Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037

DHHS, Office of the Secretary, Office of Acquisition Management; Room 443H, Humphrey Building; 200 Independence Avenue, S.W.; Washington, D.C. 20201

R -- EXPANSION OF CCA AND CCTV SOL RFP-06-98-HHS-OS DUE 030298 POC Point of Contact: Gwendolyn Briscoe, Contract Specialist, 202-690-8658 This 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; proposals are being requested in accordance with the Special Notice Published on 12/23/97 in the Commerce Business Daily, Issue No. PSA-1998 and a written solicitation will not be issued. This is a request for proposal, RFP-06-98- HHS-OS. This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular #97-03. This is a full and open competition acquisition which will result in award of a task order type contract with firm fixed price task orders. The period of performance shall be one year with four option years. TITLE: Expansion and additional installation of Computer Controlled Access System (CCA), to include closed circuit television equipment (CCTV), and other security equipment and required system programming for various entrances/exits and other access control and security monitored points for the Department of Health and Human Services (DHHS) Hubert H. Humphrey Building (HHH). STATEMENT OF WORK: The statement of work distributed to vendors attending the mandatory site visit conducted 1/15/97 remains unaltered and should be used as the basis for technical proposal responses. As stated in the Special Notice published in the 12/23/98 CBD, the site visit was a mandatory requirement for eligibility in competing for this acquisition. Offers from firms who did not attend site visit will not be considered as viable competitors. The following statement of work is for Task Order #1 which is to be awarded at time of contract award and will be used as the basis for evaluation of pricing. TASK ORDER #1: Computer Controlled Access (CCA) for core conference room entrance/exit doors for the Department of Health and Human Services (DHHS) Hubert H. Humphrey Building (HHH). Description: This contract will expand the current CCA to include the renovated core conference rooms in the HHH. This will eliminate the need for different types of locks and keys and different alarm systems thereby facilitating alarm monitoring through one system. In addition, the new locks will increase security and control and provide expanded reporting capability on core conference room use. General Requirements: The contractor will provide and install proximity card readers, subsystem panels, necessary interface software, necessary interface programming, magnetic locks, door crash bars as required, and other door hardware to secure all core conference room doors and to integrate them into the existing CCA. The contractor can propose specific door configurations depending on the location and use of the door. The proximity readers will be able to read the proximity cards now issued to DHHS employees in the southwest complex. The readers will also be fully compatible with the existing CCA system. The contractor will provide all necessary card readers, all wiring of the readers to the main CCA computer, appropriate mounts for the readers, all necessary interfaces, appropriate sub panels and subsystems, all magnetic locks, all required door crash bars, all alarms, and other relevant door hardware or system equipment, and appropriate software and programming to interface the new equipment with the current CCA. The government will provide all conduit and conduit #roughed# to the appropriate doors. Contractor will be responsible for providing and installing required cable. Specific Requirements: 5th Floor Conference Room; 7th Floor Conference Room -- Each conference room on these floors has four (4) doors, one of which will be configured to meet the American with Disabilities Act (ADA) requirements. The following requirements listed are for the four doors in each conference room, or a total of eight doors. Two of the doors will be ADA accessible. 1.Provide magnetic locks for four single doors in each conference room. Total of eight doors. 2.Provide a proximity card reader on the exterior of each door. Total of eight readers. 3.The interior of each door will be provided with a passive infrared detector (PIR) or a similar device to allow for exit without use of a request to exit button (REX). 4.Configure all door exit hardware to be in conformance with appropriate fire and safety codes for emergency exits. 5.Configure one door with appropriate automatic opener in order to be accessible to employees with disabilities and in conformance with the ADA. 6 All doors will unlock when a fire alarm occurs in the Humphrey Building. The doors will be able to be relocked by executing the fire alarm reset process from the control center. This process is part of the existing CCA. 7.Provide appropriate wiring for the doors/readers to the CCA computer and all wiring of the readers to the main CCA computer. 3rd Floor Conference Rooms; 4th Floor Conference Rooms -- Each floor will have two conference rooms with two (2) doors, one of which will be configured to meet the ADA requirements. The following requirements listed are for the two doors in each conference room, or a total of eight doors. Four of the doors will be ADA accessible. 1.Provide magnetic locks for four single doors in each conference room. Total of eight doors. 2.Provide a proximity card reader on the exterior of each door. Total of eight readers. 3.The interior of each door will be provided with a passive infrared detector (PIR) or a similar device to allow for exit without use of a request to exit button (REX). 4.Configure all door exit hardware to be in conformance with appropriate fire and safety codes for emergency exits. 5.Configure one door with appropriate automatic opener in order to be accessible to employees with disabilities and in conformance with the ADA. 6. All doors will unlock when a fire alarm occurs in the Humphrey Building. The doors will be able to be relocked by executing the fire alarm reset process from the control center. This process is part of the existing CCA. 7.Provide appropriate wiring for the doors/readers to the CCA computer and all wiring of the readers to the main CCA computer. Drawings/Plans: The contractor will provide to DHHS at least one copy 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 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 and shall be based on the statement of work previously given for Task Order #1. 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 a description of all personnel and equipment being offered and verification of compatibility with the HHH's current CCA and employee badging system and existing CCTV system. The technical proposal should address this requirement in sufficient detail that the following criteria can be used to evaluate submissions: All proposals will be evaluated for the following factors: 1) their technical capability (10 points), 2) durability (5 points), 3) conformance to the building design and requirements of historic preservation guidelines (5 points) and 4) compatibility and interface with existing CCA and CCTV (30 points) (Total: 50 points). As a separate part of the technical proposal, include past performance information (25 points) on three of the most recent, similar jobs done including company/agency name and telephone and FAX numbers for a contact person. The evaluation will be weighted 50% for the previously listed technical factors, 25% cost, and 25% 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.arnet.gov. Offers are due March 2, 1998, 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: Gwendolyn Briscoe. The contact point shall be Gwendolyn Briscoe, 202-690-8658. Amendments to this solicitation, if any, shall also be published as a Commerce Business Daily synopsis. (0050)

Loren Data Corp. http://www.ld.com (SYN# 0083 19980223\R-0007.SOL)


R - Professional, Administrative and Management Support Services Index Page