SPECIAL NOTICE
63 -- Infographics Access Control System Software Upgrade from Sapphire Pro to Diamond II
- Notice Date
- 8/11/2006
- Notice Type
- Special Notice
- NAICS
- 443120
— Computer and Software Stores
- Contracting Office
- Department of Homeland Security, Customs and Border Protection, Office of Procurement, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
- ZIP Code
- 20229
- Solicitation Number
- HSBP06R0845
- Response Due
- 9/24/2006
- Archive Date
- 10/9/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S Customs and Border Protection intends to award a sole-source order for commercial surveillance systems software installation services with Alamo Integrated Systems, of San Antonio, Texas under the authority of FAR 13.106-1(b)(1) and FAR 6.302-1. This synopsis is being published for information purposes only. Notice of intent is not a request for competitive proposals. The Border Patrol requires an upgrade of the Infographics Access Control System from the Sapphire Pro to the latest version of Diamond II software at several select operational sites. Alamo Integrated Systems is the original equipment installer of the existing Infographics Access Control System used by the Border Patrol, Laredo Sector and work performed by any other company in an attempt to interface with the security equipment would void the original equipment manufactures warranty. The Diamond II software upgrade provides enhanced Access Control System capabilities. SEE STATEMENT OF WORK BELOW: Statement of Work - 1.0 INTRODUCTION 1.1 Organization. 1.1.1 Identification. The Client Agency for this Statement of Work (SOW) is: U.S. Customs and Border Protection 207 W. Del Mar Blvd Laredo, Texas 78041 1.2 Mission. The mission of the U.S. Border Patrol is to detect, identify and apprehend terrorist, terrorist weapons, including preventing Weapons of Mass Destruction (WMD) from entering the United States of America. Secondary to apprehending terrorists and detecting WMD, the Border Patrol enforces the immigration laws of the United States of America; the Border Patrol also interdicts narcotics, contraband and assists local, state and federal agencies. Laredo Sector is composed of the Sector Headquarters facility and other remote offices. 1.3 Project Background and Objective Background. The Border Patrol Laredo Sector operation is concentrated along the Texas border with station facilities as far north as Euless, Texas. Maintains numerous immigration checkpoints throughout the sector. The addition of camera systems and archiving of video at these checkpoints will provide additional security for the Border Patrol agents and traveling public at these checkpoints. Objectives. The Border Patrol requires an upgrade of the Infographics Access Control System from the Sapphire Pro to the latest version of Diamond II software at several select operational sites. This upgrade also includes portioning, redundant system installation, testing and training. Alamo Integrated Systems (AIS) is the original equipment installer of the existing Infographics Access Control System and work performed by any other company in an attempt to interface with the security equipment would void the original equipment manufactures warranty. Because Border Patrol site C29 is still under an existing warranty from P.O. HSBP 1005F07773, CBP plans on using Alamo Integrated Systems (AIS) to complete this project. 2.0 TECHNICAL SERVICES REQUIRED. 2.1 Task description. Upgrade of Access Control System from Sapphire Pro to the latest version of Diamond II 2.2 Statement of work Tasks: Upgrade the Infographics Access Control System from the Sapphire Pro to latest version of Diamond II at the following Border Patrol Stations: o Sector Headquarters (2 workstations, 4 servers) o LRN (1 workstations, 1 server) o C29 and (1 workstations, 1 server) o Hebbronville (1 workstations, 1 server) Obtain and provide both server and client user licenses Perform database system partitioning and redundant system installation, Conduct system level testing upon completion of software upgrades Provide training on systems enhancements Provide data and documentation Provide warranty of services 2.3 Training AIS shall provide on site training for all software enhancements to technicians and administrative personal as directed by the COTR. 3.0 CONTRACTOR FURNISHED RESOURCES 3.1 System N/A 3.2 Materials AIS shall furnish all required software, cabling, peripherals and fasteners as required completing the installation and software operation as stipulated in this SOW. 3.3 Documentation. AIS shall provide all related data and documentation to the government including original installation instructions, diagrams, and drawings, operating instructions, technical manuals and copies of CDs. The data and documentations are deliverables under the contract and shall be delivered to the COTR no later than thirty days after receipt of order. 4.0 ADMINISTRATIVE CONSIDERATIONS 4.1 Points of Contact Contracting Officer?s Technical Representative (COTR): Mike Pena, Laredo, TX (956) 764-3392 Alternate Point of Contact (APOC): Rick Morales, Laredo, TX. (956) 764-3395 USBP Contracting Officer (CO): Patricia Peque?o, Laredo, TX (956) 764-3282 4.2 Place of Performance Sector Headquarters 207 W Del Mar Blvd Laredo, Texas 78041 Laredo North Station 11119 McPherson Rd Laredo, Texas 78045 C29 Checkpoint mile marker 29 IH 35 Hebbronville Station 34 E. St Hwy 359 Hebbronville, Texas 78361 4.3 Hours of Work The vendor will provide coverage at the specified Government site during the normal working hours (8:00A-4: 30P). Requests for changes to regularly scheduled hours shall be approved by the COTR. The approval does not constitute approval for extended/overtime compensation. 4.4 Duration of Task. The desired start date is within thirty days after the contract has been awarded. Completion will be within sixty days of contract being awarded. 4.5 Security and Privacy SECURITY PROCEDURES A. Controls The Contractor shall comply with the Bureau of Customs and Border Protection (CBP) administrative, physical and technical security controls to ensure that the Government's security requirements are met. B. Identification Badges All Contractor employees shall be required to wear identification badges and/or orange vest as applicable when working in Government facilities. These items will be provided by CBP, U.S. Border Patrol personnel. Contractors and its employees will be required to report to appropriate location (item 4.2) to obtain an ID and sign in on a daily basis. Contractors and employees are to return the Ids by COB each day no later that 4:30 p.m. C. Security Background Data A Contractor employee shall not begin working under the contract until the entire Background Check is completed with approval from U.S. Border Patrol Assistant Chief Patrol Agent in charge. Exceptions to this requirement will be handled on a case-by-case basis, and access to facilities, systems, data, etc. will be limited until the individual is cleared. Contractor employee personnel hired to work within the United States or its territories and possessions that require access to CBP facilities, information systems, security items and products, and/or sensitive but unclassified information shall either be U.S. citizens or have lawful permanent resident status. The following security screening requirements apply to both U. S. citizens and lawful permanent residents who are hired as Contractor personnel. All personnel employed by the Contractor or responsible to the Contractor for the performance of work hereunder shall be able to favorably pass a Background Check. The Contractor shall submit within ten (10) working days after award of this contract copies of employee?s Drivers License (s), Social Security numbers, Birth Certificate and/or I-551 (Resident Alien Card). The copies shall be faxed to Contract Specialist Patricia Peque?o at 956-764-3272. Failure of any Contractor personnel to pass a Background Check means that the Contractor has failed to satisfy the contract's requirement to provide cleared personnel. The continuing failure to meet the requirement to provide cleared personnel is grounds for termination of the contract, unless cleared personnel are timely provided as replacements. The Contractor shall provide a qualified replacement capable of passing a Background Check. This policy also applies to any personnel hired as replacements during the term of the contract. The Contracting Officer shall approve all personnel replacements. D. Notification of Personnel Changes The Contractor shall notify the Contracting Officer via phone, FAX, or electronic transmission, no later than one workday after any personnel changes occur. Written confirmation is required for phone notification. This includes, but is not limited to, name changes, resignations, terminations, and reassignments (i.e., to another contract.) 5.0 SPECIAL INSTRUCTIONS The Contractor shall warrant that it has checked its proposal for error and omissions and that all labor supplies, material, and equipment needed in performing the specifications are correctly priced and itemized. All responses to this statement of work shall address each defined requirement, and shall follow the same outline format and numbering scheme to assist us in evaluating responses. All proposals will itemize costs for software, installation, labor, and shall reflect total purchase price and include GSA solicitation number if applicable. The Contracting Officer?s Technical Representative (COTR) shall inspect the installation. A Contractor?s authorized signature shall be required. Any deviations from the specifications described in this statement of work shall be explicitly noted, explained, and offered for the Government?s consideration. All bids must be good for ninety days. The Contractor shall itemize all parts and labor and group components by module. Pricing shall be separated by location and shall show purchase price, installation, and post warranty maintenance. Provide adjacent columns showing regular contract price, proposed price, CLIN #, Part #, and repeat for maintenance. Note any components that, if removed, would impact the functionality of another component. All items proposed shall be commercial off the shelf and available on a GSA multiple award schedule. The site license for all software shall be inclusive of LRT as well as all remote site connections. 6.0 WARRANTY Warranty on all parts and labor will be for a minimum of 12 months. Contractor proposal shall include a warranty statement.
- Place of Performance
- Address: 207 W. Del Mar Blvd., Laredo, TX
- Zip Code: 78041
- Country: UNITED STATES
- Zip Code: 78041
- Record
- SN01112586-W 20060813/060811220606 (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 |