Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

49 -- Security System Maintenance

Notice Date
8/30/2012
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB12T0072
 
Response Due
9/13/2012
 
Archive Date
11/12/2012
 
Point of Contact
Amy Abate, 410-278-5434
 
E-Mail Address
ACC-APG - Aberdeen Division D
(amy.m.abate.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Contracting Command - Aberdeen Proving Ground intends to release request for proposal W91CRB-12-T-0072 on or about 30 August 2012 with a proposal due date on or about 13 September 2012 for security system maintenance. The Government intends to procure this requirement under NAICS 561621. The solicitation will result in a single commercial firm fixed price contract. The official release of the Request for Quote (RFQ) will be posted on the internet at the Army Single Face to Industry (ASFI) web site located at the following address: https://acquisition.army.mil/asfi/default.cfm. The on-line version of the RFQ will include all documents of the solicitation package. No hard copy of this RFQ will be issued. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents. It is the potential offerors' responsibility to monitor the Army Single Face to Industry website on a regular basis for any updates to the solicitation to obtain all amendments and/or other applicable documents. Contractors must be registered in the Central Contractor Registration (CCR) database to be considered for award of a Federal contract. Information regarding registration can be obtained from the Business Partner Network site in the CCR link at https://www.ccr.gov/. Contractors are also required to complete online representations and certifications at the Online Representations and Certifications Applications (ORCA) portal at https://orca.bpn.gov/, prior to the RFQ closing date. Amy Abate is the point of contract for this action, telephone 410-278-5434 or email: amy.m.abate.civ@mail.mil. All questions and/or comments in response to this solicitation shall be submitted in writing and emailed to amy.m.abate.civ@mail.mil. See DRAFT Statement of Work Below: Asymmetric Warfare Group (AWG) Security System Maintenance Performance Work Statement 1.0 GENERAL INFORMATION 1.1 SCOPE The scope of this contract is to provide a maintenance and repair agreement for the Asymmetric Warfare Group (AWG) security system. The system is based on the Lenel OnGuard Access Control System and Skypoint Video Surveillance systems. The system is located within the AWG Compound comprised of Buildings 2257, 2282, 2286 and 8480 on Fort George G. Meade, Maryland 20755 and the AWG Sprung Instant Structure, AWG IBL AAR Building, and buildings 308, 309, 310, 311 at Camp Anderson on Fort A.P. Hill, Virginia 22427. Additional buildings are currently under construction and will be added to the maintenance contract in the future. 2.0 WORK HOURS AND LOCATION Fort George G. Meade, Maryland and Ft. AP Hill, Virginia. The following Buildings as indicated below for each location: Ft. George G. Meade, MD BLDG 8480 BLDG 2257 BLDG 2282 BLDG 2286 Fort A.P. Hill, VA Buildings: 308, 309, 310, 311 at Camp Anderson AWG Sprung Instant Structure AWG IBL AAR Building 3.0 PROJECT MANAGEMENT Contractor shall provide the capability to perform repair and maintenance services as described in this work statement. The contractor must be capable of providing emergency maintenance with a two hour response time. The contractor must provide a Program Manager to provide the overall management and oversight of the maintenance program, personnel, planning, quality control, direction, coordination and reviews necessary to ensure effective contract performance. It is the Contractor's responsibility to provide and maintain a highly trained workforce with a sufficient number of personnel to ensure the maintenance requirements are met. 4.0 REQUIREMENTS The Asymmetric Warfare Group (AWG) has a critical requirement for the maintenance, repair and installation of new components for the existing access control and video surveillance security systems. These security systems control access and provide video surveillance and intrusion detection of the AWG Compound 24 hours a day/7 days a week. 5.0 GOVERNMENT DELIVERABLES AWG will maintain a minimal stock of replacement parts for common items which may be used to expedite repairs or installation. Parts will be purchased using the parts CLIN to replace the on hand spares. AWG will not stock wire, cables or connectors 6.0 DELIVERABLES Installation of system components to include badge readers, cameras, controllers and system override buttons, as required, including copper cabling, fiber optic cable and required electrical connections Vendor will provide a technician on site every Monday (or day TBD) for 1 hour every week for system maintenance. Perform system setting and configuration changes. Perform preventative maintenance on all systems. Maintenance will be performed on devices annually. Devices requiring more frequent services such as camera cleaning and focusing will be performed as required. Perform repair and/or replacement of components on all systems. Perform emergency (as determined by AWG COR) maintenance on all systems as required within two hours for the AWG facilities located on Fort George G. Meade, Maryland 20755 and Fort A.P. Hill, Virginia 22427. Troubleshoot and repair the electrical systems associated with the existing security systems. Electrical system contained various voltages up to 480 volts A/C. Electrical wiring would need to be repaired from the panel to the individual components to include underground electrical wiring. Wiring may or may not be in electrical conduit. Troubleshoot and repair all aspects of perimeter security, including but not limited to cameras, gates (including wiring, motors, rollers, controller, security interfaces, etc...), and fence motion sensors associated with the existing security system within 24 hours of notification. Map and document security system architecture, providing 1, 24 x 36 inch and 1 copy of 13 x 18 inch printed drawings and 1 DVD copy of digital As built style drawings. AWG reserves the right to perform minor maintenance as needed. 7.0 EQUIPMENT LIST The system is currently comprised of 2 OnGuard Servers, 1 Skypoint Base Server, 3 Skypoint NVRs, 5 client workstations, 68 Cameras, 106 Readers The following is a non inclusive list which identifies some of the existing equipment to be maintained. Lenel OnGuard Pro System Server and Software OnGuard Client Badging Station Skypoint Base Server and Software Skypoint Network Video Recorders Client Work Stations LNL-2000 Intelligent System Controllers LNL-2220 Intelligent Dual Reader Controllers LNL-1100 Input Control Modules LNL-1200 Output Control Modules LNL-1300 Single Reader Interface Modules LNL-1320 Dual Reader Interface Modules LNL-8000 Star Multiplexers LenelProx LPMM-6800 Readers LenelProx LPSP-6820 Readers LenelProx LPKP-6840 and BT-LPKP-NDK Readers LenelProx LPSR-2400 Readers LenelProx LPRKP-4600 Readers LenelProx LPMR-1824 and LPMR-1824 MC Readers LenelProx LPLR-911 Readers Lenel CAM-CCP 500K CCD Camera L-1 Enterprise Access Solutions ( formerly Bioscrypt ) V-Prox Readers V-Pass FX Readers V-Smart Readers V Smart i-class Fingerprint Enrollment Reader HID i-Class R40 Contactless Smartcard Reader i-Class RK40 Contactless Smartcard Reader with Pin Pad MAGICARD Tango2E MAGICARD Printer Pelco KBD300A Universal Keyboard ICS300-CRV4A HI-Resolution Camera PMCS-17A Monitors ALTRONIX Rackmount 16 Output 6-15 VDC Power Supplies Rackmount 14 Output 24V DC Power Supplies SENTROL SENTROL 1078 Balanced Magnetic Switch Sony NC-DM160 Cameras Detection Systems Request to Exit Passive Infrared Sensors Von Duprin 24VDC Electric Strike Electric Crash Bar Securitron Z-34BKM 24VDC Magnetic Lock, 600 lbs Bracket, Z, Magnetic Lock Emergency Exit Button M62 24VDC Magnetic Lock, 600 lbs Adams Rite 8099m Crash Bar, REX Arecont Vision AV1305 Cameras AV5105 Cameras AV8185 Cameras 8.0 SECURITY CLEARANCES All Contractor personnel shall possess current and valid Secret Clearances. A list of all personnel associated with this project shall be submitted to the Government Technical Points of Contact for review prior to commencement of work. 9.0 CERTIFICATION Contractor personnel working on the Lenel Skypoint or Onguard Systems must be currently Certified by Lenel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7c0993259e24d3eac2c6cb1e662f09c)
 
Record
SN02862695-W 20120901/120831000954-d7c0993259e24d3eac2c6cb1e662f09c (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.