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