Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,1996 PSA#1670

DHHS/OS/ASMB/OGAM/Division of Contract Operations, 200 Independence Avenue, S.W., Room 443H, Humphrey Bldg., Washington, D.C. 20201

S -- COMPUTER CONTROLLED ACCESS (CCA) FOR PERIMETER ENTRANCES/EXITS AND FOR AUTOMATED LOG-IN/OUT PROCEDURES FOR THE DHHS HUMPHREY BUILDING SOL RFP-45-96-HHS-OS POC Cheryl L. Howe (202) 690-5552 THIS IS PART 2 OF RFP-45-96-HHS-OS. SPECIFIC CONTRACT REQUIREMENT FOR INDEPENDENCE AVENUE MAIN ENTRANCE - EMPLOYEE LOG-IN/LOG-OUT CARD READERS: The contractor will install at or near the main guard desk two proximity card readers. The contractor will also be responsible for providing whatever other equipment to establish the operation of the readers, including but not limited to controller panels and other subsystem equipment as required. One reader will be used to log employees into the building; the second will be used to log employees out of the building. The readers will be programmed to ensure that an employee using the in reader must use the out reader within a specified time or access rights will be denied (modified anti-passback feature). The contractor will also program at least two standard reports into the CCA in order to print out entry/exit logs from those using these two readers. At a minimum, the reports will include the employees name, component, type of transaction, entry or exit, and the transaction date and time. One report will be arranged by employee name; the second report arranged by transaction time. SPECIFIC CONTRACT REQUIREMENTS FOR PERIMETER SECURITY (numbers relate to entry/exit locations previously defined): A) Provide magnetic locks for 1a/b-5, and 7-9; B) Provide proximity card readers on the exterior for 1a and 2-7 and 9; C) Provide proximity card readers on the interior for 1a, 2-7 and 9; D) Door exit hardware for 1a/b-5, 7 and 9 must be configured to be in conformance with appropriate fire and safety codes for emergency exits. The tower doors (8) must be provided with a crash bar or other appropriate door exit hardware to be in conformance with those codes; E) Emergency lock down of all doors simultaneously from the main guard desk must be provided for 1a/b, 2, and 4; F) Configure entry readers for the following doors to be accessible to employees with disabilities and in conformance with the American with Disabilities Act (ADD): 2 - at least one of the doors, both entry and exit, and 4 - at least two of the doors, both entry and exit; G) Doors 1a/b-5 and 7-9 must unlock when a fire alarm occurs in the Humphrey Building. The doors must be able to be relocked by executing the fire alarm reset process from the control center. This process is part of the existing CCA. H) Provide appropriate interface with the CCTV so that a CCA alarm on all doors 1a/b-9 will activate priority monitoring of the CCTV. I) For 1b only, configure both the entry readers and exit readers for the double doors to be accessible to employees with disabilities and in conformance with the ADD. J) For 6 only, provide a keypad on the interior side of the door to hold the door open for the movement of equipment/material through the doors. Configure the keypad to hold the door open upon entry of a valid code number and to close upon the entry of another valid code number. The card readers will be keyed to the current door control motor. DRAWINGS/PLANS: The contractor will provide to DHHS two copies of all drawings, plans, or blueprints related to the installation of the readers and relevant subsystem panels. TRAINING: The contractor will provide onsite training to the DHHS security staff and contract guards sufficient to utilize the full capability of the readers and related reports. The project shall commence from the date of contract award and shall be completed within four months. A site visit will be conducted on September 6, 1996, at 10:00 AM, to familiarize potential offerors with the location. Vendors wishing to participate in the site visit should contact Cheryl Howe on 202-690-5552 by 12:00 NOON, September 5, 1996, and state their intention to attend as well as to receive instructions for gaining access to the building. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Submissions shall consist of a pricing proposal and a technical proposal (an original and two copies of each). The pricing proposal shall fully detail all costs for equipment, materials and labor. The technical proposal shall consist of a cover sheet on letterhead stationary listing the RFP being responded to, the offeror's name, location, and telephone/fax numbers, a statement indicating understanding of the requirements and the ability to comply with the time frame stated, configurations proposed (includes drawings as previously described), a resume of proposed personnel, and a description of all equipment being offered and verification of compatibility with the HHH's current CCA and employee badging system. The price and technical proposals should address this requirement in sufficient detail that the following technical criteria can be used to evaluate submissions: All proposals will be reviewed for their technical capability, durability, conformance to the building design and requirements of historic preservation guidelines (20 points), and compatibility and interface with the existing CCA (30 points). As a separate part of the technical proposal, include past performance information on three of the most recent, similar jobs done including company/agency name and telephone and FAX numbers for a contact person. The review will be weighted 50% technical, 45% cost, and 5% past performance history of equipment and contractor. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Any clauses or provisions referenced in this notice can be accessed through the Internet address that follows: http://www.gsa.gov/far/90-40/html/52_000.html/. Offers are due September 16, 1996, by 4:00 PM EST, at the following location: Department of Health and Human Services, OS/Division of Contract Operations, Room 443H, Humphrey Building, 200 Independence Avenue, SW, Washington, D.C. 20201, ATTN: Cheryl Howe. The contact point shall be Cheryl Howe, 202-690-5552. Amendments to this solicitation, if any, shall also be published as a Commerce Business Daily synopsis. (0241)

Loren Data Corp. http://www.ld.com (SYN# 0132 19960829\S-0001.SOL)


S - Utilities and Housekeeping Services Index Page