Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

63 -- Access Control System

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF410Q0011
 
Response Due
4/27/2010
 
Archive Date
6/26/2010
 
Point of Contact
william webb, 913 684 1623
 
E-Mail Address
Fort Leavenworth DOC (W91AF4)
(william.king.webb@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. The Government anticipates a solicitation will be posted under Solicitation Number W91QF4-10-Q-0011. Quotes are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 11 August 2009. This is a Total Small Business set-aside under NAICS 561621 with a size standard of $12,500,000 dollars. Ft. Leavenworth KS requires the following items: 0001: Installation of an electronic security system with base year service warranty. ---------- Optional Line Items: 1001- Service warranty -------------- 2001- Service warranty -------------- Performance Work Statement INSTALLATION OF AN ELECTRONIC SECURITY SYSTEM FOR B225, Truesdale Hall at Fort Leavenworth, KS 1.0 Background. The Army has new requirement for an Access Control System onboard Fort Leavenworth KS to be in compliance with Department of the Army Security Regulations. 2.0 Scope. This performance work statement (PWS) applies to the installation of an Automated Access Control system (AAC) at Building 225, Fort Leavenworth, KS. The Automated Access Control system will consist of an enrollment terminals with system management software, local controllers, proximity/MIFARE card readers, electric locks, balanced magnetic switches, request-to-exit devices, and supporting life safety equipment (as needed). System shall include all necessary cabling, hardware, and installation labor to provide a complete turn-key solution. 3.0 Performance Requirement. 3.1 The contractor shall design a complete AAC system and provide design layout drawings and a block diagram depicting all system devices noting all connection location and termination points. The system shall be installed in accordance with UFGS Division 28, AR 420-49 para 8-7, and TM 5-853-4. 3.1.1 Deliverable: The contractor shall provide the government technical data Groups I V as described in UFGS Division 28 Section 28 20 01.00 10. This data will include as-built drawings for the system following completion of work, in accordance with the following list: * As built drawings * Drawings shall be updated to include location and reference number of new sensors, Keypads/Readers, and all other devices associated with the system. * Control panels (e.g. Local Controller, Workstation, etc.) shall be provided reduced size drawings showing attached sensors linked to that specific panel. * Battery Calculation sheets to verify backup battery capacities for all systems. * Overall system engineering block diagrams * Main Power Distribution drawings * All wires shall be properly labeled in accordance with (IAW) industry standards for such systems. 3.1.2 Minimal Acceptable Standard (MAS) Final documentation of the Access Control System shall be delivered upon completion of testing and verification of system readiness to the Contracting Officer Representative based on the criteria set forth in UFGS Division Section 28.2001.0010, AR 420-1, and TM 5-853-4. 3.2 The Contractor shall provide a work plan that shall include sequence of work, milestones to be accomplished with dates of completion and a quality assurance plan to the government within two weeks of contract award. In addition, the contractor shall provide the Government a written report outlining any site preparation work to be provided by the Government (e.g. power, communications pathway, structural upgrades, etc.) required to complete the installation of the ESS. 3.2.1 Deliverable: The contractor shall provide the government: * Weekly Schedule * Milestones with completion dates * Quality Control Plan * Escort requirements 3.2.2 Minimal Acceptable Standard (MAS) The Quality Control Plan shall be submitted the Contracting Officer within 5 days of contract award. Weekly schedule and escort requirements shall be submitted to the Contracting Officers Representative on the Friday before work is to commence for the next week. 3.3 Automated Access Control. Automated Access Control shall be installed on the main entry doors on the north side of the building, the two entry doors off the entry hall, on the entry doors off the vestibule, the three entry doors off the corridor, and the entry doors to the SIPRNET, IT and Comm rooms. The contractor shall provide any controllers, expansion modules, software, power supplies or other hardware required to make complete turn-key system. The AAC systems shall incorporate proximity card readers with integrated keypads. The readers shall be a muti-technology reader capable of supporting multiple frequencies, technologies and protocol credentials. At a minimum, the readers shall be capable of reading the RFID technology of the next generation CAC cards (FIPS-201-1 / FASC-N 200 Bit Credential) as well as 13.56 MHz smart cards, 125 KHz proximity cards and MIFARE encrypted sector/serial number cards. The card readers shall be field configurable using program cards to support: pass-through, fixed length (26-bit, 32-bit, 35-bit, 37-bit, 64-bit), CASI ProxLite, MIFARE sectors, and FIPS 201-1 PIV-II (64-bit, 128-bit and 200-bit). Readers must be UL Listed for interior and exterior use with operating temperatures from -31 to +151 degrees farenheight and humidity range 0% - 100%. All access control systems shall be capable of being configured for level 2 access (card + PIN). Tamper protection shall be integrated in the card reader to deter unauthorized access to the reader or wiring. The system shall be furnished with 10 proximity badges. All equipment and software must be compatible with the FIPS-201-1 standard for use with the super CAC card. Electric Door Strikes with the fail secure option are preferred (magnetic door locks are not authorized). Request to exit (REX) devices shall be motion activated and shall mask the BMS only. Egress shall be accomplished using standard egress door hardware with the electric door strikes. Local control panels shall be IP-enabled (supporting DHCP), support at least 4 doors, utilize an onboard FIPS 197 validated 256 bit AES encryption, provide an onboard LCD to display system status, equipped with LEDs for each output and Ethernet communication, operate on an embedded windows CE operating system and be fully compatible with the existing Software House C-CURE 800/8000. IP addresses will be requested from the Physical Security office 30 days prior to the date they are required.(Control equipment similar to Software House iSTAR Ex and SWH-4200 reader). 3.3.1 Deliverable: The contractor shall submit: * Perform installation within 45 days of contract award. 3.3.2 Minimal Acceptable Standard (MAS) Installed on time.3.4 Conduit. EMT conduit shall be required anywhere device wiring is exposed or is subject to damage due to negligence or criminal tampering. Wiring not in conduit above false ceilings must utilize a wire management system that separates AAC wiring from other systems and must keep wiring at least 24 above the ceiling grid. If there is insufficient space to locate the wiring at 24 then the wiring should be secured halfway between the ceiling grid and the true ceiling. 3.4.1 Deliverable: * Identify all wiring that requires EMT conduit and install as directed in task 3.4. 3.4.2 Minimal Acceptable Standard (MAS) * Provide the Contracting Officer Representative with documentation on all locations that conduit was installed or adjusted. 3.5 Tamper Protection. Tamper protection shall be in accordance with UFGS Division 28 Section 28 20 01.00 10 and must include at a minimum all control boxes, junction boxes and other housings that contain wiring connections or terminations. These boxes must have tamper switches installed to prevent unauthorized access to the system wiring. All tamper devices shall individually annunciate on the Software House C-Cure 800/8000 monitoring system. Tamper modules inside conduit boxes are not authorized unless specifically designed to detect the removal of the conduit box cover. 3.5.1 Deliverable: * Install tamper protection all housing units identified in task 3.5. 3.5.2 Minimal Acceptable Standard (MAS) * In accordance with UFGS Division 28 Section 28 20 01.00 10 3.6 Emergency Backup Electrical Power. Emergency Backup electrical power for the AAC system shall be provided by battery. 3.6.1 Deliverable: * Install a battery emergency backup system for the ACC system. 3.6.2 Minimal Acceptable Standard (MAS) * Minimum 4 hours backup capability. 3.7 The contractor shall collect all manufacturer instructions and warranty information and turnover to the government upon completion of the installation. 3.7.1 Deliverable: Deliver all Manufacturer manuals and manufacturer warranty information to the government. 3.7.2 Minimal Acceptable Standard (MAS) * 100% turnover of all manuals and manufacturer warranty information to the Contracting officer Representative. 3.8 A Performance verification test shall be successfully completed (all components performing as designed and specified). 3.8.1 Deliverable: * Perform verification testing in presence of Contracting Officer Representative and others as deemed appropriate. * Provide testing data and results to the government. 3.8.2 Minimal Acceptable Standard (MAS) * Integration of the Access Control System with the current infrastructure software and hardware shall be monitored during and upon completion of project to ensure 100% seamless integration. Any issues shall immediately be brought to the attention of the COR detailing the nature of the problem and possible resolution. * Provide within 5 days of testing to the Contracting Officers Representative all test reports. 3.9 The contractor shall provide system administrator training for 4 to 6 personnel. Training shall consist of Card: a. Enrollment/Deactivation b. Assignments of identifier data c. Assign operator PIC codes / levels d. Change database configuration e. System network configuration and management f. Modify graphics g. Print standard, special or custom reports h. System backup i. other functions necessary to manage the system 3.9.1 Deliverable: * Provide systems administration training for 4 to 6 personnel for task 3.9. 3.9.2 Minimal Acceptable Standard (MAS) * Within 3 days of governments acceptance of a complete and functioning system provide all required training. 3.10 System Maintenance Training shall be provided to the DIS alarm technicians and any others designated by the government. a. Physical layout of each piece of hardware. b. Troubleshooting and diagnostics procedures. c. Component repair and/or replacement procedures. d. Maintenance procedures and schedules to include system testing after repair. e. Calibration procedures. f. Review of site-specific drawing package, device location, communication, topology, and flow. 3.10.1 Deliverable: * Provide systems maintenance training for 4 to 6 personnel for task 3.10. 3.10.2 Minimal Acceptable Standard (MAS) * Within 10 days of governments acceptance of a complete and functioning system provide all required training 3.11 Warranty: Provide minimum 1 year warranty. CONTRACTOR SHALL PROVIDE THE GOVERNMENT A MINIMUM OF ONE YEAR PARTS, LABOR, AND PROGRAMMING WARRANTY, WITH ON SITE RESPONSE WITHIN 24 HOURS FOR ANY DEFICIENCIES NOT ABLE TO BE RESOLVED VIA TELEPHONE. Two (2) 12 month optional periods of performance for warranty/service support is requested and are separate line items. 3.11.1 Deliverable: * Provide documentation of warranty and service agreement to the government. 3.1.2 Minimal Acceptable Standard (MAS) * A minimum 1 year warranty/Service agreement that includes all parts, labor, and programming with onsite response within 24 hours of notification. 4. Government - Furnished Material: * The Government will provide a current floor plan and any infrastructure upgrades detailed in the site preparation report (provided by the contractor) prior to commencement of work under this contract. * The Government will provide with the solicitation sheet # E701 electrical power plan and typical card access plan. 5. Deliverables: All deliverables shall be provided to the COR, Combat Studies Institute, at Ft. Leavenworth, Kansas. 6. Place of Performance. The work will be performed at a government site. The primary location for installation will be located at, Truesdale Hall, Building 225. 7. Period of Performance. The period of performance shall consist of (45) days after the award of the contract for installation. Warranty and service support shall begin after installation. (Base period shall be a total of one year) with two 12 month optional periods of performance for warranty/service support as described in 3.11. Section L - Instructions, Conditions and Notices to Offerors Notice to Offerors: The following information is provided regarding this RFQ: 1. A site visit will be held on Tuesday 15 April 2010 at 10 A.M. at Truesdell Hall, building 225, Fort Leavenworth, KS, for interested vendors. Vendors (limited to 3 per company) must register with William Webb, william.king.webb@us.army.mil prior to attendance. Vendors must have proper identification to enter Fort Leavenworth (photo ID, vehicle registration and insurance). Please allow adequate time to go through the security checkpoint. Directions to site visit: From the main gate head north on Grant Ave, turn right on Stimson Ave, building 225 which is located at 290 Stimson Ave. All questions must be submitted no later than 20 April 2010, 1:00 P.M. CDT. Proposals must be received by the requiring office no later than 30 APR 2010, 1 PM CDT. All quotes must be hard copy according to instructions for preparation and sent either by courier, USPS, or commercial carrier: For USPS: Mission and Installation Command-Fort Leavenworth ATTN: William Webb 600 Thomas Ave. Unit 3 Ft. Leavenworth, KS 66027 For courier or commercial carrier (FEDEX, UPS, etc): Mission and Installation Command-Fort Leavenworth ATTN: William Webb, Room 201 535 Carney Building 338, Blockburger Terrace Ft. Leavenworth, KS 66027 REQUEST FOR QUOTE INSTRUCTIONS 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of provision) It is the Governments intention to award without discussions and based upon FAR Part 13, Simplified Acquisition Procedures. We will base this contract on Best Value to the Government with acceptable trade-offs. Technical Questions - shall be sent in writing to Mission and Installation Contract Command, ATTN: William Webb, Contracting Specialist, 600 Thomas Ave, Ft. Leavenworth, KS 66027 or emailed to william.king.webb@us.army.mil NO QUESTIONS WILL BE ANSWERED BY TELEPHONE ON ANY ASPECTS OF THIS SOLICITATION. INSTRUCTIONS FOR PREPARATION OF QUOTES The overall quote shall consist of one package with the following items: * Information about your Company. * Technical Approach * Warranty information on equipment and installation. * Past Performance. * Price. All vendors shall be required to submit a quote with the minimum of content as specified herein. A quote without the minimum specified content will be considered nonresponsive. I. PREPARATION INSTRUCTIONS A. GENERAL REQUIREMENTS 1. Your quote should be specific, complete and should demonstrate both your understanding of the items to be procured, and installed as well as your potential for completing the required work. Your quoted information should be prepared simply, with explanations to satisfy the requirements of the Performance Work Statement. 2. At a minimum, these parts shall contain the information specified below. B. CONTENTS (Original and 2 copies) TAB 1: Information about your company. TAB 2: Technical Information. This section shall contain the major portion of your proposal. It should be presented in as much detail as practical and include the following: * 45 day work plan with milestones and completion dates.. * The device make, model and specifications for all hardware, components and software needed to complete the system. * As built drawings for all proposed work. * Warranty and service plan * Training Plan Evaluation of this part will determine whether the items in the Offerors quote conform to the requirements of the Specifications in terms of form, fit and function. TAB 3: Past Performance. Evaluation of this part will give the end user a clear understanding of similar work completed with other end-users. Please provide a short list of similar work completed with contact information. TAB 4: Price. Price is evaluated on reasonableness and the Government Estimate for this procurement and is subject to price analysis. Section M - Evaluation Factors for Award This is a firm fixed price, Best Value to the Government procurement. The Price proposal may be subject to price analysis. Proposals will be assessed for how well the Offerors proposal meets the solicitation requirements. The Government will award to the Offeror whose proposal offers the Best Value to the Government in terms of Factors 1-5 as stated in Section M-2 below. It is the Governments intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. M-1 Evaluation Factors and Rating Methodology The evaluation to determine acceptability will be based on a complete assessment of the Offerors proposal. Quotes shall be evaluated on the following four factors, in accordance with (IAW) Far 52.212-2 Evaluation-Commercial Items. All evaluation factors when combined are approximately equal to cost or price. Factor 1 The Offerors understanding of the requirements based upon attached specifications. Factor 2 - Warranty Factor 3- Past Performance Factor 4- Small Business Factor 5- Cost/Price/Options M-2 Evaluation Factors M-2.1 Factor 1 Technical The Offerors compliance with the Specification Requirements. The proposal will be evaluated based on: M-2.1.1 Meeting or exceeding the deliverable specifications. M-2.1.2 Meeting the delivery schedule. M-2.1.3 Training schedule M-2.1.4 Meeting service requirements M-2.2 Factor 2 Warranty Information. Evaluation of this part will give the end user a realistic picture of what warranty coverage is available for the items being procured and how they obtain warranty service. A copy of the standard warranty must be included M-2.3 Factor 3 Past Performance. Evaluation of this part will give the end user a clear understanding of similar work completed with other end-users. Please provide a short list of similar work completed with customer contact information. M-2.3 Factor 4 Vendor must be small business M-2.3 Factor 5 Cost/Price M-2.3.1 Price analysis will be used to determine that the prices are fair, reasonable, and realistic in accordance with FAR 13.106-3. Price will not be assigned an adjectival rating or be scored. M-3 Rating Methods Factor 1 and Factor 2 will receive one of the adjectival ratings defined below, and then there will be an overall roll-up adjectival rating at the factor level. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposals. ADJECTIVAL DEFINITION Excellent Excellent understanding of requirements and proposes an approach that significantly exceeds minimum requirements in a very beneficial manner to the Government. Proposal contains several significant strengths and other strengths. Proposal contains no identified deficiencies, significant weaknesses, or weaknesses. Excellent probability of success with very low degree of risk. Good High quality in most respects and meets and in some instances exceeds minimum requirements in beneficial manner to the Government. Proposal contains some significant strengths and a few strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of successful contract performance. Good probability of success with low degree of risk. Acceptable Acceptable quality and meets minimum requirements necessary for acceptable contract performance. Proposal contains some strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. Marginal A proposal that satisfies most but not all of the Governments requirements and fails to provide sufficient detail to demonstrate the feasibility of the proposed approach. The proposal contains numerous weaknesses (to include significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. The Past Performance Factor will be assigned one of the ratings defined below. An offeror whose proposal demonstrates no past performance will be rated Neutral. An award will not be made to any offeror who receives a Marginal or Poor past performance rating. Rating Description Excellent Essentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low Good Little doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low Adequate Some doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate Marginal Significant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High Poor It is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High Neutral The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown Definitions: Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. Strength. Any aspect of a proposal when judged against a stated evaluation criterion enhances the merit of the proposal or increases the probability of successful performance of the contract. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. Weakness. A flaw in the proposal that increases the risk of unsuccessful contact performance. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1 (offerors must submit an executed copy with their quotes); 52.219-6 Notification of Total Small Business Set-Aside. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 11:00 am Central Daylight Time on 27 April 2010. Quotes may be submitted via e-mail to william.king.webb@us.army.mil. All quotes shall reference solicitation number W91QF4-10-Q-0011 in the subject line. Quotes may be delivered via USPS to: MICC-DOC Ft. Leavenworth, ATTN: William Webb; for courier or commercial carrier (FEDEX, UPS, etc) 535 Carney, Blockberger Terrace, Building 338, Ft. Leavenworth KS 66027 or for USPS: Mission and Installation Command-Fort Leavenworth; ATTN: William Webb; 600 Thomas Ave; Unit 3; Ft. Leavenworth, KS 66027. The point of contact for this solicitation is William Webb, Contract Specialist; phone (913) 684-1623 (collect call will not be accepted) or via e-mail at william.king.webb@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/562ef087d30da06132a714a099210cfb)
 
Place of Performance
Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN02116755-W 20100410/100408235328-562ef087d30da06132a714a099210cfb (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.