Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2004 FBO #1021
SOLICITATION NOTICE

63 -- Preventive maintenance and repair of Security management system

Notice Date
9/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-04-T-0087
 
Response Due
9/17/2004
 
Archive Date
9/18/2004
 
Point of Contact
Shemika Young, Contract Specialist, Phone 719-556-4713, Fax 719-556-4321, - Chris Donaldson, Contract Specialist, Phone (719) 556-6117, Fax (719) 556-4321,
 
E-Mail Address
shemika.young@peterson.af.mil, chris.donaldson@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is to notify the intent to award a sole source to Securus Integrated Security and management Control systems for the identified requirement for the above title. To access Cheyenne Mountain Air Station (CMAS) the contractor must already have approval. Any responsible companies that meet all the criteria in the SOW (Attached) may submit information to the point of contact listed. This is not a request for quote, bid, or proposal. STATEMENT OF WORK FOR MAINTENANCE OF THE CHEYENNE MOUNTAIN AIR STATION SECURITY MANAGEMENT SYSTEM FOR FISCAL YEAR 2005 1.0. SCOPE OF WORK: 1.1 The contractor shall provide all personnel, equipment, tools, transportation, materials, supervision, and other items necessary to maintain the Cheyenne Mountain Air Force Station Security Management System. 1.2. Specifically, the contractor shall assume full and complete responsibility of all maintenance for the Cheyenne Mountain Air Force Station Security Management System (CMAS/SMS). The Cheyenne Mountain Air Force Station Security Management System consists of the RISC 6000 based Casi-Rusco Picture Perfect Card Access/Alarm System, CMAFS video surveillance system, and Casi-Rusco Access Vision System. The contractor shall be responsible for the repair of all equipment. 1.3. Specifically, the contractor shall assume full and complete responsibility for maintenance of all alarms and cameras located within the blast doors, building 306, building 307, building 313, building 100, building 101, building 106, building 200, building 10, building 20, South Portal and the North Portal fence line at CMAFS. The alarm system is to detect attempted unauthorized entry into restricted areas and attempted unauthorized entry into Priority Level I resources in accordance with (IAW) Air Force Instruction (AFI) 31-101v1, The Air Force Installation Security Program with Air Force Space Command Supplement 1; The Air Force Resource Protection Program; and Director of Central Intelligence Directive (DCID) 1/21, Physical Security Standards for Sensitive Compartmented Information Facilities (SCIF). The contractor is responsible to maintain and keep fully operational the CMAFS/SMS. 2.0. BACKGROUND: 2.1. There are three (3) systems that operate separately yet are combined to make up the Cheyenne Mountain Air Force Station Security Management System (CMAFS/SMS). 2.1.1. The Casi-Rusco Picture Perfect RISC 6000 based system monitors and annunciates all alarms located at CMAFS, and is designed to record entry into, and egress from the main area entry points and designated Restricted Areas, using Proximity and Mag-Stripe readers. The alarm system is designed for detection of attempted unauthorized entry to secured areas and to record authorized openings and closings of those secured areas. The system is also designed to record false alarms, circuit tests and patrol responses to the secured areas. 2.1.2. The Casi-Rusco Access Vision System produces all computer generated Air Force Entry Control Cards (AFECC), on a dual technology card containing Proximity and Mag-Stripe technologies. 2.1.3. The Pelco CM9500 based video surveillance system monitors, controls, displays, and provides images to Digital video recorders (DVR) from over 50 CCTV cameras located throughout the facility. 3.0. SYSTEM DESCRIPTION: 3.1. The Intrusion Detection System reports to the Picture Perfect system running on an IBM RISC 6000 operating platform loaded with UNIX Ware software. A peripheral network of balanced magnetic switches, motion detectors, tamper switches, power fail devices, and associated interface boxes and remote operating terminals make up the system components the contractor is responsible for. 3.2. The access control portion of the Picture Perfect System is composed approximately 8 proximity entry card readers, 8 proximity exit card readers, 9 mag-stripe entry card readers, and 5 mag-stripe exit card readers located in buildings 100, and 101, and all associated micro controllers, field processing units, junction boxes, transmission boxes, conduit, communication lines, locking hardware, and turn-styles make up the system the contractor is responsible for. 3.3. The Access Vision System is composed of a Micron Clientpro computer, digital camera, video capture board, signature pad, FARGO PRO-L Printer, capable of printing both sides of a PVC Card with a 4 color ribbon and putting a holographic protective overlay on the card. It will store all captured images and signatures that can be recalled for print production at any time. 4.0 CONTRACTOR QUALIFICATIONS: 4.1. The contractor must have all of the following required qualifications in place prior to bidding on this contract, and must be able to provide any requested proof of these qualifications during the bidding process. 4.1.1. The contractor must have a company office located in Colorado Springs, Colorado, or immediate suburbs 4.1.2. The contractor must have a current active DOD Facility Clearance at or above the Secret level 4.1.3. The contractor must have at least two full time technicians assigned to the Colorado Springs office who live in Colorado Springs, Colorado or the immediate suburbs, who have valid current DOD security clearances at or above the Secret level and who meet the qualifications listed below 4.1.4. The contractor shall select company personnel who are qualified to perform the required services, manage and supervise their work, and keep them informed of all improvements, changes, and methods of operation. The contractor shall have experienced personnel familiar with the equipment and operational need for that equipment. The contractor shall obtain the required maintenance certification from the manufacture at the contractor?s expense and maintain that certification throughout the duration of the contract. 4.1.5. To be qualified to perform maintenance on the CMAS/SMS maintenance personnel employed by the contractor shall have a minimum of 2 years electronics training, 1 year electronics experience, and a minimum of 32 hours training on the IBM RISC 6000, Casi-Rusco Picture Perfect System and Casi-Rusco Access Vision System. 4.2. The government reserves the right to restrict employment under this contract of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 4.3. The contractor shall report, to the Quality Assurance Evaluator or contracting officer, all incidents or accidents, which affect or involve the performance of the requirements of this SOW. 4.4. The contractor shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges, which contain the company name and employee name. 4.5. The contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest nor shall the contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval IAW AFR 30-30 (for military) or AFR 40-735 (for civilian). In addition, the contractor shall not employ any person who is an employee of the department of the Air Force if such employment would be contrary to the policies contained in AFR 79-1. The contractor is cautioned that off-duty active duty military personnel hired under this contract may be subject to permanent change of station (PCS), change of duty hours or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor?s ability to perform. Their absence at any time shall not constitute an excuse for nonperformance under this contract. 5.0 SPECIFIC TASKS: 5.1. The contractor shall perform maintenance services 24 hours a day, 7 days a week including holidays. Maintenance, shall include preventive maintenance and corrective remedial maintenance per, AFI 31-101v1, and DCID 1/21, the RISC 6000 Operating Manual, Casi-Rusco Picture Perfect Operating Manual, and Casi-Rusco Access Vision Operating Manual. Preventive maintenance shall be conducted and documented on a quarterly basis to keep the system fully operational. Preventive maintenance consists of checks of equipment performance, visual inspections, equipment fault diagnosis, cleaning, lubricating, and minor servicing and adjustments. Corrective maintenance is limited to removal and replacement of lowest replacement units and/or equipment items. Contractor personnel shall respond to maintenance calls at the installation location within one (1) hour of notification. The contractor shall be responsible for maintaining the CMAFS/SMS to an operational availability of 99%. 5.2. Repairs that cannot be performed on location shall be accomplished at the contractor?s facility. Prior to any equipment belonging to the CMAS Security Management System being removed from the site, the contractor shall provide a hand receipt, to 721 SFS personnel, for the equipment being removed. Any repair resulting in removal of equipment from a site shall be returned within seven (7) working days (working days are defined as Monday through Friday, 0700 hours to 1600 hours), even if repairs were not completed. The contractor with a serviceable item shall replace equipment removed for repair, until the repair is accomplished, and original unit returned. Contractor shall furnish all consumable supplies needed for repair but contractor is not responsible for consumable supplies used during the ordinary course of Air Force use of the systems. The contractor shall furnish any support equipment required. 5.3. The contractor shall furnish all replacement parts. The contractor shall incur all parts, labor, and transportation costs. The Government will not supply logistics support nor a supply storage area. All spare parts shall be maintained by the contractor in the Colorado Springs area or be available within a four (4) hour period. Quality of parts shall be equal to or better than the Original Equipment Manufacturer parts in the equipment. Contractor is not responsible for repair or replacement of equipment damaged by vandalism, acts of God, or misuse of the equipment. 5.4. The contractor shall restore all CMAS/SMS basic software related malfunctions. Any software changes with the exception of the user data (i.e. Name files, Alarm files, etc...) which may be required to maintain the current system shall be at the contractor?s expense. Normal revisions and software updates provided by the manufacturer shall be provided to the government at no additional cost. 5.5. The contractor shall provide at contractor?s expense at 24 hour/day, 365 day/year on-site service contract with IBM covering the full on-site repair of the IBM RISC 6000 computer hardware and related IBM components, including the AIX operating system. The contractor shall provide at contractor?s expense CASI Protection Plan which provides for upgrades to all CASI software, and telephone support from CASI. Contractor shall provide, at no additional charge, on-site labor to perform CASI software upgrades if requested by the Government, including software installation labor and availability of contractor personnel during the required 72 hour after upgrade system testing. 6.0. REQUEST FOR MAINTENANCE: 6.1. All maintenance performed by the contractor excluding preventive maintenance shall be on an on-call basis. The contractor shall provide a toll free number to the government, for reporting of service calls. The contractor shall only accept requests for service from personnel indicated, by letter, from the 721 SFS Commander, Sensor NCO, or Contracting Officer. Any services rendered by the contractor without prior approval by 721 SFS personnel or Contracting Officer will be done at the contractor?s expense. The Government for any unauthorized services will pay no moneys. 6.2. The following information will be furnished by the Government to the contractor when placing a service call: 6.2.1. Name of person placing the call. 6.2.2. Location of equipment. 6.2.3. Nature of malfunction. 6.2.4. Name and telephone number of the person to report to and who will explain and/or show the contractor where maintenance is required. 6.2.5. Time of notification. 6.2.6. Call number. 7.0. RESPONSE TIME: 7.1. The contractor shall respond (arrive at the location) within one (1) hour of notification. Thirty minutes is the allotted Mean Time To Repair (MTTR) the system. The maximum allowable downtime is four (4) hours, excluding any administrative delays caused by the Government. Every effort to effect on-site repair of the component shall be made. However, when the component cannot be repaired within the allotted time frame, the component shall be replaced with a serviceable item from the contractor. 8.0. QUALITY ASSURANCE: 8.1. The Government has the right to inspect and test all services required by the contractor at any time and place during the term of the contract. If any of the services do not conform with contract requirements, the Government may require the contractor to perform the service(s) again at no additional cost to the government. 9.0. QUALITY CONTROL: 9.1. The contractor shall establish and maintain a complete Quality Control Plan (QCP) to ensure the requirements of the contract are provided as specified. One copy of the contractor?s QCP shall be provided to the contracting officer not later than the pre-performance conference. An update copy must be provided to the contracting officer on the contract start date and as changes occur. The plan shall describe the method(s) for identifying and preventing defects in the quality of service performed before for the level of performance becomes unacceptable. 10.0. SOFTWARE: 10.1. The contractor shall restore all software-related malfunctions. Any software changes which may be required to maintain the current system shall be at the contractor?s expense. Revisions or updates to the CMAFS/SMS software will be provided by the manufacturer and shall be provided to the Government at no additional cost. Expansions and additional capability to be provided through software, as well as any new or upgraded hardware needed for the software upgrade may be negotiated and added by separate bilateral modifications. 11.0. MONTHLY STATUS REPORT: 11.1. The contractor will prepare a monthly status report in his own format and forward one copy to HQ AFSPC/SFO and one copy to the primary quality assurance evaluator by the 15th day of each month. The report will contain the following information: 11.1.1. The operational health/status of the CMAS/SMS. 11.1.2. Any problems or system deficiencies the contractor identifies. 11.1.3. Total System down time due to breakage and routine maintenance. 11.1.4. Any software revisions by the contractor to maintain system operations. 11.1.5. Recommendations to improve operations and maintainability. 11.1.6. All damages and system misuse or abuse identified by the contractor. 12.0. PREVENTIVE MAINTENANCE: 12.1.The contractor shall schedule preventive maintenance on a monthly basis. This schedule shall be delivered to the 721 SFS by the 15th day of each month for the following month. This schedule shall include the names of maintenance personnel, their SSAN, DOB, Height, Weight, Eye Color, and Hair Color, the estimated time of arrival, type and scope of maintenance to be performed. 12.2. As a minimum the following will be conducted each quarter for preventive maintenance: 12.2.1. First month of the quarter: Test all alarm points, to include all tamper devices, check all alarm graphics and line drawings if additions or deletions have been made during the quarter. All tampers will be tested during the first quarter only. 12.2.2. Second month of the quarterTest connectivity between all client machines, check all fiber units, turn- styles and card readers. 12.2.3. Third month of the quarter: Service all cameras, and video equipment. . 13.0. MONTHLY MAINTENANCE REPORT: The contractor shall provide Maintenance Report outlining all maintenance performed each month and provide a copy to the primary quality assurance evaluator. This report shall contain the following: 13.1.1. Person Making Repair Request. 13.1.2. Time and Date of Request. 13.1.3. Location of work. 13.1.4. Time and Date work was performed. 13.1.5. Call Number. 14.0. SECURITY: 14.1. The installation commander has overall responsibility for security of the installation. The contractor shall comply with the installation commander?s directives, policies, and procedures for security and law enforcement. The contractor shall comply with the provisions of Department of Defense Manual 5220.22M, Industrial Security Manual; AFI 31-101v1, and DCID 1/21. 14.2. The contractor must obtain a DoD Secret Security clearance for its repair employee?s entrance to the restricted area. 14.3. The government shall prepare AF Form 2586, Unescorted Entry Authorization Certificate, for all employees who will need and are qualified for unescorted entry. The completed AF Form 2586 will be processed IAW established site procedures. The contractor site security officer will annually conduct a ?hands-on? inventory of all Entry Control Cards issued to contractor employees. Individuals will comply with the badge insignia agency?s instructions on when to conduct the inventory and how to report results. The contractor shall establish controls which assure the retrieval of badges issued to employees who no longer qualify for unescorted entry, strike, quit (with or without notice), die, or are barred by an installation commander?s written order. 14.4. Entry into USAF Restricted Areas will be controlled by the installation commander or designated representative via the USAF Entry Control Card. Contractor/subcontractor personnel requiring entry into USAF Restricted Areas who do not have a Entry Control Card shall be continuously escorted by company contractor personnel possessing the security clearance. The installation commander will ensure compliance with written security directives and tactical operations requirements by all escort officials when escort duty is performed. 15.0. DOCUMENTS: 15.1. The contractor is authorized to obtain Government printed documents listed below from the installation publication office or the Government Printing Office. To obtain Government documents, the contractor must appoint a Single Point of Contact (SPC) as the authorized Customer Account Representative (CAR). The contractor is responsible for requesting initial requisition of required documents and distribution of subsequent changes for the duration of the contract. At the discretion of the contractor, publications available within the 721 SFS/SFOP office may be used by the contractor in performance of SOW activities. Publications listed below identified with a ?D? in column one are directive upon the contractor. The publications with an ?G? in column one are informational or guidance only. D AFI 31-101v1 Air Force Physical Security Program D DCID 1/21 Physical Security Standards for Sensitive Compartmented Information Facilities G Defense Manual 5220.22M Industrial Security Manual G 460202004 Rev. A Picture Perfect Administration Guide (Current Version) G AFI 64-106 Mar 94 Industrial Labor Relations Activities G DODD 5500-7 Standards of Conduct 16.0. DEFINITIONS: AF Form 2586 - Unescorted Entry Authorization Certificate AFSPC - Air Force Space Command CMAFS - Cheyenne Mountain Air Force Station DCID - Director of Central Intelligence Directive DOB - Date of Birth IAW - In Accordance With MTTR - Mean Time To Repair NAC - National Agency Check QAE - Quality Assurance Evaluator QCP - Quality Control Plan RAA - Restricted Access Area SOW - Statement Of Work SSAN - Social Security Account Number USAF - United States Air Force 721 SFS - 721st Security Forces Squadron 17.0 EQUIPMENT TO BE MAINTAINED: RISC 6000 2 8 port expansion cards 2 fiber 216DIT/1B22 (tx/rx set) 1 fiber 214DT 8 port (tx/rx set) 7 RS232 to RS422 converters 1 Hayes modem 1 black box repeater 2 Magnum BF 15 media converter 28 CASI Micros with power supplies 2 black box short Haul modems 25 card readers (5 dual technology) with door hardware 1 CM 9500 matrix (4 input, 1 alarm, 2 controllers, 8 monitors) 4 Dedicated Micros BX2 DVR?s (640 GB) 3 Spectra II outdoor dome cameras 1 outdoor Esprit 9 outdoor fixed cameras 1-indoor Esprit (fiber) camera 1 outdoor fixed camera (fiber) 1 outdoor fixed camera (fiber) 1 indoor Legacy camera 24 indoor Spectra II cameras (fiber) 1 fixed Sanyo indoor camera (fiber) 3 Esprit indoor cameras (fiber) 1 Infrared camera (fiber) 1 indoor Spectra III (fiber) 1 wireless Legacy camera IPIDS TX &RX Motion Detectors Door Contacts & associated contacts (200+) Fenceline Protection System (Perimeter Products) Badging System (camera,Fargo Printer, signature pad) 20 Duress buttons 3 Dorado Turnstiles 1 IFS fiber rack 2 Fiber options Racks
 
Place of Performance
Address: Cheyenne Mountain Air Station (CMAS), CO
Zip Code: 80840
Country: United States
 
Record
SN00669985-W 20040912/040910212323 (fbodaily.com)
 
Source
FedBizOpps.gov 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.