SOLICITATION NOTICE
Z -- RECOVERY--Z--RECOVERY - N.F.S.S., Lewiston, NY (Survey, Design, Install and Test Electronic Security System at Niagara Falls Storage Site, Lewiston, NY)
- Notice Date
- 9/11/2009
- Notice Type
- Presolicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-09-N-0201
- Response Due
- 9/28/2009
- Archive Date
- 11/27/2009
- Point of Contact
- Joy.Rice, no calls
- E-Mail Address
-
US Army Corps of Engineers, Huntsville
(joy.rice@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY--RECOVERY-THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER THE UMCS III PROGRAM. This opportunity is available only to the following Unrestricted Multiple Award Task Order Contractors (MATOC): W912DY-09-D-0035, AMERESCO; W912DY-09-D-0036, Honeywell Products, Inc.; W912DY-09-D-0037, Johnson Controls Building Automation; W912DY-09-D-0038, Siemens Government Services, Inc.; W912DY-09-D-0039, TAC Americas; W912DY-09-D-0040, TENG & Associates, Inc.; W912DY-09-D-0041, Trane U.S., Inc.; and W912DY-09-D-0041, Williams Electric Company, Inc. The contractor shall survey, design, install and test an Electronic Security System, which may include as a subsystem Intrusion Detection System (IDS); Electronic Entry Control System (EECS), also called Access Control System (ACP); Closed Circuit Television (CCTV) System; Data Transmission System (DTS); and a Central Command and Control System. The project shall be accomplished in three (3) phases. Phase One will be awarded under the initial (base) task order, with the other phases listed in the Performance Work Statement as Options. The Government may or may not exercise any of the options. Phase 1 Base Task Order: The Contractor shall perform site survey, data validation, data collection, and data for developing cost and installation requirements. Included in this phase is establishing the specific requirements, configuration, special sensors, and features of ESS equipment, and software as well as sub-system integration. A very critical component of site survey, reports and subsequent design and installation are sensors and subsystems to detect and provide input to the ESS operators about Radon gas leaks and external gamma radiation and their travel in the geographic area of the site. Preparation of site report shall include observations, clarifications, product data, validation of Government data, and detailed cost estimate for the ESS to be installed at the site. Phase 2 ESS Design (Option I): The Contractor shall design the ESS based on Governments approval of the Contractors submittal of Survey Report, data validation and special gas, external gamma radiation, and seismic sensor use and configuration. Design shall include compliance with regulations and comments and mandatory comments issued by the Government. Design documents shall include requirements imposed by laws, regulations, national codes, industry standards, requirements and guidance issued by Department of Defense (DOD), the U.S. Army, Corps of Engineers, Unified Facility Criteria (UFC), and most current version of Unified Facility Guide Specifications (UFGS). Contractor shall comply with requirements and criteria issued as policy letters by Department of Army (DA), and the Corps of Engineers. Phase 3 (Option 2): Install and Test ESS, The Contractor shall install the ESS based on approved design documents and FFP proposal for Phase 2. Installation and testing of installed ESS shall conform to criteria, laws, regulations, and requirements issued by the Department of Defense (DOD), DA, U.S. Army, Corps of Engineers, applicable UFCs, applicable UFGS, national codes, and industry standards. No intrusive work shall be conducted for any phase without prior approval of the USACE Buffalo District.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-09-N-0201/listing.html)
- Record
- SN01950562-W 20090913/090912000552-d730f28435c6d962147479566947f87a (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 |