. Alarm Keypad/s. Glass Break Detection. Motion Detection (Optional). Biased Magnetic Door Contacts. Biased Magnetic Overhead Door Contacts (If Needed). Window Contact/s With Second Magnet (If Required). Exterior Key Pin Pad For Selected Door Alarm Shunting. Egress Delay Shunt PIR For Selected Door/s. Telephone Line And All Power Connections (Can Use Existing Line). Tamper Switches All Panels. Power Supplies With Dual Battery Back-Up. All New Plenum Wire/Cabling. Conduit Wiremold And Misc Material Where Required. All Programming / Training / Testing To Provide A Turn Key System. END OF SECTION SECURITY SYSTEMS 1- GENERAL 1-1 This specification provides for the installation of a new intrusion detection system (IDS) as specified herein at the following location: United States Federal Courthouse 180 West main Street Abingdon, Virginia 24210 The contract shall include all labor, materials, accessories, and miscellaneous items necessary for the removal and installation of a complete operational alarm security system even though each item is not specifically mentioned or described. The Contractor shall perform all work items indicated in these specifications and indicated on contract drawings. The Contractor shall be responsible for installing any Government furnished equipment if specified herein. 1-2 All work shall be performed by skilled personnel directly employed and supervised by the Contractor. The Contractor shall utilize no foreign nationals or non United States citizens in the installation of this security system. 2-GENERAL SECURITY REQUIREMENTS 2-1GSAR 552.237.71 Qualifications of Employees (APR 1984): The contracting Officer may require dismissal from the work of employees which he deems incompetent, careless, insubordinate, unsuitable or otherwise objectionable, or whose continued employment he deems contrary to the public interest or inconsistent with the best interests of national security. The Contractor shall fill out and cause each of his employees on the contract work to fill out, for submission to the Government, such forms as may be necessary for security or other reasons. 2-2Upon request from the Contracting Officer, the contractor and/or his employees shall be fingerprinted. 2-3Each employee of the Contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card, Form I 151, or, who presents other evidence from the Immigration and Naturalization Service that employment will not affect his immigration status. The Contractor shall utilize no foreign nationals or non United States citizens in the performance of work under this contract. 2-4All employees of the Contractor shall be subject to a clearance procedure prior to performing work under this contract. The Contractor shall as a minimum submit to the Contracting Officer's Representative, within five (5) days before the starting date of the contract. 2-5The name, social security number, and date of birth for those officers of the firm and for all employees who will have access to the work site during the period of the contract and for all employees who will have access to the building in performance of contract work. The Government may require other information. 2-6If the Contracting Officer or his representative receives an unsuitable report on any employee, or if the Contracting Officer's Representative finds a prospective employee to be unsuitable or unfit for his assigned duties, the Contractor shall be advised immediately that such employee will not be allowed to work or be assigned to work under the contract. The Government shall have and exercise full and complete control over granting, denying, withholding or terminating clearances for contract employees. The Government may, as it deems appropriate, authorize and grant temporary clearance to employees of the Contractor. However, the granting of a temporary clearance to any such employee shall not be considered as assurance that full clearance will follow as result or condition thereof, and the granting of either temporary of full clearance shall in no way prevent, preclude or bar the withdrawal or termination of any such clearance by the Government. 2-5Each employee of the Contractor must have in his possession while on the premises a Government Identification (GSA Form 15 or a similar identification issued by another Government agency). The Contractor shall insure that all Government identifications are returned to the issuing agency when employees are terminated or upon expiration of the contract. 2-6Standards of Conduct: The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to his employees as may be necessary. The Contractor is also responsible for ensuring that his employees do not disturb papers on desks, open desk drawers or cabinets, or use Government telephones, except as authorized. Each employee is expected to adhere to standards of behavior that reflect credit on him/her self, his/her employer, and the Federal Government. 2-7 Removal From Contract Work: The Contracting Officer or his representative may request the Contractor to immediately remove any employee(s) from the work site(s) should it be determined that individuals are being assigned to duty who have been disqualified for either clearance or security reasons, or who are found to be unfit to perform at the Government facility. The Contractor must comply with any removal request. For clarification, a determination to remove an employee will be made from, but not limited to, the following: A. Failure to receive a clearance from GSA or a tenant agency. B. Violation of the Rules and Regulations Governing Public Buildings and Grounds, 41 CFR 101 20.3. C.Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records. D.Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting. Also participation in disruptive activities which interfere with the normal efficient operations of the Government. E. Theft, vandalism, immoral conduct, or any other criminal actions. F. Selling, consuming, or being under the influence of intoxicants, drugs, or substances which produce similar effects. G. Improper use of Government identification. H. Violation of security procedures or regulations. The Contracting Officer or his designated representative will make all determinations regarding the removal of any employee(s) from work site(s). In the event of a dispute, the Contracting Officer will make the final determination. Specific reasons for removal of an employee(s) will be provided to the contractor in writing. 3- INSTALLATION COMPLETION TIME 3-1 Time for completion of all installation work shall be thirty (30) calendar days from receipt of the notice to proceed. 4- COMPETENCY QUALIFICATIONS 4-1 All Contractors must meet competency qualifications as specified herein in order to qualify for performance under this contract. The Contractor shall have had at least three years successful experience in installing, servicing, and maintaining security systems. The Contractor shall be a firm or firms currently and regularly engaged, full time, in the service and maintenance of these security systems. 4-2 The Contractor shall utilize a qualified security system technician to supervise all installation, service, maintenance work, perform all adjustments of the systems equipment, and perform all testing of the systems and electronics equipment. 4-3 In addition the Contractor shall have installed (within the past three years), serviced, and maintained security systems which are comparable to those that are to be installed, serviced, or maintained under this contract. Also for which the Contractor performed satisfactory service for a period of not less than one year. To be considered comparable, prior security systems shall not have had less than the same number of devices operating together in one group as the largest number in any group specified for this project. Any grouping, in a prior security system, that is equal to four (4) will be considered equal to any grouping of that device that is equal to or greater than four (4) as called for in this project. 4-4 In order for the Government to verify that they meet the competency requirements of this specification, Contractors must submit the following information with their bid: (a)A complete list of security systems that are comparable to the one specified under this contract which were installed, serviced, and maintained, within the last three (3) years, using the date of this solicitation package as the date of reference (ex; August 3, 2000 back to August 3, 1998). Each system listed shall include the firm or owner, location, person to contact (telephone number), date of installation and service period, a brief description of the system and work performed on the systems. (b) Proof that the contractor is a firm/s which currently and regularly installs, services and maintains security systems as a full time business. (c)The names and qualifications of security system technicians that shall supervise the work, and perform tests or adjustments on the systems and equipment. Qualifications shall include schooling, training, and history of work experience. 4-5 If needed the Contractor shall submit any other information, prior to award of this contract, required by the Government to determine the competency of the Contractor. 4-6 Bids shall be considered non responsive and rejected if the Contractor is determined to be non responsible by failing to meet the minimum competency requirements specified in this paragraph (4-3, 4-4), has established a record of either unsatisfactory installation, service or maintenance of contracts awarded to him. 5- SUBMITTALS 5-1 The Contractor shall submit catalog data for approval, on all contractor furnished equipment, to the Contracting Officer's Representative within five (5) calendar days after award of this contract. Failure by the Contractor to comply with this requirement and to obtain approval of equipment prior to installation shall bind the contractor to selection of the equipment by the Government. Selection by the Government shall be final and the material selected shall be used in the work at no additional cost to the Government. 5-2 Along with equipment submittals, the Contractor shall submit evidence that there is an experienced and efficient service organization within one hundred (100) miles or within a four (4) hour respond time of the system location. This is to provide the agency with maintenance and emergency service as specified herein, along with name address and telephone number. 6- GOVERNMENT FURNISHED EQUIPMENT 6-1 The Government may furnish equipment and devices for installation under this contract as indicated herein. 6-2 The Contractor or his representative will be required to sign an itemized equipment receipt for Government furnished equipment. After receipt, the Contractor will then be held responsible and liable for the loss or damage to the equipment until the job is completed and accepted by the Government. 6-3 Any Government furnished equipment and or devices that are not installed for any reason shall be returned to the Contracting Officer's Representative. 7- OWNERSHIP OF EQUIPMENT 7-1 After job completion and acceptance by the Government all materials furnished by the Contractor shall become the sole property of the Government. 8- AUTHORIZES CHANGES IN CONTRACT WORK REQUIREMENTS 8-1 The Contractor shall note that no changes in the work requirements or scope of work under this contract shall be made by the Contractor without a written modification to the contract approved by the Contracting Officer, except at the Contractor's own risk. The Contractor shall not accept any changes from the using agency personnel. Any requests for changed work should be addressed to the Contracting Officer or the Contracting Officer's Representative. 8-2 All work must be completed within thirty (30) calendar days after notice to proceed. Request for extension must be in writing to the Contracting Officer and shall state additional time required and justification. Only the Contracting Officer is allowed to issue a written extension to the contract. In case of failure on the part of the contractor to complete the work within the time fixed in the contract or any extension thereof the contractor shall pay the Government as fixed and agreed the liquidated damages pursuant to the clause of this contract entitled "FAR 52.212-5 Liquidated Damages - Construction (April 1984)" the sum of $125.00 for each calendar day of delay. 9- INSPECTIONS 9-1 The Government during any phase of the installation work may conduct progress inspections. Any aspect of the work, the performance of the system, or any part of the installation may be inspected. 9-2 The Contractor shall notify the Contracting Officer's Representative when the installation work is complete and while the Contractor is still on site. At the time of notification of work completion, the Contractor shall schedule a final inspection with the Contracting Officer's Representative. The Contractor shall be required to be on site during the final inspection. During the final inspection, the Contractor shall demonstrate to the Contracting Officer's Representative complete performance of the total system as a whole and the performance of each separate device, control panel, switch, and all other security equipment and material required by the contract. All security devices/equipment shall have been tested prior to the final inspection, this means all alarm points shall be working and reporting to the assigned destination (i.e. local or alarm monitoring station), this also applies to any other security related items. 10- ACCEPTANCE OF THE INSTALLATION 10-1 Acceptance of the installation by the Government will be given only after satisfactory completion of all work in accordance with the specifications, satisfactory demonstration of the performance of the total system and devices. Completion of the specified training, and receipt by the Government of all required documents and as built drawings. 11- WARRANTY OF WORK AND EQUIPMENT 11-1 All work performed by the Contractor under this contract shall be warranted by the Contractor for a period of one (1) year after final acceptance of all security systems work. The Contractor shall be responsible for corrections due to work performed by him/her for the one (1) year period at no additional cost to the Government. 11-2 All Contractor furnished and installed materials and equipment under this contract shall be warranted by the Contractor for a period of one (1) year after final acceptance of all security systems work. Should any of the materials or equipment fail or malfunction under normal usage during the year, the Contractor shall be responsible for repairing or replacing the defective item at no additional cost to the Government. The Contractor shall not be liable for failures or malfunctions caused by an act of God or as a result of damages or malfunctions not occasioned by normal use. 11-3 If a Government furnished, Contractor installed, item fails or malfunctions under normal usage during the year, the Government shall be responsible for repairing or replacing the defective item. However, if a Government furnished, Contractor installed, item fails or malfunctions due to the Contractors installation or work, the Contractor shall be responsible for repairing or replacing the defective item at no additional cost to the Government. 11-4 The security contractor is responsible for supplying an entire system that is year 2000 (two thousand) and above compatible outlined and/or pertaining to this scope of work. 12- INFORMATION AND CONTACTS 12-1 The Contractor shall maintain close contact with the Contracting Officer's Representative throughout the term of this contract and especially during the performance of any work under this contract. 12-2 Any questions concerning the installation or the system should be addressed to the following: ANDREW V. TRACEY Inspector (3PSO-S) CONTRACTING OFFICER'S REPRESENTATIVE DEPARTMENT OF HOMELAND SECURITY (DHS) FEDERAL PROTECTIVE SERVICE (FPS) P. O. BOX 47056 BALTIMORE, MD 21244 Voice:410 965 7263 Fax:410-966-1124 END OF SECTION SECURITY SYSTEMS INSTALLATION REQUIREMENTS 1- GENERAL 1-1 The work to be done hereunder includes the furnishing of all labor, supervision, and equipment (except any specified government furnished equipment) for the performance of the installation work specified by this contract and any associated work required as necessary for the completion of the installation hereinafter specified and as may be required, at the location specified. 1-2 The Contractor shall furnish all incidental materials, such as conduit, wiremold, wiring, mounting hardware, etc. which are necessary to complete the installation of the equipment and system. All materials and workmanship provided by the Contractor shall be in accordance with the best practice of the state of the art of the security system installation trade and shall meet all Underwriter's Laboratory (UL) Standards for Safety including UL 681 and UL 611, National Fire Protection Association requirements, National Electrical Code, Americans with Disabilities Act (ADA), and applicable state and local codes. The installation shall be suitable in every respect for satisfactory operation. 1-3 It shall be the Contractor's responsibility to see that the equipment (including Government furnished equipment) is installed to manufacturer's specifications and that the correct power is supplied to each different type of equipment. In the event that Government furnished equipment is damaged by the Contractor's employees, the Government reserves the right to replace such equipment and deduct the appropriate amount from the contract cost. 1-4 It shall be the Contractor's responsibility to obtain all necessary equipment manufacturer's installation specifications and drawings (including those for government furnished equipment) to complete all installations and contract work. The Government will not furnish any manufacturer's information except that which is included in the contract documents. 1-5 The Contractor shall verify all site conditions before starting any portion of the work under this contract. Any problems should be reported immediately to the Contracting Officer's Representative. 1-6 The Contractor shall note that locations of all related security items as indicated on prints (if supplied) are the preferred areas of placement. However, the Contractor shall be responsible for the final location of each security device for optimal coverage and stability. 1-7 Minor deviations (relocation’s) in installed mounting locations for minor items, such as duress buttons, doorbell annunciators, door release buttons, switches, etc., may be required prior to final acceptance when site conditions affect the equipment’s operation, performance, or purpose. Relocation’s required will require only minimal work and/or materials and will be made without additional cost to the Government. 1-8 The Contractor shall install cover operated tamper switches in each enclosure, cabinet, housing, junction, etc. to actuate an alarm signal before access to equipment within the enclosure is gained. Tamper switch mounting hardware shall be concealed so that the location of the switch cannot be visually detected from the exterior of the enclosure. 1-9 The Contractor shall furnish two keys for each lock on equipment or for each key switch. The Contractor shall exercise every precaution to protect the security of these keys. Upon completion of the work, the keys shall be properly identified and tagged and delivered to the Contracting Officer's representative. 1-10 The Contractor shall be responsible for all programming (and if needed will supply the programming equipment) of any and all security system/s to provide a complete operational and monitoring system as specified. 1-11 The Contractor shall furnish to the Government four copies of as installed drawings and one copy on Auto Cad (format level 12, 13 or 14 or higher) of the security system upon completion of the work. The Contractor shall prepare new floor plan drawings (using the wall and partition layout as shown on the drawings furnished under this contract) to indicate the as built conditions of the system as actually installed, including any modifications approved during the course of the contract or any existing conditions not shown on the contract drawings. The drawings will consist of a detailed wiring diagram of the installed system to include circuit breaker number and panel location. 1-12 The Contractor shall furnish to the Government four copies of a "Systems Manual" upon completion of the work. The "Systems Manual" shall contain all necessary information to enable untrained personnel to operate the system, to drawings, schematics, etc. of the system and equipment. The manuals shall be contained in individual covers with the required information divided into sections. 1-13 The Contractor shall furnish to the Governments personnel, who are to have charge of the system, a minimum of four (4) hours of training on the operation and testing of the system. The training shall be provided by competent instructors on the care, operation, and testing of all parts of the system before final payment will be processed. Competent instructors shall be thoroughly familiar with all parts of the installation and shall be versed in the operating theory as well as practical operation and maintenance work. 1-14 Remove and dispose of all debris and dirt as it accumulates. The contractor, upon completion of each days' work, shall clean, remove and properly dispose of the resultant dirt and debris, and upon completion of work, all equipment and unused materials shall be properly stored or removed from the work site at the end of each work shift. Unless otherwise specified, all materials removed shall become the property of the contractor and shall be removed from the job site. 1-15 All work or materials of every description subject to injury/damage during the course of the work shall be fully protected from damage from any source. In any event, should any work or materials under this contract become damaged, in any way or manner, the contractor shall repair and make perfect the damaged material and/or work at his own expense. END OF SECTION 2- DETAILED WORK ITEMS********************************************************** THE SECURITY CONTRACTOR SHALL BE REQUIRED TO CONSULT WITH THE ON SITE DESIGNATED GSA GOVERNMENT REPRESENTATIVE ASSIGNED TO THIS PROJECT BEFORE PERFORMING ANY TYPE OF DRILLING, CABLING ROUTING, ETC. IT IS REQUIRED THAT THE SECURITY CONTRACTOR PRESENT THE GSA GOVERNMENT REPRESENTATIVE IN ADVANCED NOTICE A WEEKLY PLAN AND APPROACH OF THE WORK TO BE PERFORMED FOR APPROVAL FIRST. SECURITY TO FURNISH AND INSTALL A NEW INTRUSION DETECTION SYSTEM CONSISTING OF NEW CABLING. THE SECURITY CONTRACTOR SHALL BE RESPONSIBLE OR PERFORM ALL LOW VOLTAGE WIRE CONNECTION TO 120 VOLT FOR THIS PROJECT. ALL SECURITY EQUIPMENT LOCATIONS REFERRED TO IN THIS SCOPE OF WORK AND PRINT’S (IF PROVIDED, PRINT WILL BE PROVIDE AT PRE_BID FOR REVIEW ONLY) ARE ONLY APPROXIMATE. THE SECURITY CONTRACTOR-INSTALLER IS / ARE RESPONSIBLE FOR THE EXACT LOCATION OF ALL SECURITY EQUIPMENT FOR OPTIMUM PERFORMANCE. THE SECURITY CONTRACTOR WILL BE RESPONSIBLE FOR ALL PROGRAMMING OF THE ENTIRE SECURITY SYSTEM AND ANY OR ALL EQUIPMENT REQUIRED TO PROGRAM THE SYSTEM SHALL BE THE RESPONSIBILITY OF THE SECURITY CONTRACTOR. THE SECURITY CONTRACTOR SHALL SUPPLY A COMPLETE WORKING TURNKEY SYSTEM. FOR THE ADEMCO ALARM SYSTEM EQUIPMENT ONLY AN RADIONICS EQUIVALENT CAN BE SUBSTITUTED THE SECURITY CONTRACTOR SHALL OFFER NO OTHER SUBSTITUTES. THIS IS THE DHS/FPS MEGA CENTER’S REQUIREMENTS. FOR ALL OTHER EQUIPMENT SECURITY CONTRACTOR MAY SUBSTITUTE WITH AN EQUAL/EQUIVALENT MANUFACTURER CONTRACTOR MUST PROVIDE SIDE-BY-SIDE SPECIFICATION SHEETS FOR COMPARISON AND REVIEW FOR APPROVAL. MAKE ALL CONNECTIONS AS PER MANUFACTURER'S SPECIFICATIONS. 2-1.1 Security contractor to supply and install an alarm control panel with attack resistant enclosure and power supply (Ademco Model Vista-250FBP), with dual 17.2 amp hour batteries (Yuasa Model YA-NP1812B or equivalent), utilizing a dual battery harness (NAPCO Model RBAT-H1 or equivalent). Security contractor may need to supply an additional attack resistant enclosure for the batteries. System to be configured for a minimum of one hundred and twenty eight (128) hardwire alarm input points, each field device shall be zoned individually, even double doors, panel tampers, glass break, motion detection, etc. Each hardwire security device shall be connected directly from that device location to the security alarm panel (homerun cable). Exact location of panel will be determined at the pre-bid inspection. For additional zone points, eight (8) point zone expanders are to be used, Ademco Model 4208U, to provide the minimum one hundred and twenty eight (128) hardwire input point requirement, fifteen (15) zone expanders are needed. For the required auxiliary power, security contractor has the option of providing either a single or several individual auxiliary power supply/battery back-up for the glass break detection and or zone expanders, etc, and or other devices. For battery backup, same as the control panel, minimum of dual 17.2 amp hour batteries (Yuasa Model YA-NP1812B or equivalent), utilizing a dual battery harness (NAPCO Model RBAT-H1 or equivalent) per auxiliary power supply in a attack resistant enclosure. Security contractor will be responsible for calculating/determining the correct power supply (amp/watt draw) for the amount of devices connected to it. This power supply must also provide a minimum of 24hour battery back-up. Exact panel location/s will be determined at the pre-bid inspection. Security contractor is responsible for obtaining power locally for the control panel and any other required panels and making all connections to the 120 volt, contractor shall provide surge protector for the 120 volt to low voltage power supply (Ditek DTK-120HW or equivalent). All cables within this room and connections between panels shall not be exposed, either concealed in the wall/s and any connections between panels in conduit or other metallic enclosure / protective covering, this shall also apply to all security equipment/devices listed in this scope of work, to include all below locations. This system shall report to the DHS/FPS Law Enforcement Regional Control Center (RCC) in Philadelphia, PA 1-877-437-7411. Note: As of this writing the Government agency will supply one dedicated phone line (line form existing IDS) for the reporting of the alarm system to the RCC, contractor shall provide surge protection for this phone line (Ditek MRJ31XSCP-RUV or equivalent). If agency supplies or requires dual phone line (hardwire, cell, etc.) the security contractor is responsible for supplying protection for that phone line. 2-1.2 System shall consist of three interior alarm keypads (Ademco Alpha-Numeric Custom English keypad 6160). It shall be for arming/disarming of the intrusion detection alarm system for this space at the following location/s: 1. First floor USMS security room. 2. First floor rear employee double entrance door. 3. First floor rear secondary single door. 2-1.3 During this writing all exterior and one single interior door location will have door contacts installed on them, a total of eleven alarm contacts. If additional doors are identified during the pre-bid inspectionsecurity contractor to address. For revolving or sliding doors (if applicable), the contacts listed may not be applicable and a alternate contact may be required, security contractor to first submit optional contacts for approval by FPS. For the standard building door contacts, surface mounted high security biased magnetic door contacts (Sentrol (GE) Model No. 1087TH or equivalent), if applicable for overhead door (OHD), two contacts per door, (Sentrol (GE) Model No. 2207 series or equivalent). At the following locations: Exterior Locations: 1. First floor front visitor sliding double door, right side. 2. First floor front visitor sliding double door, left side. 3. First floor rear employee double entrance door, right side. 4. First floor rear employee double entrance door, left side. 5. First floor rear employee secondary single door (S.E.). 6. First floor side emergency exit single door (N.E.). 7. Basement level employee double entrance door, right side. 8. Basement level employee double entrance door, left side. 9. Basement level boiler room double door, right side. 10. Basement level boiler room double door, left side. Interior Locations: 11. First floor boiler room single door. 2-1.4 Glass Break: A total of forty-five (45) perimeter glass window and door areas were identified (not a total glass count)as needing glass break detection, if additional areas are identified during the pre-bid walk-off, then security contractor to address. Glass break detector (Honeywell FG-1615 / FG-1625 or equivalent), at the following locations: 1. Exact areas to be protected by glass break detection will be determined during the pre-bid walk off, and consist of windows, doors, or any other points of entry. Minimum area to be protected is the basement and first floor of the building to include windows, doors, and panes, unless noted otherwise that an area higher or lower then the basement and first floor can be accessed, then this area will need to be protected. Note: It is requested that the security contractor determine if the specified glass break detection is acceptable for the Boiler room’s mechanical environment, (noise, vibration, etc). If not applicable a alternate device may be required, such as motion detection, vibration detector, etc security contractor to first submit optional contacts for approval by FPS. This may also apply to other areas of the building if determine by the security contractor. Glass break detection was chosen because of this building being a 24/7 site and alarm system armed for after hours, preventing false alarms. If it is determined that motion detection can be used in place of some glass breaks, then a dual tech type unit may be used (C&K DT660STC or equal/equivalent). 2-1.5 A count of fifty-two (52) windows were identified, if additional windows are identified during the pre-bid walk-off, then security contractor to address. If windows are functional, due to the climate environment, open and close, both top and bottom then these windows need to be protected, such as window contacts (Sentrol #1032 or equal/equivalent), top and bottom, this will be determined during the pre-bid inspection. A second window magnet (Sentrol #1937 or equal/equivalent) may be requested so that this window can be opened and keeping the alarm system armed. A specialty alarm contact (GRI # VS-06 or equal/equivalent) may be requested, this would allow window venting of four to six inches before breaking contact and creating an alarm, this would be the preferred method, being that the alarm system would not have to be armed / disarmed could open and close the window with the alarm system armed. If this specialty contact is selected the security contractor will be required to install stop blocks to prevent the window from opening beyond the six inch range and prevent someone from attempting to enter through the window opening. 2-1.6 Three (3) door (alarm contact) and electronic access locations will need to be interfaced for delay shunting of the alarm contact during after hour use, this will prevent false alarms. Security contactor to provide and install a standalone (door) pin keypad (IEI –212ILW or equal/equivalent) with a fail secure electric strike (Von Duprin 6000 series or equal/equivalent) to provide this delay shunt when entering the building. Tamper screws/hardware to be used to prevent tamping of the keypad. For delay shunting when exiting, install a request to exit PIR motion detector (Bosh #DS-DS150i equal/equivalent). Locations as follow: 1. First floor rear employee double entrance door. 2. First floor rear secondary single door. 3. Basement level rear employee double entrance door. Note: For electric strike locations it shall be the responsibility of the security contractor to provide an assured fit of the electric strike and door hardware to provide no possible means of defeating the security and integrity of the door. Security contractor may determine that a type of protective cover or pick plate designed for electric strike’s may be required to prevent tamping of the electric strike. If the security contractor determines that each door will require protection for the electric strike then the security contractor shall be responsible to supply and install one. 4-1 Vendor shall provide a detailed line item unit price sheet for all equipment and related items pertaining to the installation required on this project. Contractor to submit a detailed break down of each unit, price per item and an hourly rate for installation of that unit, for cable/wire contractor to price per one-hundred feet. **PRE-BID MEETING WILL BE HELD ON THURSDAY, FEBRUARY 5, 2009 AT 10:00 A.M. **ALL BIDS WILL BE DUE BACK NO LATER THAN MONDAY, FEBRUARY 23, 2009 AT 2:00 P.M. Contacts: 1. GSA Point Of Contact is Jim Wilson: 540-857-2174 (Roanoke, VA). 2. FPS Point Of Contact is Chris Moore: 540-857-2606 (Roanoke, VA). 3. FPS Point Of Contact Is Andrew Tracey 410-965-7263. (Baltimore, MD) END OF SECTION
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b60d08a2cec8585839a56321ed348730&tab=core&_cview=1)
 
Place of Performance
Address: ABINGDON FEDERAL BUILDING, 180 WEST MAIN STREET, ABINGDON, Virginia, 24210, United States
Zip Code: 24210
 
Record
SN01725164-W 20090101/081230214447-b60d08a2cec8585839a56321ed348730 (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.