Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

10 -- COMBINED SYNOPSIS/SOLICITATION

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124711T0013
 
Response Due
4/7/2011
 
Archive Date
6/6/2011
 
Point of Contact
Viktoria Reed, 210-221-4030
 
E-Mail Address
Fort Bragg Contracting Center
(viktoria.s.reed@us.army.mil)
 
Small Business Set-Aside
Total HBCU / MI
 
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. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-11-T-0013, is issued as a Request for Quote (RFQ) to acquire and install Integrated Commercial Intrusion Detection System (ICIDS-III) for 1st Brigade Combat Team (BCT) and Ammunition Supply Point (ASP) at Fort Bragg, North Carolina.. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March, 2011. (iv) Notice of Total Small Business Set-Aside. This solicitation is a total small business set aside. Quotes received from other than small business concerns will not be considered. The associated NAICS code is 561621, Security Systems Services (except Locksmiths), and size standard is $12.5M. (v) This requirement is to provide all labor, equipment, materials, supplies, tools, transportation, supervision, training and other items and/or services necessary to acquire and install ICIDS-III for 1BCT and ASP at Fort Bragg, as follows: CLIN 0001 The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to acquire and install ICIDS-III in the arm rooms for 1BCT, Building C-4622A-D; Quantity: 4 each CLIN 0002 The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to acquire and install ICIDS-III in the arm rooms for 1BCT, Building C-4626A-D; Quantity: 4 each CLIN 0003 The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to acquire and install ICIDS-III in the arm rooms for ASP, Building (number has not been assigned at this time); Quantity: 8 each CLIN 0004 The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items and/or services necessary to acquire and install ICIDS-III in the arm rooms for ASP, Building (number has not been assigned at this time); Quantity: 5 each CLIN 0005 Contractor Manpower Reporting. The Contractor is required to enter data into the Contractor Manpower Reporting (CMR) system as defined in the requirement description. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Data must be accurate and complete and entered into CMR during the data gathering period of every year, or part of a year, for which the contract is in force. (vi) The requirement shall be Firm Fixed Price (FFP). (vii)Required ICIDS-III is to be delivered and installed at Fort Bragg, NC as follows: CLIN 0001, complete installation by 6 May 2011; CLIN 0002, complete installation by 13 May 2011; CLIN 0003, complete installation by 17 June 2011; CLIN 0004, complete installation by 8 July 2011; CLIN 0005, complete by 31 October 2011. (viii)Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (x)Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered (considering price and ability to meet the description of work) (xi)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures (lowest price technically acceptable) and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and the ability to meet all of the solicitation requirements. (xii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xiii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: 1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award. ISSUE BY DODDAC: W91247 ADMIN BY DODDAC: W91247 INSPECT BY DODAAC: To be determined at time of award. ACCEPT BY DODAAC: To be determined at time of award. LOCAL PROCESSING OFFICE DODAAC: To be determined at time of award. PAYMENT OFFICE DODDAC: To be determined at time of award. PAYMENT OFFICE FISCAL STATION CODE: To be determined at time of award. 2. Insurance Requirement The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance - Work on a Government Installation." KIND: AMOUNT: Workmen's Compensation Amount required by the State in which this contract is performed and Occupational Disease Insurance Employer's Liability Insurance $100,000 Comprehensive General Liability $500,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000 per person $500,000 per occurrence for Bodily Injury and Damage $20,000 per occurrence for Property 3. Federal Holidays Federal Holidays are: New Year's Day1 January Martin Luther King Jr., BirthdayThird Monday in January George Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor DayFirst Monday of September Columbus DaySecond Monday of October Veteran's Day11 November ThanksgivingFourth Thursday of November Christmas Day25 December When a holiday falls on a Sunday, the following Monday will be observed as a holiday and when a holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government Agencies. Wage Determination No.: 2005-2393, revision 11 dated 15 June 2011 applies to this contract. Current Wage Determination may be downloaded from the following website: http://www.wdol.gov/wdol/scalfiles/std/05-2393-txt (xiv)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 5152.233-4000, AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xvii) Submission of proposals shall be forwarded by Tuesday, 5 April 2010, 4:00 PM EDT. Offerors shall provide a quote using the pricing schedule provided in Appendix 1 of this combined synopsis/solicitation. (xviii) Submission of Quotes: Quotes shall be forwarded to Ms. Viktoria Reed via email to: Viktoria.s.reed@us.army.mil or Ms. Anne Talbot at anne.m.talbot@us.army.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is Viktoria Reed. She may be reached at 210-221-4030 or via email at viktoria.s.reed@us.army.mil. (xx)A site visit is scheduled for 5 April 2011 at 10AM EDT. Contact Viktoria Reed if you are planning on attending. (xxi)A detailed requirement description is provided below. REQUIREMENT DESCRIPTION ACQUISITION AND INSTALLATION OF A SECURITY ALARM SYSTEM 1st BCT AND AMMUNITION SUPPLY POINT 1. GENERAL/SCOPE. The contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other items or services necessary to perform all operations in connection with the acquisition and installation of the security alarm equipment at sites designated in section 13 at Fort Bragg, North Carolina. The Contractor shall also design and input all Front End programming to the Primary Monitor Console (PMC) Programming, Operator Workstation (OPWS) Programming, Remote Status Monitor(RSM) Programming, Mimics Programming and Systems Operator Programming as defined herein and in accordance with all other terms and conditions. 1.1. BACKGROUND. Integrated Commercial Intrusion Detection System (ICIDS) is the Army Standardized System for physical security. The Army Product Manager, Force Protection Systems, is the Army Materiel Developer for Force Protection Systems. Contract for IDIDS-IV was awarded in March 2009. However, due to implementation schedule, Fort Bragg is not scheduled for ICIDS IV until FY2013. ICIDS-III system is compatible with ICIDS-IV system and only requires software upgrade. All ICIDS systems are manufactured by DAQ Electronics, Inc. All new MILCON projects will have ICIDS-III; no substitution permitted with the exception of commercial off the shelf (COTS) sensor equipment installed. The primary reason is that ICIDS-III is compatible with the Army's long-range plan to field ICIDS-IV. 1.2. PERSONNEL 1.2.1 The Contractor shall provide personnel to perform the required installation services. The Government and the Contractor understand and agree that the services to be delivered are non-personal services and both parties recognize and agree that no employer-employee relationships exist between the Government and the Contractor and/or between the Government and the Contractor's employees. Contactor personnel performing under this purchase order shall not be placed in a position where they are employed by a Federal Officer or are under the supervision, direction, or evaluation of a Federal Officer, military or civilian. 1.2.2. Contractor personnel shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees as provided in the Joint Ethics Regulation 5500.7.R. Contractor personnel shall present a neat professional appearance and be easily identified. This shall be accomplished by wearing distinctive clothing bearing the company name or by wearing appropriate badges that contain the company name and employee' name. 1.2.3. The contractor shall ensure that employees possess a current and valid driver's license and current vehicle insurance before operating any type of vehicle or equipment on Ft. Bragg. Contractor personnel will obtain a vehicle pass for access to Ft. Bragg and Common Access Cards (CAC) for computer access. 1.3. SPECIAL QUALIFICATIONS/CERTIFICATIONS. All contractor employees shall be certified by DAQ Electronics, Inc to provide the required services. The contractor shall furnish the Contracting Officer (KO) a letter certifying that the company employees are in fact certified to perform this type of work. An official training certificate issued by the equipment manufacturers for each employee must be furnished with the quote. Each employee must have received training on the specific security equipment and software utilized in the systems covered with this purchase order. 1.4. DELIVERY/INSTALLATION SCHEDULE. The Contractor must begin installation within 10 calendar days after award of contract in buildings C-4622A-D and C-4626A-D and complete the IDS installation and programming as identified in paragraph (vii) of combined synopsis/solicitation above. 1.5. GENERAL INFORMATION. 1.5.1. Work location. Work performed in accordance with this requirement shall be at the following location at Fort Bragg, North Carolina. LINE ITEMBLDG #TYPEQTYPRIMARY REFERENCE 1 C-4622A-DARMS ROOM COF A4Install Secure Areas IAW Army Regulation 190-11, Physical Security of Arms, Ammunition, and Explosives; UFC 4-020-04A, Security Engineering: Electronic Security Systems; and requirement description Para. 5.1 thru 5.1.6 as required for fully operational IDS coverage for an average 500sqft CAA Ref. TE-1 2C-4626A-DARMS ROOM COF B4Install Secure Areas IAW Army Regulation 190-11, Physical Security of Arms, Ammunition, and Explosives; UFC 4-020-04A, Security Engineering: Electronic Security Systems; and requirement description Para. 5.1 thru 5.1.6 as required for fully operational IDS coverage for an average 500sqft CAA Ref. TE-1 3 TBDEarth Covered Magazine (ECM) NAVY F-TYPE 8Install Secure Areas IAW Army Regulation 190-11, Physical Security of Arms, Ammunition, and Explosives; UFC 4-020-04A, Security Engineering: Electronic Security Systems; and requirement description Para. 5.1 thru 5.1.6 as required for fully operational IDS coverage for an average 500sqft CAA Ref. TE-2 4TBDEarth Covered Magazine (ECM) OVAL ARCH5Install Secure Areas IAW Army Regulation 190-11, Physical Security of Arms, Ammunition, and Explosives; UFC 4-020-04A, Security Engineering: Electronic Security Systems; and requirement description Para. 5.1 thru 5.1.6 as required for fully operational IDS coverage for an average 500sqft CAA Ref. TE-2 1.5.2. Security and Safety. Contractor personnel or any representative of the Contractor entering the Fort Bragg installation shall abide by all security regulations and shall be subject to security checks. Contractor personnel shall be lawfully employable in the United States. Government rules, regulations, laws, directives and requirements, in place or issued during the installation period shall apply to all Contractor personnel. The Contractor shall be solely responsible for any costs resulting from Contractor's employee violations. As a condition of employment, the Contractor shall obtain and maintain criminal background checks on all employees to cover the last three years and the last three residences. Criminal background checks shall be completed prior to the installation start date. The Contractor shall be responsible for the cost of the criminal background checks. Contractor's employee background check shall be favorable in order for the employee to perform services under the purchase order. Results of background checks shall be provided to the installation security office when requested. Personnel with outstanding felony warrants or felony convictions pose a security risk and shall not perform services under this purchase order. No portion of work associated with this purchase order deals with classified information. The contactor, whose duties involve the design, operation, or maintenance of IDS must have and maintain at minimum a favorable National Agency Check with written inquiries (NACI) prior to appointment to such noncritical-sensitive positions. Each employee involved in the installation shall require completion of a favorable National Agency Check with written inquiries (NACI) prior to appointment to such noncritical-sensitive positions. Subcontractors and temporary employees must also have NACI conducted and shall be supervised by a direct employee of the company. The Contractor shall comply with all applicable Department of Defense (DoD) security regulations and procedures during the installation of ICIDS. The Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, Privacy Act data, and Government personnel work products that are obtained or generated in the performance of this purchase order. 1.5.2.1. Neither the Contractor nor any of its contract service providers shall disclose or cause to disseminate any information concerning operations of military activities. Such action(s) could result in violation of the contract and possible legal actions. 1.5.2.2. All inquiries, comments or complaints arising from any matter observed, experienced, or learned as a result of or in connection with the performance under this purchase order, the resolution of which may require the dissemination of official information, shall be directed to the COR and the KO. 1.5.2.3. The Contractor shall only conduct business with designated government personnel listed as COR or ACOR. Names of authorized personnel shall be provided to the Contractor by the government, in writing, and updated as necessary. 1.5.2.4. RAPID GATE. Contractor personnel will be enrolled in the installation access control program known as "RAPID GATE" (1-877-Rapidgate) contractor personnel shall present a neat and professional appearance at all times and be easily recognized as contract employees. Contractor employees must carry their Rapid Gate ID Card on their person at all times on the outer garment in full view at all times, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. 1.5.2.5. The Contractor shall comply with all applicable federal, state and local laws and and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the purchase order. 1.5.2.6. The Contractor shall be responsible for safeguarding all government equipment, information and property provided for Contractor use. At the close of each work period, government facilities, equipment and materials shall be secured. 1.5.2.7. The Contractor shall comply with OSHA and all pertinent provisions of publication 29 CFR 1910, and EM 385-1-1, Safety and Health Requirement Manual. to provide safety controls to protect life and health of employees and other persons; prevent damage to property, materials, supplies, and equipment; and avoid work interruptions in performance of this purchase order. 1.6.TRAVEL. Reimbursement for travel is not authorized for this project. 1.7. HOURS AND DAYS OF OPERATION. On-site services shall be performed between the hours of 7:00 a.m. to 5:00 p.m. Monday through Friday, not to exceed eight (8) hours/day or 40 hrs/week, excluding federal holidays. 1.8. PROJECT MANAGER. The Contractor shall provide a Project Manager (PM) who shall be responsible for this project. The name of this person and an alternate who shall act for the Contractor when the PM is absent shall be designated in writing to the KO within 24 hours of purchase order award. The PM or alternate shall have full authority to act for the Contractor on all contracting matters relating to daily operation of this purchase order. The PM or alternate shall be available between the hours of 07:30a.m. - 4:30 p.m. 1.9. IDENTIFICATION OF CONTRACTOR EMPLOYEES. All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 1.10. DATA RIGHTS. The Government has unlimited rights to all documents/material produced under this purchase order. All documents and materials, to include the source codes of any software, produced under this purchase order shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.11. FILES. The Contractor shall maintain complete and accurate files of documentation, records, and reports required under the terms of this purchase order, IAW AR 25-400-2, The Army Records Information Management System. The Contractor shall not allow access to the files by any Government agency, non-Governmental agency, or individual unless specifically authorized by the KO. Files shall be made available to the KO or designated representative upon request. 2. DEFINITIONS AND ACRONYMS. 2.1. DEFINITIONS. 2.1.1. CONTRACTOR. A supplier or vendor having a contract to provide specific supplies or service to the government. The term used in this purchase order refers to the prime. 2.1.2. CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. DEFECTIVE INSTALLATION. An output that does not meet the standard of performance associated with the requirement description. 2.1.4. DELIVERABLE. Anything that can be physically delivered but may include non-physical things such as meeting minutes. 2.1.5. GOVERNMENT PROPERTY. All property owned or leased to the Government or acquired by the Government under the terms of the purchase order. Government property includes both Government-furnished property and Contractor-acquired property as defined in FAR 45.101. 2.1.6. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.7. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.8. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet purchase order requirements. 2.1.9. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor. 2.1.10. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.11. WORK WEEK. Is defined as Monday through Friday, unless specified otherwise. 2.2. ACRONYMS. ARArmy Regulation CORContracting Officer Representative COTSCommercial Off the Shelf DCIDDirector of Central Interagency Directive DODDepartment of Defense DTMData Transmission Media ESSElectronic Security Systems FARFederal Acquisition Regulation FSCFederal Service Code FSOFacility Security Officer ICMInput Control Module JPASJoint Personnel Adjudicative System KOContracting Officer LEDLight Emitting Diode NACI National Agency Check with written inquiries OCIOrganizational Conflict of Interest OPWSOperators Workstation PIRPassive Inferred PMCPrimary Monitor Console POCPoint of Contact QAQuality Assurance QAPQuality Assurance Program QCQuality Control QCPQuality Control Program RADCRemote Area Data Collector RSMRemote Station Monitor SCIFSensitive Compartmented Information Facility SSOSCIF Security Officer TETechnical Exhibit UICUnit Identification Code 3. GOVERNMENT FURNISHED ITEMS. 3.1. FACILITIES. The government will provide a small administration area as well as on-site secure storagearea. The government shall not provide a main or central storage area. 3.2. UTILITIES. The Government will provide an administrative area with basic telephone service, electricity, and pluming. The Contractor shall instruct employees in utilities conservation practices. 3.3. EQUIPMENT. The government shall be responsible for providing the Data Transmission Media (DTM); this shall be Dry Copper unless otherwise specified. 4.0. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. 4.1. GENERAL. The Contractor shall furnish all labor, supervision, transportation, materials, supplies, tools, equipment, and any other items or services necessary to install a complete security alarm system. The contractor shall provide computers and other items deemed necessary to maintain an office environment. 4.2. SECURITY CLEARANCE REQUIREMENTS: The contactor, whose duties involve the design, operation, or maintenance of IDS must complete a favorable National Agency Check with written inquiries (NACI) prior to appointment to such noncritical-sensitive positions. Each employee involved in the installation shall require completion of a favorable National Agency Check with written inquiries (NACI). The contractor will provide documentation at the time of award to prove that contractor's employees have favorable NACI checks. The Government will check to ensure each employee received a favorable NACI. 4.3. MATERIALS. The Contractor shall furnish all materials, supplies, and equipment necessary to meet requirements under this requirement description. 5. SPECIFIC TASKS. 5.1. GENERAL. The Contractor shall purchase and install a complete or component specific security alarm system. This includes the sensing devices, annunciators, batteries and all associated equipment necessary to make a complete and usable system in compliance with UFC 4-020-04FA (TM 5-853-4), and provisions outlined in this requirement description. The Contractor shall design and input all Front End programming to the (PMC) Programming, OPWS Programming, RSM Programming, Intrusion Detection System (IDS), Programming, Mimics Programming, and Systems Operator Programming. Services shall also include trouble-shooting and replacement of faulty components associated with this requirement description. Each security alarm system must transmit the alarm signals to the I2MC Central Control Console over dry copper and /or fiber cables. 5.1.1. The Alarm System must meet the following requirements/conditions with no exceptions: a) Detect any attack on the area for which it is designed. b) Provide a high degree of salvage value so equipment may be removed and re-used elsewhere. c) Function on a 110-120 volt, 50-60 Hertz AC power and providing a protected back-up independent power source with automatic switch over capability to allow for continuous emergency operation for at least four hours. d) Ensure a nuisance alarm rate not to exceed one per facility per 24 hours. e) Contain audible and visual alarm annunciation capabilities. f) Provide a line fault indicator if the system fails. g) Provide an access/secure key pad located inside the alarmed area. h) Distinguish which specific facility is being accessed, secured, requires a response, or is indication a duress situation. Alarm systems will not be tied together in a manner that prevents the monitoring facility from distinguishing the individual facility under alarm. j) Provide tamper switches (using line supervision) or tamper-resistant screw-on at the junction boxes. k) Provide an indicator light emitting diode (LED) located at the entrance of the protected area indicating the secure status. 5.1.2. Installation. The installation includes but is not limited to furnishing and installing the equipment below: 5.1.2.1. Passive Infrared (PIR) motion detection. The Ceiling Mount PIR product specified shall be a PIR detector designed for commercial indoor applications. a) The unit shall consist of a self-locking two-piece enclosure with a built in two-way bubble level to help simplify the installation. b) The detector shall incorporate sensor data fusion technology to ensure that the detector sends alarm conditions based only on precise information. c) Tri-focus optics technology to eliminate coverage gaps. The detector shall also incorporate tri-focus technology that uses optics with three specific focal lengths: 1) Long-range coverage 2) Middle-range coverage 3) Short-range coverage 5.1.2.2. The detector shall be designed to be mounted at a height between 2.1 m to 3m (7 ft to 10 ft) and require no adjustments. 5.1.2.3. The detector shall provide dynamic temperature compensation that adjusts the PIR sensitivity to identify human body heat accurately at critical temperatures to avoid false alarms and deliver consistent catch performance at all operating temperatures. 5.1.2.4. The detector shall provide a cover and wall tamper switch with a normally-closed contact that opens to notify the control panel in the event the cover is removed or the detector is separated from the wall. The contacts shall be rated at 25 VDC, 125 mA maximum. 5.1.2.5. The detector shall contain a light emitting diode (LED) that adjusts automatically to the surrounding light level. a) The LED indicates alarms. b) Activate during a walk test. The walk test LED may be enabled or disabled via a command from the control panel, or it may be enabled or disabled using the local DIP switch of the detector. 5.1.2.6. The detector shall provide a solid-state relay that is power supervised and uses less current and provides longer standby capacity than a mechanical relay. a) The solid-state relay shall be used to send a silent alarm output signal. b) Rating of the relay shall be 3W, 125 mA, 25 VDC, with resistance less than 10 ohms. 5.1.2.7. The detector shall reduce false alarms by having a sealed optic chamber that provides immunity to drafts and insects. The detector shall incorporate sensor data fusion technology that uses an internal microprocessor to gather, analyze, and compare the sensor data to make the most intelligent alarm decisions. The data processed from the microcontroller shall be from two pyroelectric sensors, a room temperature sensor, and a light level sensor. The detector specified shall provide active white light suppression capable of measuring the light intensity directed at the face of the unit and use the data gathered by the sensors to eliminate false alarms caused by the bright light source. False alarms shall not be caused from bright light sources up to 10,000 lux. 5.1.3. Intrusion Detection System Controller. The Input Control Module (ICM)shall provide 16 UL 1076 Grade B, A or AA alarm input zones and monitor / report line fault conditions, alarm conditions, power faults and tampers. Status LEDs shall provide information about the sixteen alarm zone inputs, cabinet tamper, and power fault. In addition, the ICM shall incorporate the following features: a) UL 294, ULC, and CE Certified. b) Alarm contact status scanning at up to 180 times per second for each zone. c) c) Variable resistor values for line supervision. d) A low power CMOS microprocessor. e) Filtered data for noise rejection to prevent false alarms. f) Up to 16 Grade B, A, or AA Supervised Inputs in any combination. g) 12 or 24 VDC input power. h) 2 Form C 5A, 30 VDC contacts for load switching. i) 2 dedicated inputs for tamper and power status. j) Support for RS-485 over CAT 5, 6e cable. 5.1.4. Balanced Magnetic Switches (BMS). a) Resistant to external and external magnetic defeat. b) Resistant to high voltage discharge contact weld failure. c) No minimum sensor and actuation magnetic distance. d) Meets UL 634 and DCID standards for use in Sensitive Compartmented Information Facility (SCIF). e) In addition, the ICM shall incorporate the following features: 1) Minimum 36" stainless steel cable with color coded leads. 2) Gap Distance: Maximum operating gap distance of ". 3) Electric Configuration in secure position: (a)Secure contacts N.C. (b) Magnetic Tamper N.C. (c) Pry Tamper N.C. (d) Auxiliary N.O. 4) Loop Type: Closed 5) Maximum Current:.25A 6) Maximum Voltage: 30VDC 7) Operating Temperature: -40 C to +80 C 5.1.5 Duress Switch. 5.1.6 StarPAD custom keys uniquely matched to individual sites/customers' Personal Identification Codes (PICs) to provide a non-interchangeable, high level of security through the use of the formatting program. 5.2. EQUIPMENT TROUBLE-SHOOTING/WARRANTY REPAIR. 5.2.1. The contractor is responsible for the installation, trouble shooting, and warranty repair of the alarm system. All warranty site repairs made by the contractor shall be at no cost to the government, unless they are actions that are a direct result of misuse, abuse, government-provided data line failure, or natural disaster. 5.2.2. If the problem is found to be in the communication lines, the contractor will notify the Electronic Security Systems (ESS) technician. 5.2.3. The contractor shall be responsible for responding to all service calls within 24 hours of notification, including operation testing and troubleshooting, to determine any problems the system may have, minor or major. The contractor shall notify the ESS technician before proceeding with any testing, maintenance or repair of the alarm system. The contractor shall coordinate work operations with the ESS technician prior to starting and completing each service call. 5.2.4. The contractor will provide daytime and nighttime contact numbers to call/fax/e-mail in repair orders during duty and non-duty hours. 5.2.5. The need for the Contractor to respond to a warranty repair or event and perform warranty repairs shall not be an allowable reason for the Contractor to fail to complete other scheduled work in a timely manner under the terms of this contract. 5.3. WARRANTY OF WORK. Contractor will provide standard commercial warranty from date of installation at no additional cost to the Government. 5.4. INSPECTION. The contractor shall contact the COR to schedule inspection. If equipment/components cannot be installed or repaired, the contractor shall notify the COR and provide a written detailed explanation describing the problem, the recommended corrective action, and provide specifications for any new equipment that may be needed. If equipment fails that is no longer available, the contractor shall recommend a comparable product as a replacement. Upon approval from the KO, the contractor shall install and test the new equipment to ensure that it interface with existing systems and is operating properly from the installation point back to the I2MC/911 Center. The contractor and COR shall confirm operability through coordinated performance testing to insure that the system is fully operational and functional in accordance with all applicable Army Regulatory Guidance and the Army Physical Security Program. Repair/replacement will be performed at no additional cost to the Government. 5.5. DEBRIS. The Contractor shall remove all debris and trash from the job site daily. The Contractor will not dispose of rubbish and debris into any waste receptacle on Fort Bragg. The Contractor will not allow accumulations of rubbish or debris inside or outside the buildings. Materials that cannot be removed daily shall be stored in areas specified by the COR in compliance with federal, state, and local hauling and disposal regulations. 6. INSTALLTION REGULATIONS: The contractor shall conform to all Installation Regulations and directives that pertain to security, safety, traffic, fire and personnel clearances, as they apply to the contractor's activities. 6.1 REFERENCE: The following publications are referenced throughout the requirement description. This list shall not be used as or considered a complete list of design references. a)Army Regulation 190-11, Physical Security of Arms, Ammunition, and Explosives. b)Army Regulation 190-51, Security of Unclassified Army Property (Sensitive and Nonsensitive) c)Joint Air Force Army Navy Manual (JAFAN 6/9). d)UFC 4-020-04A, Security Engineering: Electronic Security Systems Department of Defense Instruction 8510.1 (DIACAP). e)Underwriters Laboratory National Industrial Security Systems (UL 2050). f)Underwriters Laboratory Installation and Classification of Burglar and Holdup Alarm Systems (UL 681). g)Underwriters Laboratory Intrusion Detection Units (UL 639). h)Underwriters Laboratory Digital Alarm Communicator System Units (UL 1635). 7. ACCIDENT PREVENTION: The contractor shall comply with the Army Safety and Occupational Health Plan. 8. OCCUPATIONAL SAFETY AND HEALTH ACT (OSHA): Contractors shall comply with the Standards of OSHA 1926 and OSHA 1910. The Army Corps of Engineers Manual EM 385-1-1 will be used in the absence of guidance in OSHA standards. NO OZONE DEPLETING MATERIALS SHALL BE USED. 9. WORKING CONDITIONS: The building and surrounding site areas may be occupied and operations will continue on a normal basis. The contractor shall take all precautions to ensure that all operations are conducted in a manner, so as not to interfere with the normal operations, safety, and convenience of the occupants. A portion of the work in this project may take place in a restricted access area, and may require an escort to the site by the COR. The contractor shall coordinate all activities through DES/PSO, (910-396-9109) and other on site contractors, to minimize disruption of other work. 10. LICENSE REQUIRED: The Company must hold a current Alarm Systems Licensing Board, State License and proof of this license shall be furnished with the response to the solicitation. 11. DELIVERABLES. Deliverables are required in accordance with the following schedule. DeliverableFrequency# of CopiesMedium/FormatSubmit To AS-Built SchematicsDue upon completion of project1 Electronic CopyPDF or MS Office PowerPoint Contracting Officer Representative 12. CONTRACTOR MANPOWER REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.us.army.mil/ The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site." Technical Exhibit 1 Technical Exhibit 2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06c38f2c810de82b33ba37ad2366f91c)
 
Place of Performance
Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02415576-W 20110403/110401234941-06c38f2c810de82b33ba37ad2366f91c (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.