Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

63 -- Weapons Visibility and Security Network

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Bureau of ReclamationPacific Northwest RegionRegional OfficeAcquisition Management Division1150 N. Curtis Road, Ste. 100BoiseID83706-1234US
 
ZIP Code
00000
 
Solicitation Number
R15PS01749
 
Response Due
9/10/2015
 
Archive Date
10/10/2015
 
Point of Contact
Sandra Snediker, Phone: (208) 378-5200
 
E-Mail Address
ssnediker@usbr.gov
(ssnediker@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
No Description ProvidedThis 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; quotes are being requested and a written solicitation will not be issued. Solicitation number R15PS01749 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-83. This is a total small business set-aside under NAICS 561621with an associated small business size standard of $20.5M. CLIN 0010 Weapons Security System for Grand Coulee Power Office IAW the Weapons Visibility and Security Network Specifications - 1 Job No Description Providedtiny_mce_marker_______ Total price includes all applicable fees and taxes. FOB: Destination, at Grand Coulee WA 99133. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. By the provision at 52.212-2, Evaluation-Commercial Items, technical capability of equipment and past performance to meet the described government need in the PWS, and price will be evaluated equally. The following addendum to 52.212-2 applies: WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations; WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services; WBR 1452.222-80 Notice of Applicability--Cooperation With Authorities and Remedies - Child Labor--Bureau of Reclamation; 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior; ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors. The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. The following addenda to 52.212-4 apply: 52.223-18 Contractor Policy to Ban Text Messaging while Driving; ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors; WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.204-19 Incorporation by Reference of Representations & Certifications; DOI-AAAP-0028 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP); WBR 1452.237-80 Security Requirements--Bureau of Reclamation; 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02). The following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside; 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note); 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246); 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627); 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332), 52.211-6 Brand Name or Equal. Written, signed offers on a company letterhead with contact information are due no later than September 14, 2015 at 3:00 PM PT by electronic mail to ssnediker@usbr.gov. For information regarding this Request for Quotation, please contact Sandra Snediker, Contract Specialist by email only, ssnediker@usbr.gov. Weapons Visibility and Security Network Specifications The Department of Interior, Bureau of Reclamation, Pacific Northwest Region, Grand Coulee Power Office (GCPO) has a requirement for an integrated, Weapons Visibility and Security Network, based on (IEEE 1902.1) wireless tags. The successful vendor shall provide a Weapons Rack accompanied by items described below. The whole system shall be able to perform the tasks specified below. 1. Weapon Rack Weapon Racks will be mounted on the wall to fit in an armory with overall dimensions of 14'x17.5' at 9' Tall. The specific area within the armory that the racks are to be installed is 4.5' x 14' at 9' Tall. Weapon rack shall hold a minimum of 86 rifles. Vendor shall provide weapons racks compatible with the weapons tracking system. Racks must have antennas built into the rack that can scan entire rack many times a day, to provide automated physical inventory of all weapons on racks. Racks must be networked appliances and must be synchronized. System must be capable of fully automated weapon audits and inventory that can be taken many times each day. 2. Software/Hardware Vendor shall provide the latest version of its applications software. Updates of the application and operating system software shall be configured such that only services required to operate the system are run and all industry best practice IT security measures are incorporated in accordance the Reclamation and GCPO policy. (See # 8. IT integration below). Vendor shall provide weapon tags that can be provided in a number of formats. Tags will be placed in lower receiver of M-4 and inside of pistol grip of Glock G-22. All carbine tags will be capable of having shot counting capabilities. The government shall make necessary accommodations for installing the new contractor supplied computers in the appropriate locations. 3. Commissioning station Vendor shall be able to provide a laptop (fully rugged) based commissioning station for large scale commissioning of tags. Station must be capable of reading data from another source (e.g. IDs) that must be assigned to a tag. The station must have a programmable range of 6-7 feet to a few inches. The station must be a fully networked device that can be controlled from any networked terminal or laptop. 4. Mobile commissioning station Mobile commissioning station will be able to read information from integrated appliances and tags. The portable device will be used to associate new tags with assets upon deployment (initial commissioning) and for ongoing use. Armory Personnel must be able to use the portable device to perform check-in/ check-out functions, or spot check inventory. In this mode, the mobile device communicates directly with the tag to obtain information. Mobile units may also be used for low level tag management with one of the maintenance applications. 5. Exit Entry Management System access control will be based on a flexible Portal Platform. The platform will be an extensible device that is configured for specific access requirements (gates, doors, etc.) with auxiliary antennas. The combination of these auxiliary antennas and system firmware will ensure that the resulting appliance can be figured to provide maximum performance over a very wide range of environments and operating needs. For example, a door mounted access control point at the door to an armory could be configured to alarm if a weapon is passing through the door but has not been issued to an officer. 6. End User Applications The entire Visibility Network must be integrated into a working networked system through Oracle Dot Tag Servers. Oracle Dot Tag will be based on industrial grade Oracle Fusion Middleware (OFM) components: Oracle 11g Database and Oracle Weblogic Application Server. The Dot Tag Server will capture all exit entry events, alarms, and exceptions into a single managed database. Dot Tag will also provide routine backups, diagnostics on all Appliances as well as all tags in the network. Dot Tag serves as the network synchronizer to manage multiple appliances and ensure they function in a coordinated manner. System will be configured to provide real-time alarms to view stations, real-time reports displayed on large LCD screens using Visible Remote Screen reporting systems, as well as audit trails that meet all standards for both security and authenticity via date time stamped digital signatures. The system will provide a report generator can provide reports of room use, personnel histories and visits, daily site activity reports, and other required summaries of system activity. These reports will be automatically generated as PDF's, XML, Excel Spreadsheets, or CSV files, and may be exported to a desktop or email. Oracle is a brand name or equal, other products such as Microsoft may be quoted as long as able to meet federal security. 7. End User Training Vendor will provide end user with sufficient training to successfully operate the system for employees. The vendor will conduct training no later than seven days after installation and it will be conducted onsite. Training manuals will be provided to system user upon conclusion of training. Vendor will collaborate and comply with BOR IT staff to ensure compliance with GCPO IT policy. 8. IT integration Any system that will be attached to the US Bureau of Reclamation (BOR) Reclamation Mission Support System (RMSS) network can come preconfigured/setup but will be subject to BOR RMSS Secure Technical Implementation Guidelines (STIGs). These STIGs define a standard secure configuration on the machine limiting user access to such things as administrative functions, password length and duration, access local files and folders, system event auditing, etc. The system is subject to established Group Policies on the network as well a as requirement for active anti-virus and anti-malware scanning. The system must be able to be joined to the BOR network and the RMSS Active Directory Domain. Access to and management of the system will be via the RMSS Active Directory Domain and Microsoft System Center Configuration Manager (SCCM). Depending on network traffic, the system may be installed on an isolated subnet behind a firewall for security and to prevent excessive network traffic on other parts of the RMSS network. All services and ports required for use by the system will need to be fully documented and available at the time of installation. 9. Warranty and Support The vendor shall provide the standard commercial warranty to include parts, labor, Technical Support (phone and Onsite) and Software upgrades for the entire warranty period. 10. Post Award Meeting The vendor shall attend a site visit within 30 days after Contract award. Due to security requirements at Grand Coulee Power Office facilities, the contractor shall provide the list of names of site visitors two days before the site visit. 11. Delivery Weapons Visibility and Security Network installation shall be completely installed within 6 months after Contract award date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bdec83a861644fbcecccbb91995cfc0e)
 
Place of Performance
Address: Grand Coulee, Washington, United States
 
Record
SN03879374-W 20150912/150910235429-bdec83a861644fbcecccbb91995cfc0e (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.