Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

58 -- ACCESS CONTROL SYSTEM

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
6178A100
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. The purchase of an Access Control System for Buildings 640 & 645 on Robins AFB, GA. To be installed IAW the following SOW. Prices should be FOB Destination (Robins AFB GA 31098). Request delivery date is 30 days ARO. STATEMENT OF WORK ACCESS CONTROL SYSTEM UPGRADE 402d Electronics Maintenance Group (402 EMXG) Robins Air Force Base (AFB), Georgia Buildings 640 and 645 1. Scope: This statement of work (SOW) identifies all engineering, labor, equipment, and materials for the design and installation of a new Access Control System in the Avionics Complex (402 EMXG), Buildings 640 and 645, at Robins AFB, Georgia to upgrade the existing Access Control System. The upgraded Access Control System shall have the capacity to expand and fully integrate future additions of buildings. The Access Control System shall be upgraded to incorporate the following elements: a. One (1) New software package including database partitioning, Photo Identifier (ID) and Management Information System (MIS) interface options. Software to be installed on a server provided by the 402 EMXG Group loaded with Microsoft Server 2003 and Microsoft Structured Query Language (SQL) database software. b. One (1) NSI (Network Solutions Inc.) Doubletake remote redundancy software package to be installed on Server provided by the 402 EMXG Group loaded with Microsoft Server 2003 and Microsoft SQL 2003 database software. c. Ten (10) client/workstations software licenses. Client software to be installed on 402 EMXG desktops using Windows XP (Cross Platform), 2000 or better operating systems. d. Seven (7) CK721 Intelligent Access Control Panels (ACP). These panels communicate via Transmission Control Protocol (TCP)/Information Provider (IP) with the host server. The 402 EMXG Group will provide static Information Provider (IP) addresses for all ACP?s (Active Code Page) and the host servers. e. Reuse the following existing proximity readers, turnstiles, ADA (Programming Language) access sliding gates and vehicle gates and incorporate them into the upgraded SMS: East Annex - Location P6: 1 reader - One (1) reader installed to control new turnstile East Annex - Location P8: 2 readers - Two (2) readers controlling existing turnstiles East Gate - Location P1: 4 readers - One (1) reader controlling ADA access sliding gate - One (1) reader controlling the vehicle gate - Two (2) readers controlling existing turnstiles Visitor Control Center: 1 reader - One (1) reader controlling existing pedestrian door Building 645 SE ? Location P645: 3 readers - Two (2) readers controlling existing turnstiles - One (1) reader installed to control new ADA access sliding gate Building 645 SE ?B street : 1 reader - One (1) reader installed to control new turnstile Building 645 SW ?Location P3 : 1 reader - One (1) reader installed to control new turnstile Building 645 SW - Location P4: 2 readers - Two (2) readers controlling existing turnstiles West Gate - Location P5: 4 readers - One (1) reader controlling ADA access sliding gate - One (1) reader controlling the vehicle gate - Two (2) readers controlling existing turnstiles Low Bay: 2 readers - Two (2) readers controlling existing turnstiles Building 640 NW ? Location V5 : 1 reader - One (1) reader installed to control new turnstile Building 640/641 Receiving Bay: 1 reader - One (1) reader controlling sliding door between Buildings 640 and 641 f. All required software and programming at the local ACPs, server, operator workstations and Photo ID workstation. g. Import of existing access control database and conversion to the P2000 platform. Information Technology Directorate (WR-ALC/IT) will assist with the database conversion. h. All work involving the installation of the SMS and integration with the Fire Alarm System. 2. Qualifications: a. The system shall be installed by factory trained and approved installors. After the installation, during the warranty period, the contractor shall have technicians who are available for rapid response for technicial repairs within two hours of placing a call. b. All work shall be supervised by a Project Manager or System Specialist, under the direct employment (full-time) of the system manufacturer. c. The system shall meet the Mission Requirements of the 402 EMXG Group. d. The system shall be installed within 45 days of contract award, unless delayed by the government. e. The complete security installation shall be in strict accordance to the national and local electrical codes and this SOW. f. Protection of 402 EMXG?s Facilities and Equipment: All necessary precautions shall be taken to prevent damage to the 402 EMXG facilities and equipment which may be in the construction area. Contractor shall be responsible for damage to the government?s facilities/equipment, caused by the contractor, in the process of upgrading the SMS. 4. Working Hours and Schedule: a. Work shall be performed Monday through Friday during the normal business workday, 6:00 AM to 6:00 PM, unless otherwise specified. Work, at any other time, must be approved in advance by the 402 EMXG representative. b. The 402 EMXG reserves the right to approve the Contractors work schedule including the time and area of performance. The Contractor shall schedule work to provide minimum interruption of service to the 402 EMXG Group. The EMXG has the right to suspend the work of the contractor temporarily where such work impairs normal activities, operations and/or safety/security requirements. c. If the contractors work is temporarily suspended by the government, the contractor?s completion date will be adjusted accordingly at no additional cost to the government. 5. Clean-Up a. A neat and orderly construction area shall be maintained at all times, including storage areas. b. All materials shall be kept stacked and stored in an orderly and safe manner in an area designated by the 402 EMXG. c. Upon completion of the job, all surplus materials and equipment shall be immediately removed within 48 hours from Robins AFB. The premises shall be restored to a neat, clean, and orderly condition and accepted by the 402 EMXG representative. 6. Final Inspection: At the final inspection, a factory trained engineer employed (full-time) by the manufacturer of the SMS shall demonstrate that the system functions properly in accordance with manufacturer?s specifications. A customer acceptance form is to be completed and presented to the designated 402 EMXG representative for acceptance. 7. Warranty: Warranty period shall be for one (1) year, including all parts and labor for the complete system, and shall begin upon acceptance by the 402 EMXG representative. 8. Operation and Maintenance Manuals: a. Electronic and paper copies of the documentation including operating and maintenance manuals shall be furnished to the 402 EMXG representative. b. Manual shall be labeled with the project title and the contractors name, address, and phone number, including emergency accessible phone numbers for weekend and holidays, on the front of the binder. Training: Services of competent instructors shall be furnished up to 16 hours to familiarize up to 12 designated 402 EMXG personnel on the operation and maintenance of the system. Dates to be determined by the 402 EMXG. The following clauses (current through FAC 2005-7, and DFARS Change Notice 20051209) are applicable to subject solicitation: FAR 52.212-1 Instructions to Offerors; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52.212-4 Contract Terms and Conditions ? Commercial Items; and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; DFARS 252.212-7000, and DFARS 252.211-7003 (Item Identification and Valuation). In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. Pending enough interest there will be a site visit held at the location on 24 Jul 2006 at 0900, at Bldg 640. Please e-mail if you are interested in attending the site visit. Quotations may be faxed to 478-926-7549 or email james.simmons@robins.af.mil no later than 31 July 2006, 4:00 pm EST. The anticipated award date will be by 15 Aug 2006.
 
Place of Performance
Address: ROBINS AFB, GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01088307-W 20060715/060713220921 (fbodaily.com)
 
Source
FedBizOpps 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.