Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

Social Security Administration, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, Md. 21207-0696

63 -- PURCHASE AND INSTALLATION OF AN INTEGRATED ELECTRONIC SECURITY SYSTEM SOL SSA-RFP-96-2713 DUE 080996 POC Barbara F. Hands Tel: (410) 965-9517 The Social Security Administration (SSA) has a requirement for the purchase, installation, and equipment system certification of a new state-of-the-art integrated electronic security system for the SSA National Computer Center (NCC) located at its headquarters in Baltimore, Maryland. This system will replace the existing security monitoring system. The Integrated System shall provide operator interface, interaction, and dynamic real-time process manipulation, including overall system supervision, coordination end control. Alarm and access control data shall be obtained from local processors which are located in or near the protected areas and entry points. All television equipment shall conform to National Television Systems Committee (NTSC) specifications. The system shall include all connectors, adapters, and terminators necessary to interconnect all equipment. The contractor shall supply and install all conduit, cable tray, cabling, and other supplies necessary to interconnect the physical security system, access control system, and closed circuit television (CCTV) equipment installed in the Command and Control Center, and to interconnect equipment installed at remote control/monitoring stations. The present Access Control sub-system will be replaced in its entirety including the present full-height turnstiles. The new access control system will initially utilize card readers, key pad/card reader combinations, waist-high turnstiles, full-height turnstiles, and handicap entry gate (swing gate). An adjacent Social Security building has independently procured and installed a new card access system utilizing Hughes proximity card readers and cards. To maintain consistency throughout the SSA campus, the Hughes proximity cards and readers shall be required in this system. The security system must be capable of interfacing with the card access system installed in the adjacent building (LOGIPLEX) so that the databases may be shared and access permissions passed. The interconnection of these systems shall not be a part of the contract, however, the contractor must clearly show in their proposal how the proposed system will interconnect and communicate with the Logiplex system. As a part of the pre-delivery systems tests, the contractor shall demonstrate a functional interface to Logiplex. All Logiplex equipment required for this interface and test shall be supplied by the contractor. The contractor must certify that the proposed system will interconnect when required. The Front Lobby will be configured for access control. Entry and exit waist-high turnstiles and handicap swing gate shall be installed with card readers. Entry lane shall be configured with a magnetometer. A package x-ray unit will be installed adajacent the entry turnstiles. The intrusion detection sub-system shall include the existing door alarms and motion detectors locations, additional balanced magnetic switches, and additional PIR motion sensors. All existing alarm sensors shall be replaced utilizing the existing conduit. A new intercom system control servicing all secure areas and doors shall be installed in the new Command and Control Center (CCC). The existing Public Address system control shall be relocated to the new CCC. The security system shall include related functions such as visitor processing, package inspection with an x-ray machine, and handgun detection with a magnetometer. The system shall be capable of providing a direct communications link to the Video Imaging System and must be capable of accepting enrollment data from the Video Imaging and Badging System directly into the Security System database. The contractor shall provide removal of all existing equipment which is being eliminated or replaced and shall provide an inventory of all removed equipment to SSA. Time for delivery and completion shall be approximately 180-calendar days after award. It is anticipated that a firm-fixed price contract shall be awarded as a result of the solicitation. This acquisition has been determined to be subject to Part 12 of the Federal Acquisition Regulation (FAR) regarding the acquisition of commercial items. Solicitation No. SSA-RFP-96-2713 will be available for release on or about July 10, 1996, with proposals due 30 days thereafter. All drawings will be made available for review at SSA. Written requests only; no telephone requests for a hard copy of the solicitation will be accepted. Any firm desiring a copy of the solicitation must submit its request within fifteen (15) days of this announcement. All requests should cite the solicitation number SSA-RFP-96-2713. Requests received after this period will be filled on a first-come, first-served, basis until the supply is exhausted. All responsible sources may submit a proposal which shall be considered by the agency. This solicitation will also be available for download in electronic form on the SSA Acquisition Data and Information Exchange (SADIE) Bulletin Board System. Dial (410)966-4889 within the Baltimore, Md. area, or 1-800-SSA-SELL for access. Set your modem to 8 data bits, no parity, 1 stop bit (8-N-1), full duplex, and VT-100 or ANSI terminal emulation. Further instructions are available online. For technical assistance, call the SYSOP at (410) 965-8086. The solicitation will be available for downloading from SSA's Acquisition Information Home Page at http://www.ssa.gov/oag/oag1.htm (0178)

Loren Data Corp. http://www.ld.com (SYN# 0365 19960627\63-0001.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page