COMMERCE BUSINESS DAILY ISSUE OF MAY 17, 2001 PSA #2853
SOLICITATIONS
J -- INSTALL, MAINTAIN AND REPAIR SECURITY, FIRE, ALARM AND INTRUSION SYSTEMS
- Notice Date
- May 15, 2001
- Contracting Office
- National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, DSC-CS, Denver, CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 1443N2000010900
- Response Due
- May 25, 2001
- Point of Contact
- Donald B. Foote, Jr., 303.987.6744
- E-Mail Address
- Click here to contact the procurement technician (Sally_Synder@nps.gov )
- Description
- NOTICE: This project is only available via the Internet at http://ideasec.nbc.gov No hard copies of this solicitation are available.l Your proposal is due on May 25, 2001 at 4:00 MDT. The National Park Service, Department of Interior, is soliciting qualification statements from firms experienced in the design and installation of intrusion and fire alarm systems. All work will be performed at Independence National Historical Park, Philadelphia, Pa. A service type contract will be awarded to qualified firms and a minimum of $10,000 will be awarded to each successful firm over the life of the contract. It is anticipated that multiple awards will be made from this solicitation. The work of this contract shall consist of the integration of individual building security systems into the central command center. Currently anticipated buildings to be integrated are the Merchant's Exchange Building, Liberty Bell Complex, Bishop White, Second Bank and the Independence Visitor Center. It is anticipated that additional park buildings will be added as funding permits. The fire, intrusion and security system manufacturer components currently in service but not limited to are: Simplex Fire detection and alarm Allen Bradley Security system Programmable Logic Controls (PLC's) Motorola MOSCAD, INTRAC radio control General Electric GE Fanuc PLC's Rockwell Wonderware software Andover Card Access Control Phillips/Burle Cameras This contract shall also provide specialized services to service and maintain the park's fire and intrusion alarms under a separate task order. Work shall be billed at an hourly rate agreed to on an annual basis for this contract. The contractor will respond to the park's request for service with staff qualified and knowledgeable of the park's alarm systems and be on-site with appropriate tools and replacement equipment within 8 hours of notification. Successful firms shall provide a 24 hour emergency report telephone number to the park as part of this contract. Off hours (from 1700 hrs to 0700 hrs) and weekend rates shall be provided. The work of the park maintenance task order shall consist of but not limited to the following: -Maintain the park's security head end (Allen Bradley Programmable Logic Control (PLC's) and Rockwell Wonderware programming) -Maintain the interface equipment between the remote MOSCAD sites, the MOSCAD head end and the security and fire system head ends. -Maintain the security systems at the Independence Square Complex (GE Fanuc PLC's and related software programming) -Maintain the park access control system (Andover) -Maintain the park's Closed Circuit Television (CCTV) system -Cooperate with Simplex (fire alarm) and Motorola (radio control) on problems crossing jurisdictional boundaries. -Installing and integrating future alarm systems -Maintain the radio control system (Motorola MOSCAD/INTRAC) -Maintain the park video recording equipment related to the security system -Maintain the fiber optic data highway The National Park Service will provide successful firms drawings and operations manuals of all existing equipment. Contractor's will be evaluated based on their qualifications as outlined below: CONTRACTOR'S QUALIFICATIONS Submitted by: (Company Name) Information Submitted by: (Individuals Name) Address: (Company Address) Primary Office (Primary Office Location) Organization Information How many years has your company been in business? How many years has your company been in the security system business? How many employees are at this location? How many employees are located at the office site that would respond to requests for service at Independence National Historical Park? How many years has your organization been in business under its present name? Under what other names has your organization operated? Licensing List the trade category(s) in which you company is legally qualified to do business in the Philadelphia area. Provide license and registration numbers of all individuals. Experience List the categories of work that your organization normally performs work with its own forces. Experience with local City of Philadelphia codes and requirements. Claims and Suits. Has your organization ever failed to complete any work awarded to it? If yes explain. Are there any judgements, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? If yes explain. Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? If yes explain. On a separate sheet, list the major construction projects your organization has in progress, giving the name and description of the project, owner architect, contract amount, percent complete and scheduled completion date. On a separate sheet, list the major projects your organization has completed in the past five years, giving the name and description of the project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. References Client References: (minimum of 5 with addresses, phone number and contact person) Bank References: Surety: Name of bonding Company: Name and Address of Agent: Technician Certifications and Training The contractor shall supply resumes of field service technicians who would be utilized on projects for The National Park Service. The contractor will submit a chart containing technician's names, training and certifications, and their associated labor rates. Include certificates or other indication of the successful completion of any of the following certifications and classes. Having not taken any of the below classes does not eliminate the contractor for consideration for the contract but, will be used in proper evaluation of the proposal. NICET Level III The technician will have completed the required work elements that comprise this level and have successfully passed the Level III exam. In addition the technician shall have completed the Special work elements associated with this Level. Phillips CSI Training -- The technician will have completed the Installation Basics course, which is designed for the installer. Also, any classes on the Allegiant Matrix Switcher Systems. Rockwell Software Training The technician will have successfully completed certified training classes on RSLogix 500 and the proper use of the PT1 Hand Held Terminal. Additional classes on hardware configuration should be noted. GE Fanuc Training The technician will have successfully completed certified training sessions on or related to Fanuc. LAN Training The technician will have successfully completed certified training sessions on or related to Ethernet. BICSI Telecommunications Cabling Installation Program The technician will have successfully completed the AP100 Apprentice course, IN100 installer course, TE100 Technician course, OF100 Optical fiber Installation Theory and Technique, IST100 Installation Supervisors Training and TT100 Testing, Certifying, and Troubleshooting Copper and Fiber. Location The contractor's response office shall be within forty (40) miles of the project site. An estimated Emergency Response time and normal travel time shall be submitted with the proposal. Selection Criteria: -- Experience with the design and installation of complex fire, intrusion and security systems. -- Experience with designing and constructing systems to minimize the impact to historic fabric. -- Experience servicing fire, intrusion and security systems described in this solicitation. -- Ability to develop project schedules and manage multiple projects. -- Ability to complete projects on time and within budget. -- Ability to work with clients to develop project objectives and to implement those objectives. -- Demonstrate technical expertise related to the systems described in this solicitation. Proposal documents are available in Microsoft Word, HTML and Adobe PDF.
- Web Link
- Click here to enter the National Business Center Website (http://ideasec.nbc.gov)
- Record
- Loren Data Corp. 20010517/JSOL016.HTM (W-135 SN50M1I4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on May 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|