Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2005 FBO #1350
SOLICITATION NOTICE

Z -- Digilink CCTV Sytem Installation and Training for Multiple Locations

Notice Date
8/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Western Services Center (10PZ1), 915 2nd Avenue Room 390, Seattle, WA, 98174
 
ZIP Code
98174
 
Solicitation Number
Reference-Number-10PZ1-05-0592
 
Response Due
8/24/2005
 
Archive Date
10/31/2005
 
Point of Contact
Cheryl Weaser, Contract Specialist, Phone (206) 220-5062, Fax (206)220-5027, - Cheryl Weaser, Contract Specialist, Phone (206) 220-5062, Fax (206)220-5027,
 
E-Mail Address
cheryl.weaser@gsa.gov, cheryl.weaser@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Project Title: Install DigiLink Pager System & CCTV Locations: Twelve (12) Social Security Offices, Western Washington Project Number: 10PZ1-05-0592 I. Summary, Project Scope A) Provide and install a DigiLink Paging System to support 12 offices totaling 109 reception and front end interviewing (FEI) stations. This requires seven (7) four-zone and eleven (11) 8-zone 12 Volt DC Systems; twelve (12) GEO–40 Alpha Numeric Pagers (one is a 2-line pager); and twelve (12) relay output modules for each location. The paging system shall fully integrate and be fully compatible with the current duress system, which will require adding relay modules to the existing panels. Current system is Radionics 7212. The contractor shall verify controller type. Provide on-site training on the operation and maintenance of the system to designated office personnel. B) For two Seattle locations the following requirements apply: 1) Provide and install a CCTV security system for the Reception and Front End Interviewing areas (FEI). The system shall include two (2) cameras and one (1) monitor. Installation includes all wiring, mounting and testing. 2) Specifically provide and install: a) High definition cameras (470-480 lines of resolution), fixed (no pan, tilt, zoom) mini-dome color camera. Equipment installed in accordance with manufacturer’s instructions. b) Color analog monitor with the same lines of resolution compatible with installed monitor. Equipment installed in accordance with manufacturer’s instructions. 3) Local management will determine locations of cameras and monitor. Contractor will verify quantity of wiring necessary to support installation at specified locations. Cameras will not be connected to the Local Area Network. II. Policies and Design Standards A) The Contractor is responsible for ensuring compliance to national, federal, state, and local codes and design standards, latest editions, including, but not limited to the following: International Building Code (IBC) Life Safety Code, NFPA 101 (National Fire Protection Association) for egress, National Electrical Code, NFPA 70 (National Fire Protection Association), Occupational Safety and Health Administration (OSHA) Code of Federal Regulations Part 1910 and Part 1926. B) The following technical standards and guidelines are incorporated and made a part of this contract: Facility Standards for the Public Buildings Service PBS-P100 2005 (http://www.gsa.gov/) C) The web link for DigiLink Pager System is: DigiLink Contact-Closure UHF Vibrating Pager System: Microframe Corporation III. Payment and Schedule A) Payments: GSA will pay a fixed fee, in the form of progress payments, based upon the completion and GSA approval of each submission. Progress payments shall not exceed 10% of contract value and a lump-sum, final payment shall be made upon final acceptance by the government of the deliverable B) Complete work of project within 10 weeks of Notice to Proceed. C) Work Hours: TBD in accordance with tenant agency 24-hour operation. IV. Instructions to Offerors A) It is expected that the solicitation for this project will be available by 8/15/2005. To request a copy, please contact the Contracting Officer listed as the Primary Point of Contact in this announcement at 206-220-5062, or cheryl.weaser@gsa.gov. B) This is a negotiated procurement. Award will be based on price and it is the Government’s intentions to award based on initial offers, but negotiations will be conducted if it proves to be in the Government’s best interest C) This is a small business set aside. The small business size standard applicable to NAICS category 561621 is $10.5 Million. D) It is expected that proposals will be due on or about 8/24/2005. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/10PZ1/Reference-Number-10PZ1-05-0592/listing.html)
 
Place of Performance
Address: Multiple SSA Locations, WA
Country: USA
 
Record
SN00863983-F 20050807/050805213159 (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.