Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2005 FBO #1376
SOLICITATION NOTICE

63 -- Upgrade of Security System

Notice Date
8/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Alameda, Coast Guard Island Building 42, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
21053156CS802
 
Response Due
9/12/2005
 
Archive Date
9/27/2005
 
Description
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 and a written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 423690 with a small business size standard of 500 employees. However this requirement is unrestricted. All interested Contractors may submit a quote. The U.S. Coast Guard CAMSPAC, Communications Area Master Station has a requirement for: STATEMENT OF WORK START: Upon issuance of Task Order COMPLETE: 1 Month from date of award. SHORT TITLE: Security System Upgrade 1. PLACES OF PERFORMANCE: a. Communications Area Master Station Pacific, Pt. Reyes Station, CA 2. REFERENCES a. COMDTINST 5530.1C b. COMTINST 5510.12B 3. SPECIFICATIONS: NONE. 4. SECURITY REQUIREMENTS: A minimum of one member of the install team must have Secret clearance or higher. 5. TECHNICAL ASSISTANT (TA) DESIGNATION: a. The project coordinator is LT. Shawn Tutt (415) 669-2040 b. The alternate coordinator is OS2 Jason Eyberg (415) 669-2150 c. The project technical advisor is IT2 Chris Black (415) 669-2177 6. DESCRIPTION OF WORK: 1.CAMSPAC requires a fully integrated system by which all security activities can be achieved from a single source, without the need to manipulate multiple sub-systems; with capability to maintain and access cataloged information from a common database. 1. 2 Northern controls N1000-IV panel with software 2. 7 Northern compatible SmartChip card readers. 3. 24V power supply. 4. Entrance/Exit alarms 5. 2 magnetic door locks with power supplies. 6. Full security badge production capability with all applicable software and hardware. 7. 300 blank SmartChip cards. 8. 1 PTZ camera with outdoor stainless steel environmental enclosure. 9. 4 outdoor fixed color cameras with environmental housing. 10. PTZ control joystick. 11. Device mountings, connections, tools, and all applicable software. 12. Onsite user and technical training for appropriate personnel. . 6.1 TASK A The contractor shall provide technical services to perform the following: 6.2.1 Visit USCG Communications Area Master Station Pacific, Pt. Reyes Station, CA for the purpose of conducting a site survey to determining a suitable security system upgrade. 6.2.2 Submit a trip report with proposed equipment locations and required cabling schematics. The contractor shall provide a cost estimate for the installation of the proposed system. 6.3 TASK B 6.3.1 The contactor shall supply and install SmartChip card readers at the south hallway entrance, the east facing front entrance, the operations center entrance, the network shop entrance, the front gate entrance, the front gate exit, and the south facing patio entrance. 6.3.2 The contractor shall supply and install magnetic locks at the network shop entrance, and the operations center entrance. 6.3.3 The contactor shall supply and install 2 Northern controls N1000-IV panels with all applicable software and hardware in a location specified by the project coordinators. 6.3.4 The contractor shall supply and install 24V power supply to support security system. 6.3.5 The contactor shall supply and install exit/entrance alarms at all entrances to CAMSPAC facility. 6.3.6 The contactor shall supply all applicable hardware and software so that CAMSPAC personnel can achieve full security badge production capability. 6.3.7 The contractor shall supply 300 blank SmartChip security cards 6.3.8 The contactor shall supply and install 1 PTZ camera with environmental housing, 4 outdoor fixed cameras with environmental housing, and 1 PTZ joystick control at locations specified by project coordinators. 6.3.9 The contractor shall supply onsite user and technical training with appropriate personnel for new security system. 6.3.10 The contractor shall configure security system, so that in the instance of power loss the security system will remain operational. 6.3.11 Verify all cables are marked and labeled. All equipment shall be bonded and grounded in accordance with applicable standards. Ensure that all living and working spaces affected by the installation are returned to ?acceptable? standards as defined by the crew. 6.3.12 All equipment shall be operationally tested prior to completion of the project. 7. GOVERNMENT FURNISHED PROPERTY (GFP): a. The government shall supply and install all necessary 25 pair cabling provided contractor issues exact cabling requirements in a timely manner. b. The government shall upgrade the existing N1000II panels with compatible firmware and RAM prior to install provided the contractor issues specific requirements in a timely manner. c. The government will provide adequate hardware to run software for security system provided the contractor issues the name and version of said software in a timely manner. 8. CONTRACTOR-ACQUIRED PROPERTY (CAP) AND RESPONSIBLITIES: a. The contractor shall provide all standard tools including, but not limited to, wrenches, hand drills, connector removal/crimp tools and screwdrivers, and electronic test equipment. b. The contractor is responsible for any interior modification of facility, and will ensure repair or return of any government property damaged in the process of installation. c. The contractor shall provide material not readily available in the supply system, but necessary to complete the task in a timely manner. Any material required for this task not listed below must first be submitted to the project coordinators for approval. This submission must include the exact items required, the quantity required and the cost of each item. Any material items not specifically approved by the project coordinators for this task shall not be charged to this task. All materials and equipment purchased to support this contract using Government funds shall become the property of the US Government and shall be handled, stored and safeguarded in accordance with current instructions for such government owned equipment and materials. d. A representative list of CAP is provided below: 1. 2 Northern controls N1000-IV panel with software 2. 7 Northern compatible SmartChip card readers. 3. 24V power supply. 4. Entrance/Exit alarms 5. 2 magnetic door locks with power supplies. 6. Full security badge production capability with all applicable software and hardware. 7. 300 blank SmartChip cards. 8. 1 PTZ camera with outdoor stainless steel environmental enclosure. 9. 4 outdoor fixed color cameras with environmental housing. 10. PTZ control joystick. 11. Device mountings, connections, tools, and all applicable software. 9. TRANSPORTATION OF EQUIPMENT/MATERIAL: Transportation of equipment/material is the responsibility of the contractor. The contractor shall ensure the equipment is functional upon arrival. DATA DELIVERABLES: a. A security and visitation message shall be provided to the project coordinators 10 days prior to visiting the facility. 10. SUB-CONTRACTING REQUIREMENTS: a. All sub-contracting will be the responsibility of the contractor. 13. ACCEPTANCE PLAN: All work to be performed and all materials and data to be submitted under this task order shall be inspected and accepted by the designated project coordinators. 15. LIST OF ATTACHMENTS: NONE Award will be made to the offeror whose quote offers the lowest overall price, technically acceptable quote. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52-212-3 Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns; (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilitites; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.225-3, Buy american Act-Free Trade Agreements-Israel Trade Act; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; and 52.214-35 Submission of Offers in U.S. Currency. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and 1) copy of a quotation which addresses all Line Items; 2) Technical Description and or Product Literature; 3) Description of Commercial Warranty; 4) Copy of the most recent published price list; and 5) a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. All quotes must be received not later than 3:00 PM local time, on September 12, 2005 at the U.S. Coast Guard ISC-Procurement Division, Bldg. 42, Attention Deborah Cefaratti, Coast Guard Island, Alameda, CA 94501-5100. Faxed quotes will not be accepted. Point of Contact: Deborah Cefaratti, Chief Procurement Branch (510) 437-3195 POC: Project Coordinator: LT. Shawn Tutt (415) 669-2040
 
Place of Performance
Address: U.S. Coast Guard, Communications Area Master Station, Point Reyes Station, CA 94956
Zip Code: 94956-0560
Country: US
 
Record
SN00883314-W 20050902/050831211550 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.