SOLICITATION NOTICE
63 -- Provide and install card key access system
- Notice Date
- 7/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), SW FISHERIES SCIENCE CENTER SANTA CRUZ, 110 SHAFFER RD., SANTA CRUZ, California, 95060, United States
- ZIP Code
- 95060
- Solicitation Number
- SWC-FED-013
- Archive Date
- 9/1/2011
- Point of Contact
- STEVE MILLER, Phone: 831-420-3914, BETTY STEINMETZ, Phone: 831-420-3929
- E-Mail Address
-
steve.miller@noaa.gov, betty.steinmetz@noaa.gov
(steve.miller@noaa.gov, betty.steinmetz@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION Provide and install card key access system at NOAA lab in Santa Cruz, CA.. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ # SWC-FED-013 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- ­­53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561621. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 –Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary to install a fully finctioning card key access system to the NOAA/NMFS lab in Santa Cruz, CA. (VI) Description of requirements is as follows: See attached statement of work. (VII) Period of performance shall be: 9/1/2011 through 12/20/2011 (VIII) FAR 52.212- 1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing or email to Steve Miller either through email steve.miller@noaa.gov or faxed at 831-420-3977 no later than 12:01 p.m. PST, Aug 10, 2011. (IX) FAR 52.212-2, Evaluation – Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on Technical Capability: System feature capabilities (provide narrative description) Price offered (contract type will be firm fixed price) Warranty (provide a minimum of one year full service warranty). Ability to provide ongoing technical support (provide projected service plan and cost for 5 years service/maintenance—pricing not included in this bid) The Government intends to award a firm-fixed price purchase order on an all or none basis to the responsive and responsible offeror. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (Oct 2010), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (June 2010) applies to this acquisition. (XII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.htm l (End of Clause) Department of Commerce Clauses: 1352.201-70, Contracting Officer’s Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIII) Quotes are required to be received in the contracting office no later than 5:01 P.M. Pacific Daylight Time on August 17, 2011. All quotes must be faxed or emailed to the attention of Steve Miller. The fax number is (831) 420-3977 and the email address is steve.miller@noaa.gov. Statement of Work CARD KEY ACCESS SYSTEM STATEMENT OF WORK July 2011 National Marine Fisheries Science Center, South West Fisheries Science Center 110 Shaffer Rd. Santa Cruz, CA 95060 Dale Chastagner 831-420-3901 dale.chastagner@noaa.gov BACKGROUND The South West Fisheries Science Center in Santa Cruz is a fisheries research facility of the National Marine Fisheries Service (NMFS), which is part of the National Oceanic and Atmospheric Administration (NOAA), Department of Commerce. The two-story, 56,000 sq. ft. structure was occupied in December of 2000. The Simplex door access system was installed at that time and has not been upgraded. The software is installed on a stand-alone PC. Both the software and hardware are ageing. The Simplex system is used to automatically unlock specified doors during business hours, holiday programming, allows or restricts access to card holders and logs events. The system is not used, or set up for exit control. The federal government CAC (Common Access Card) has been issued to personnel at this facility, but it is not readable by the Simplex access system. EXISTING EQUIPMENT Software: Simplex WIN3295 running on an older PC. Nodes: 6 Simplex 3400 panels. Operated devices: 14 Electric solenoid strikes that are fail secure & 1 gate operator. Readers: 15 HID single mode readers. Cards: HID proximity cards. DESCRIPTION OF WORK Replace the existing Simplex security access system hardware and software to allow for system operation with the Department of Defense (DOD) Control Access Card (CAC). The offeror shall provide labor, materials, equipment and supervision to install, test, adjust and calibrate the upgraded security access system hardware. A completed and functioning door access security system with all the existing users entered and operational. PRIMARY OBJECTIVE Provide a card key access system that: is capable of reading HID and CAC cards; uses Multi-Tec readers; uses 5201 process; uses iStar Controllers. Install an additional reader and strike for the exterior door of the dissection lab. Install an additional reader and lock system on the MDF. The MDF room will be a multi-mode reader utilizing both the card and PIN pad. Operator must be required to use a 2-factor PIV authentication, card and matching PIN, to enter. Data Entry Card Reader. Install a card reader next to client computer so that new DOD CAC cards and HID cards can be scanned to retrieve card numbers for new record data entry. Card access software must operate on government provided, off the shelf hardware (Server or PC). Capacity on the system for expansion to add additional points for future use. TECHNICAL EVALUATION for SOLICITATION Selection will be based on best value to the government. System feature capabilities (provide narrative description) Price offered (contract type will be firm fixed price) Warranty (provide a minimum of one year full service warranty). Ability to provide ongoing technical support (provide projected service plan and cost for 5 years service/maintenance—not included in this bid) GENERAL REQUIREMENTS All work shall be performed by trained and qualified employees of the Contractor, or approved sub contractor. Equipment and installation shall be in accordance with the requirements of the recognized industry standards and manufacturer recommendations, especially for salt water environments. The installer shall be trained and certified by Access Control manufacture to install the equipment. All work under this contract shall take place during regular hours of the trade. 8:00 a.m. – 5:00 p.m. Monday through Friday. No weekend, federal holidays or overtime work is included in this proposal. It is the responsibility of the successful bidder to determine site conditions, equipment, specifications and requirements to successfully complete this project. This statement of work should not be relied on alone to make those calculations or determinations. All labor, materials and equipment shall be provided by the contractor. Provide examples of at least 3 completed similar design/installation projects. Both stand-alone PC and server based systems will be considered. Must be non-proprietary hardware. System must be HSPD-12, FIPS 201 compliant. Must provide training to on-site operator. QUALIFICATION REQUIREMENTS The offeror shall possess the following qualifications, equipment, and skills: 1. The offeror must be a certified by the manufacture of the access control system. 2. The offeror must be capable of providing emergency on-site service during the warranty period within four (4) hours or less of initial service call. Emergency is defined as complete operational loss of security access system. The offeror shall respond to all other service calls during the warranty period within two (2) working days. HOURS OF OPERATION All work will be within normal business hours of 8:00 am to 5:00 pm, Monday through Friday, excluding Government Holidays. Any work required outside of normal business hours shall be scheduled and coordinated with the COR no less than 3 working days in advance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2707b8f2216113be64fa7adc6f07340)
- Place of Performance
- Address: NOAA/NMFS lab, 110 Shaffer Rd., Santa Cruz, California, 95060, United States
- Zip Code: 95060
- Zip Code: 95060
- Record
- SN02513244-W 20110730/110728234818-c2707b8f2216113be64fa7adc6f07340 (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 |