Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
MODIFICATION

63 -- Access Control Software Replacement.

Notice Date
12/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES18T0011
 
Archive Date
12/27/2017
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT 16 October 2017 Procurement and Installation of Upgraded Electronic Security Systems at US Army Corps of Engineers Saint Paul District (MVP) Saint Paul, MN ____________________________________ 1. SYNOPSIS. The objective of this Performance Work Statement (PWS) is for the upgrade of the existing Electronic Security Systems (ESS) at Saint Paul District, Saint Paul, MN. The work includes the lifecycle replacement of the legacy access control system (ACS) server application, migration of the existing database structure and configuration to the new application, and the migration of existing ACS panels and devices from the legacy system to the new system, and testing the new ESS to ensure proper operation. 1.1 Existing Access Control System (ACS). The existing ACS is a legacy TYCO C-Cure 800, Model 30 ACS, version 10.1, serial number 8-15874 that serves multiple Corps facilities including the main District Office and remote Lock and Dam sites within three states along the Mississippi River corridor. The current ESS serves approximately 700 users and consists of a single ACS server located in the Saint Paul District Office, 35 IStar ACS control panels located at 15 separate physical facilities, 209 door controllers, 209 CAC readers, 99 video cameras, 15 Digital Video Recorders (DVR), and 30 ACS monitoring workstations/ laptops. 1.2 Existing Communication Infrastructure. The ACS panels and devices are interconnected via a local area network (LAN) within the facility at each site, and a wide area network (CorpsNet) between the ACS server in the District Office and each remote facility. At each site the ACS devices are home-run back to their respective control panel. Modifications to existing ACS panels and devices are not part of this contract, with the exception of equipment firmware and/or hardware upgrades/replacements necessary to integrate with the new ACS software/server. All of the ACS panels and devices are physically accessible at the individual facilities and logically across the CorpsNet. 1.3 Contract End State. The Contractor shall deliver a fully functional ESS, upgraded from the existing system in place that provides security management at all 15 current sites and capability to add additional sites up to a total of 40 separate facilities and 40 concurrent client users. Minimum functionality shall include, • Server-based central management of the system with the ability to monitor and change access control parameters at all sites, all ACS panels and devices, and any DVR from a common location. • Independent operation of remote sites in the absence of WAN connectivity to the server. • Real time access control and simultaneous monitoring of events at all locations. • Local and remote notification of security alarms, including dial-out notifications and/or email notifications to individuals by selection or appointment. • Access all Digital Video Recording (DVR) surveillance systems within the ESS to view camera inputs in near real time, or recall playback for any time period stored on the DVR with play, fast-forward, rewind, pause, and screen image/movie capture to JPG/MP4. • Ability to address DVR system to change view, record parameters and control camera actions remotely. • Full support of HSPD-12 Common Access Card (CAC) authentication at all sites • Individual user and group based access restrictions in real time, including CAC and/or PIN access • Area control and occupancy management including multiple administrator defined preset configurations for varying force protection threat conditions, time based user access, and situational lock down. • Intuitive badging and CAC enrollment workflows. • Windows 10 compatibility of full system client and web client. • Create reports, display dynamic views and monitor system activity from any PC equipped with the full system client, web client, or mobile applications. • Activity logging by individual and/or ACS device. • Supports multiple servers 2.0 SCOPE. 2.1 Contractor shall furnish and install the ESS upgrades as described in this PWS and attachments. The project will provide all software, licensing, labor, and equipment required to install and configure the ESS at the facilities as described in Section 4. The Contractor shall deliver a complete and useable ESS. 2.2 Execution of work shall be in accordance with the contract and in accordance with the applicable documents, national codes, standards, and any installation requirements. 2.3 The Contractor shall supply all materials, documentation and labor necessary to complete the upgrade of this ESS and subsequent training of staff. Upon completion of work, the Contractor shall turn over a complete and operational integrated system as described in this PWS and the referenced documents. 2.4 Contractor shall comply with all requirements of the Army Corps of Engineers Information Technology (ACE-IT) related to installation of transmission equipment, systems, and software. 2.5 Contractor shall assume that all existing ACS panels, magnetic locks, electric strikes, and sensors are in working order and will be reused for the installation and configuration efforts of this contract with the exception of ACS panel hardware upgrades/replacements necessary to integrate with the new ACS software/server contract. 3.0 APPLICABLE DOCUMENTS. Technical criteria for the work described herein shall be as defined in the base contract. The following criteria (latest revisions) shall be applied during the execution of all work performed: • AR 190-13, The Army Physical Security Program • AR 380-5, Department of the Army Information Security Program • AR 25-1, Army Information Technology • AR 25-2, Information Assurance • Homeland Security Presidential Directive (HSPD) 12 • Federal Information Processing Standard (FIPS) 201-2 • National Fire Protection Association (NFPA) 70 National Electrical Code • National Fire Protection Association (NFPA) 101 Life Safety Code • NIST Special Publication 800-116. • American Disabilities Act (ADA) All work shall be in accordance with (IAW) industry standards and manufacturer recommendations. 4.0 SUMMARY OF REQUIREMENTS. 4.1 Government Furnished Equipment. The Contractor shall review the Government furnished equipment (GFE) list provided herein to confirm that all items listed are able to support a fully functioning ESS running under the new software. 4.2 ACS Servers. The Government will furnish a primary ACS server, and optionally a backup ACS server as specified below to support operation of the new software. 4.2.1 Primary ACS Virtual Server. The primary GFE server is a virtual server (VM) on a VM server cluster of three HP Proliant DL560 Gen 9 hosts operating with a NETAPP storage array in the St. Paul District Office. The initial configuration of the VM is as follows: • Operating System: Windows Server 2012, R2 • CPU: Quad-Core 3.4 GHz • RAM: 32 GB • Assigned Storage Capacity: 300 GB initial storage w/ capacity to dynamically adjust • Backup Data Storage: All NETAPP data storage is backed up using Snap Mirror to the Corps enterprise data center in Vicksburg, MS. Snap mirrors are retained for a period of 90 days for continuity of operations backup. The Contractor shall review and, if necessary, request modifications to the initial VM configuration to fully support the software installation. Needed changes shall be included in the contractor's quote. Any changes required by the winning contractor's quote shall be implemented by the Government in advance of the Contractor arrival onsite for planned upgrades. 4.2.2 OPTIONAL: Backup ACS Server. If exercised, the Government will furnish a physical server to support the installation of a redundant backup ACS server at the District Alternate Operating Facility (AOF). The system to be provided is as follows: • Server Make/Model: Dell PowerEdge R430 Server • Operating System: Windows Server 2012, R2 • CPU: Intel Xeon (2) - E5-2640 v4 2.4GHz • RAM: 32 GB • Assigned Storage Capacity: (4) - 4 TB 7.2K RPM SATA, 6Gbps, RAID 5 4.3 Facility ACS Control Panels and Devices. Attachment A provides a tabulated list of all physical sites serviced by the ESS and all ACS connected equipment onsite. The Contractor shall review the list of GFE at each site to ensure that makes and models for each is compatible with the upgrade to the new system. Any devices that cannot be configured to operate properly with the upgraded ACS server shall be identified by the Contractor. The Contractor will replace or remove all non-compatible equipment from the system during installation of the new system. 4.4 General Requirements. The Contractor will furnish and install the latest version of the approved product certified under the Federal Identity Credential and Access Management (FICAM) Testing Program and listed on the Government Services Administration (GSA) Physical Access Control System (PACS) Approved Products List (APL). The most current list of approved products may be found at: https://www.idmanagement.gov/approved-products-list-pacs-products/. All access to servers and systems on the Corps network (CorpsNet) will be provided through the district Security System Administrator, who will be present at all times while the systems are being accessed. The Security SysAdmin has the necessary access privilege to facilitate the actions of the Contractor. 4.4.1 Back up Current version of C-Cure 800 database. Prior to commencement of any work on the existing system, the new server installation, or any of the ACS system components, the Contractor will create a complete backup of the currently operating version of the C-Cure 800 database on an external device furnished by the Government. This backup copy will include the application and all system data, configurations, and settings necessary to recover an operable C-cure 800 installation on another server as a back out recovery option. 4.4.2 Furnish and Install new Software on new GF virtual server. The Contractor will furnish a complete and fully licensed version of the software to be installed on the GFE primary server. The installed version shall be capable of supporting up to 40 simultaneous clients. If the contractor intends to reuse the ACS panels currently on site they will need to ensure compatibility with the versions of firmware shown in the table below or plan on updating the firmware when they arrive onsite to perform the install of the new system. C-Cure 9000 Version Release Date MM/YY C-Cure Mobile Version apC apC/L, apC/L Flash apC/8X, apC/8X Flash iSTAR iSTAR Pro iSTAR eX iSTAR Edge iSTAR Ultra V2.50 01/16 1.0.63 7.72F 10.72F 8.72F 4.4C 5.2A 6.2.1 6.2.1 6.4.0 Microsoft SQL Server 2012 is available on a separate local VM within the district VM cluster, which may be accessed by the ACS server. If a dedicated SQL server license is required for installation on the primary ACS server the Contractor will furnish the licensed copy of Microsoft SQL Server 2012 Standard Edition under this PWS and include SQL installation as part of the overall server setup. 4.4.3 Migrate current C-Cure 800 database to new server. The Contractor will export the current operating version of the C-Cure 800 database from the existing district server and configure the new software/server using the same database, settings, and configurations to mirror the existing system functionality as closely as possible. The contractor is responsible for any conversion of database file formatting for use with the new system. Default settings for any new functions and capabilities within the server application shall be set in coordination with the Corps Security SysAdmin. Upon installation of the new software and configuration of the primary ACS server, the Contractor will migrate one site, defined by the Corps Security SysAdmin, from the C-Cure 800 system to the new system and test the functional capabilities of the new application to ensure proper operation before proceeding with the migration of the remaining sites to the upgraded server. 4.4.4 Migrate individual sites from C-Cure 800 server to the new server. The Contractor will migrate each site individually beginning with the District Office and proceeding through the remaining sites in order as agreed upon by the Corps Security SysAdmin and the District Security Officer. At the completion of this task all ACSs shall be operating under the control of the new ACS server and the formerly used C-Cure 800 server shall be taken off line for future decommissioning. 4.4.4.1 All work will be accomplished in coordination with the Corps Security SysAdmin who will provide administrative access to systems when required. 4.4.4.2 Upgrade firmware on any devices onsite at each facility required to support integration with the new ACS server. 4.4.4.3 Migrate or replace iSTAR (ACS) panels to operate under the direction of the new server. 4.4.4.4 Upgrade the client application on Security Workstations and Laptops at each site to the current local client version of the system software as listed in Attachment B. 4.4.4.5 Test and confirm operation of ACS panels and devices at each site before continuing to subsequent sites. 4.4.4.6 During the migration and cutover, the Contractor shall coordinate with the Corps Security SysAdmin Security Office personnel to ensure that the ACS is operational at the end of each work day. 4.4.5 Training The Contractor shall provide all necessary training for the MVP Corps Security System Administrator upon completion of the upgrade. Training shall focus on system changes between C-Cure 800 and the new system with emphasis on necessary skills to configure, install, operate, troubleshoot, and repair the new system. A complete copy of the training reference materials will be provided to the student at the conclusion of training. 4.4.6 OPTIONAL: Furnish and Install Software on new backup server. If exercised, the Contractor will optionally furnish and install the software on a second, backup server located at the MVP Alternate Operating Facility (AOF) and used in the event of a Continuity of Operations incident. 4.4.6.1 Furnish and Install a complete and fully licensed secondary copy of the Software on a GFE backup (physical) server, the same version and release as the application installed on the primary server. The Contractor will furnish a licensed copy of Microsoft SQL Server 2012 Standard Edition under this PWS and include SQL installation as part of the overall server setup. 4.4.6.2 The backup ACS server shall be configured to operate as a redundant backup system with fail-over functionality upon loss of the primary server. 4.4.7 System Technical Support. The Contractor shall furnish software technical support for the new system upon completion of the upgrade. System support shall consist of direct phone support for the MVP Security System Administrator, currently Mr. Kevin Lapp. The current administrator is a certified System Installer/Maintainer and System Manager on the C-Cure 800/8000 system. The Corps requires Enhanced Service for the new system equivalent to the 800/8000 enhanced service, ITEM #CCSM80-30E. The Enhanced Service for the new system shall begin within 30 days from the date of acceptance of the contract work, and shall run for a duration of one year. The Contractor shall provide pricing for three (3) additional option years of enhanced service that may be exercised at the discretion of the Government. If service support equivalent to CCure CCSM80-E is included in the base price of the new system and there is no separate yearly cost the contractor shall indicate so in their quote. 4.4.8 Warranty. The Contractor will provide a minimum one-year parts warranty on any components they provide and install under this contract. The Contractor shall provide to the COR, within 10 days after Government acceptance of the system, a Letter of Warranty that includes Contractor POC information and phone numbers for warranty calls, terms of warranty, and a list of all items installed under this contract. 4.5 Travel. The Contractor's quote shall include any required travel costs to complete the requirements specified in the PWS. 4.6 Other Requirements. 4.6.1 Installation Access. The MVP core hours are Monday through Friday from 0800 until 1630 hours. If there's a need to extend the installation/integration process beyond these hours, an approval must be requested and granted in advance by the site Contracting Officer. 4.6.2 Site Security. The Contractor personnel working on this project will be required to follow any and all security and access rules and regulations (i.e., physical access or network access requirements) as set forth by the US Government in order to gain access to the USACE offices or systems to perform work assignments. 4.6.2.1 Contractor Personnel. The Contractor shall provide a list of the personnel performing the work to the District Security Officer. Contractor personnel shall be authorized to work in the United States and either speak fluent English or the contractor shall provide onsite interpretation staff for their employees. Contractor personnel shall be certified to perform installation of the systems under this contract. Contractor shall comply with all Antiterrorism/Operations Security (AT/OPSEC) requirements listed in the contract. 4.6.2.2 Security Clearances. The Contractor shall submit a Visitor Access Request with the names and necessary ID information for all personnel who will be working on premises at least two weeks before arriving on site. POC for the visitor access requests is the District Security Officer. 4.6.3 Safety. Work shall be performed in accordance with United States Army Corps of Engineers Safety and Health Requirements Engineering Manual (EM) 385-1-1. Guidance for preparing safety plans is contained in EM 385-1-1 which is available electronically at URL www.hnc.usace.army.mil. Select TECHINFO, and then select Engineer Manuals to find EM 385-1-1. 4.6.4 Coordination of Work. The Contractor shall coordinate all work activities (times and locations) with the Corps Security SysAdmin. 4.6.5 Work Area Requirements. The Contractor shall clean up all debris and discarded materials resulting from their operations at the end of each workday. 5.0 DELIVERABLES. 5.1 Project Schedule. An initial project schedule shall be due no later than 10 business days after contract award including names of contacts and other contact information. The Contractor will provide periodic updates to the schedule as necessary to reflect changes as the project progresses. 5.2 Meetings. 5.2.1 The Contractor shall schedule a virtual project kickoff meeting within 10 business days of contract award. At a minimum, the kickoff meeting shall include the ACE-IT IT Chief (ITC), Corps Security System Administrator, and district COR (if appointed). The Contractor shall include all staff necessary to fully discuss the project, schedules and deliverables. 5.2.2 The Contractor shall schedule other meetings as required so that critical information is disseminated and questions are addressed in a timely manner to ensure the project is successful. 5.2.3 Contractor is to record meeting minutes and provide copies to the COR. 5.3 Status Reports. The Contractor shall provide at minimum, a progress status report at the beginning of each work week after the first day onsite, and continuing thru project completion to the Corps Security System Administrator. These status reports shall be submitted via e-mail. Status reports shall include contract number, project description, work accomplished previous week, work to be accomplished within the next week, problems or issues that affect ability of the Contractor to perform, whether Contractor is on schedule and percentage complete. 5.4 Project Closeout and Completion Report. Contractor shall perform the final acceptance and project closeout with the Corps Security SysAdmin and any other needed Government personnel. 6.0 OTHER. 6.1 Location of Work Performance. Work shall be performed at the sites listed in Attachment A. The primary site for server installation and configuration is the Saint Paul District Office, listed as site #1 on the tabulated list. All other sites are remote facilities that will be migrated onto the new system. Site location #5 includes the AOF where the backup server will be installed under the 4.4.6 optional work item, if exercised. 6.2 Period of Performance. The period of performance for individual CLINs will commence upon contract award, for a duration as listed in the contract CLIN list. Installation and migration to the primary sever will commence after contract award. Exercise of the backup server optional CLIN, Section 4.4.6, will be executed within 6 months of contract award. Migration of field site ACS components, Section 4.4.4, shall commence NLT 15 January 2018. The actual onsite dates will be coordinated with the Corps Security System Administrator. All work with the exception of the backup server shall be completed no later than 15 Feb 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES18T0011/listing.html)
 
Record
SN04758258-W 20171208/171206230903-c69098386c240c595d22853a670894aa (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.