Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2010 FBO #3255
SOLICITATION NOTICE

63 -- UPGRADE EXISTING IDS AND CCTV EQUIPMENT

Notice Date
10/21/2010
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Charleston Field Office (3PKFC), 300 Virginia Street, East, Room 1620, Charleston, West Virginia, 25301
 
ZIP Code
25301
 
Solicitation Number
GS-03P-11-QN-C-0009
 
Archive Date
11/18/2011
 
Point of Contact
Katie A Thomas, Phone: 304-347-5155
 
E-Mail Address
katie.thomas@gsa.gov
(katie.thomas@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FPS SECURITY UPGRADES Richard H Poff Federal Office Building SCOPE OF WORK SECTION 1: PROJECT INFORMATION: Project Title: FPS Security Upgrades Building: Richard H. Poff Federal Office Building Location: 210 Franklin Rd, SW Roanoke, VA 24011-2204 GSA Contracting Officer: David Nicholas (304-347-5155) GSA Building Manager: Phyllis Gray (540-857-2174) FPS Area Commander: Craig Blango (Acting) (410-962-9964) FPS Inspector (On Site): Brian Farrow (540-857-2606) FPS Inspector (Remote): Andrew Tracey (410-965-7263) Bid Package: Vendor shall provide a detailed line item price sheet for all equipment and related items pertaining to the installation required on this project. Pre-Bid Meeting: A Pre-Bid Meeting will be conducted on November 3, 2010 at 10:00 a.m. in Room 702 at the Richard F. Poff Federal Office Building located at 210 Franklin Road, Roanoke, Virginia. Please fax an intention to attend memorandum to Phyllis Gray at (540) 857-2034. Completion Date: The project is to be completed and ready for operation no later than 60 calendar days after Notice to Proceed. Certificate of Insurance In addition to the performance and payment bonds a Certificate of Insurance is required by FAR 52.228-5. The Certificate of Insurance shall list GSA as a Co-Insured Party. The successful awardee must submit these items to the Contracting Officer within 10 days of award. Liquidated Damages If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $135 for each calendar day of delay until the work is completed or accepted. Roles and Responsibilities: Contractor - The Contractor is required to provide in accordance with the attached specifications and not limited to the following: •· Construction •· Construction Supervision •· Materials/Equipment •· Quality Control Plan •· Inspections and Tests •· Manuals (Operation/Maintenance, Shop Drawings, etc.) •· As-built Drawings (Red-lines) Government - The Government will provide: •· The site •· Review/comment of design submittals, including the Quality Control Plan •· Inspection/Test Witness to verify attainment of performance requirements •· Progress payments for construction DRAWINGS AND SPECIFICATIONS Submittals: The Contractor shall submit catalog data for approval, on all Contractor furnished equipment, to the Project Manager within ten (10) calendar days after Notice to Proceed. Failure by the Contractor to comply with this requirement and to obtain approval of equipment prior to installation shall bind the Contractor to the selection of equipment by the Government. Selection by the Government shall be final and the material selected shall be used in the work at no additional cost to the Government. Building Codes: All design and construction work shall comply at a minimum with the most recent edition of GSA's PBS-P100 and applicable federal, state and local codes as applicable. Submission Format: Procedures: Submissions shall be made in accordance with the schedule represented within the Contractor's approved schedule, having an allowance that the Government will take two (2) weeks Co review each submission. Submittals shall include all materials and or equipment being used on this project. As-Built Drawings: Contractor shall submit two (2) hard copies and one (1) electronic copy of the As- Built Drawings to GSA and DHS/FPS 10 days after the substantial completion. SECTION 2: SCOPE OF WORK Furnish all labor, materials, supervision and equipment to perform all work required to upgrade the existing IDS and CCTV equipment at the Richard F. Poff Federal Office Building. 1-1: CONSTRUCTION GENERAL REQUIREMENTS: 1-1.1 The Contractor shall furnish all incidental materials, such as conduit, wire mold, wiring, mounting hardware, etc. which are necessary to complete the installation of the equipment and system. All materials and workmanship provided by the Contractor shall be in accordance with the best practice of the state-of-the-art of the security system installation trade and shall meet all Underwriter's Laboratory (UL) Standards for Safety including UL 681 and UL 611, National Fire Protection Association requirements, National Electrical Code, Americans with Disabilities Act (ADA), and applicable state and local codes. The installation shall be suitable in every respect for satisfactory operation. 1-1.2 It shall be the Contractor's responsibility to see that the equipment (including Government furnished equipment) is installed to manufacturer's specifications and that the correct power is supplied to each different type of equipment. In the event that Government furnished equipment is damaged by the Contractor's employees, the Government reserves the right to replace such equipment and deduct the appropriate amount from the contract cost. 1-1.3 It shall be the Contractor's responsibility to obtain all necessary equipment manufacturer's installation specifications and drawings (including those for Government furnished equipment) to complete all installations and contract work. The Government will not furnish any manufacturer's information except that which is included in the contract documents. 1-1.4 The Contractor shall verify all site-conditions before starting or performing any portion of the work under this contract. Any differing conditions/problems should be reported immediately to the GSA Project Manager. 1-1.5 The Contractor shall note that locations of all related security items as indicated on prints are the preferred areas of placement However, the Contractor shall be responsible for the final location of each security device for optimal coverage and stability. 1-1.6 Minor deviations (relocation's) in installed mounting locations for minor items, such as duress buttons, doorbell enunciators, door release buttons, switches, etc., may be required prior to final acceptance when site conditions affect the equipment's operation, performance, or purpose. Relocation's required will require only minimal work and/or materials and will be made without additional cost to the Government. 1-1.7 The Contractor shall furnish two keys for each lock on equipment or for each key switch. The Contractor shall exercise every precaution to protect the security of these keys. Upon completion of the work, the keys shall be properly identified and tagged and delivered to the OHS/ FPS representative. 1-1.8 The Contractor shall be responsible for all programming of the security alarm system to provide complete operation and monitoring as specified. 1-1.9 The Contractor shall furnish to the Government four (4) copies of a "Systems Manual" upon completion of the work. The "Systems Manual" shall contain all necessary information to enable untrained personnel to operate the system, to drawings, schematics, etc. of the system and equipment. The manuals shall be contained in individual covers with the required information divided into sections. 1-1.10 The Contractor shall furnish to the Governments personnel, who are to have charge of the system, a minimum of four (4) hours of training on the operation and testing of the system. The training shall be provided by competent instructors on the care, operation, and testing of all parts of the system before final payment will be processed. Competent instructors shall be thoroughly familiar with all parts of the installation and shall be versed in the operating theory as well as practical operation and maintenance work. 1-1.11 Remove and dispose of all debris and dirt as it accumulates. The Contractor, upon completion of each days' work, shall clean, remove and properly dispose of the resultant dirt and debris, and upon completion of work, all equipment and unused materials shall be properly stored or removed from the work site at the end of each work shift. Unless otherwise specified, all materials removed shall become the property of the Contractor and shall be removed from the job site. Demolition to include, but not be limited to: daily clean up and protection of surroundings. Contractor shall provide safety equipment, signage, barriers, etc., for a safe working environment. 1-1.12 All work or materials of every description subject to injury/damage during the course of the work shall be fully protected from damage from any source. In any event, should any work or materials under this contract become damaged, in any way or manner, the Contractor shall repair and make perfect the damaged material and/or work at his own expense. 1-2 DETAILED WORK ITEMS*************************************** SECURITY CONTRACTOR SHALL BE REQUIRED TO CONSULT WITH THE ON SITE DESIGNATED GSA GOVERNMENT REPRESENTATIVE ASSIGNED TO THIS PROJECT BEFORE PERFORMING ANY TYPE OF DRILLING, CABLING ROUTING, ETC. IT IS REQUIRED THAT THE SECURITY CONTRACTOR PRESENT THE GSA GOVERNMENT REPRESENTATIVE IN ADVANCE A DAILY PLAN AND APPROACH OF THE WORK TO BE PERFORMED FOR APPROVAL. FOR THE EXISTING IDS SECURITY CONTRACTOR SHALL NOT UTILIZE ANY EXISTING CABLE/WIRE. THIS PROJECT IS A COMPLETE REPLACEMENT OF THE EXISTING IDS AND A NEW INSTALL WITH ALL NEW WIRE/CABLE EQUIPMENT AND DEVICES. SECURITY CONTRACTOR SHALL BE RESPONSIBLE FOR ALL LOW VOLTAGE CABLENVIRE CONNECTION TO 120 VOLT FOR THIS PROJECT. FOR EXISTING LOCATIONS SECURITY CONTRACTOR MAY UTILIZE THE 120 VOLT OF EXISTING EQUIPMENT. ANY NEW LOCATIONS SECURITY CONTRACTOR IS RESPONSIBLE FOR OBTAINING THE 120 VOLT. SECURITY CONTRACTOR SHALL BE RESPONSIBLE FOR ALL CONDUIT FOR WIRE/CABLE. ALL SECURITY EQUIPMENT LOCATIONS REFERRED TO IN THIS SCOPE OF WORK AND PRINT'S (IF SUPPLIED) ARE ONLY APPROXIMATE. THE SECURITY CONTRACTOR-INSTALLER SHALL BE RESPONSIBLE FOR THE EXACT LOCATION OF ALL SECURITY EQUIPMENT FOR OPTIMUM PERFORMANCE. SECURITY CONTRACTOR SHALL BE RESPONSIBLE FOR ALL PROGRAMMING OF THE ENTIRE SECURITY SYSTEM AND ANY OR ALL EQUIPMENT REQUIRED TO PROGRAM/SETTINGS/TESTING OF THE SYSTEM SHALL BE THE RESPONSIBILITY OF THE SECURITY CONTRACTOR EVEN GOVERNMENT FURNISHED EQUIPMENT. THE SECURITY CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING A ONE HUNDRED PERCENT COMPLETE WORKING (TURNKEY) SYSTEM. MAKE ALL CONNECTIONS AND PROGRAMMING/SETTINGS/TESTING OF THE SYSTEM AS PER MANUFACTURER'S SPECIFICATIONS. 2-1: CLOSED-CIRCUIT TELEVISION (CCTV) 2-1.1 N/A 2-1.2 N/A 2-1.3 N/A 2-1.4 N/A 2-1.5 N/A 2-1.6 N/A 2-2: INTRUSION DETECTION SYSTEM (IDS). 2-2.1 Security contractor to remove all existing non functional intrusion detection system equipment, devices to include hardware, conduit, wiremold, wire/cable, etc and dispose of, no existing cable/wire to be utilized. Location of existing alarm panel is at the first floor guard station, located at the rear loading dock guard station. Existing alarm panel is a wireless Radionics system. This equipment and any field devices, such as keypads, glass break, door contacts, etc are to be disposed of by the security contractor. 2-2.2 Alarm control panel: For the replacement equipment security contractor to supply and install an alarm control panel with attack resistant enclosure and power supply (Ademco Model Vista-250FBP), with dual 17.2 amp hour batteries (Yuasa Model YA-NP181213 or equivalent), utilizing a dual battery harness (NAPCO Model RBAT-H1 or equivalent). Location of existing alarm panel is at the first floor guard station, located at the rear loading dock guard station storage room (FPS Inspector Farrow will provide exact wall mounting location). Security contractor may need to supply an additional attack resistant enclosure for the batteries, zone expanders, etc. Alarm system to be configured for a minimum of one- hundred four (104) hardwire alarm input points, each field device shall be zoned individually, even double doors, overhead doors, each alarm and aux panel (tampered), glass break, motion detection, etc. Each hardwire security device shall be connected directly from that device to the security alarm panel or zone expander (homerun cable). As of this writing it has been determined that approximately eight-eight (88) alarm points have been identified (this includes and estimates 12 field/aux panels). Exact location of field / aux panel's will be determined at the pre-bid inspection by GSA, it is the intent to have zone expanders mounted throughout the building to provide future zoning, it is requested that each zone expander data wire /cable be homerun to the zone expander / control panel. For the additional zone points, eight (8) point zone expanders are to be used, Ademco Model 4208U, to provide the minimum one-hundred four (104) hardwire input point requirement, twelve (12) zone expanders are needed (96 points plus the 8 points on the alarm panel). For the required auxiliary power, security contractor has the option of providing, either single or several individual auxiliary power supply / battery back-up for the glass break detection, zone expanders, keypads, batteries etc, and or other devices (note: depending on configuration of field panels, aux panels, etc by security contractor, the alarm input points may increase or decrease for the approx count of eighty-eight (88), listed above. For battery backup, same requirements as the control panel, minimum of dual 172 amp hour batteries (Yuasa Model YA-NP1812B or equivalent), utilizing a dual battery harness (NAPCO Model RBAT-H1 or equivalent) per auxiliary power supply in a attack resistant enclosure with lock and key, all panels to be tampered (this includes the power supplies, zone expander's, etc). Security contractor will be responsible for calculating / determining the correct power supply (amp/watt draw) for the amount of devices connected to it. This power supply must also provide a minimum of 24 hour battery back-up. Security contractor is responsible for obtaining power locally for the control panel and any other required panels and making all connections to the 120 volt, contractor shall provide surge protector for the 120 volt to low voltage power supply (Ditek DTK-120HW or equivalent manufacture). All wire/cables connections for alarm panel, aux panels, field panels, devices, etc shall not be exposed, either concealed in the walls and any connections between panels in conduit or other metallic enclosure/ protective covering, this shall also apply to all other security equipment/devices listed in this scope of work, to include cctv, access control, etc. Security contractor is responsible for providing any and all hardware and material listed to accomplish this project. Note: As of this writing the Government agency will supply one dedicated phone line (line from existing IDS) for the reporting of the alarm system to the RCC, security contractor shall provide surge protection for this phone line (Ditek IVIRJ31XSCP-RUV or equivalent). If agency supplies or requires dual phone line (hardwire, cell, etc.) the security contractor is responsible for supplying protection for that phone line. This system shall report to the DUS/FPS-Law Enforcement Regional Control Center (RCC) in Philadelphia, PA 1-877-437-7411. A DHS/FPS new account alarm sample form can be requested through the RCC. 2-2.3 Alarm keypads: System shall consist of four (4) interior alarm keypads (Ademco Voice Alpha- Numeric Custom English keypad 6160V). Keypads shall be for arming/disarming and status of the intrusion detection alarm system for this space at the following location/s: •1. First floor main lobby USMS CSO desk. •2. First floor guard office located at the GSA loading dock. •3. Second floor USMS security monitor station. •4. Mounted on the alarm control panel in the first floor guard office located at the GSA loading dock. 2-2.4 Door contacts: All doors including overhead doors, sliding doors, roof hatches and revolving door's will have door contact(s) installed on them, a total of thirty-six (36) alarm contacts have been identified. If additional doors are identified during the pre-bid inspection, security contractor to address. For revolving or sliding doors (if applicable, may require more then one contact), the contacts listed may not be applicable, and an alternate contact may be required, security contractor to present optional contacts for approval by FPS. For the standard building door contacts, surface mounted high security biased magnetic door contacts (GE Model No. 1087TH or equal/equivalent manufacture), for overhead door (OHD), surface mounted high security biased magnetic two contacts per door, (GE Model No. 2207 series or equal/equivalent manufacture). Note: Each contact will be individually zoned, this includes double doors, OHDs, etc. Following locations: •1. First floor front main employee/visitor lobby door, single door (1 contact). •2. First floor front main lobby revolving door, (2 contacts). •3. First floor side entry/exit door, adjacent to east stairwell, single door (1 contact). •4. First floor side entry/exit door, adjacent to men's restroom, leading to Judges parking, single door (1 contact). •5. First floor side entry/exit door, that leads to mechanical room, single door (1 contact). •6. First floor rear drainage door, in mechanical room, single door (1 contact). •7. First floor rear interior storage room a. door, single door (1 contact). •8. First floor rear interior storage room b. door, single door (1 contact). •9. First floor rear storage room a. doors, double doors (2 contacts). •10. First floor rear storage room b. doors, double doors (2 contacts). •11. First floor rear storage room c. doors, double doors (2 contacts). •12. First floor rear generator room doors, double doors (2 contacts). •13. First floor side entry/exit doors leading from the loading dock, double doors (2 contacts). •14. First floor side guard office doors leading from the loading dock, double doors (2 contacts). •15. First floor side emergency exit door, adjacent to west stairwell, single door (1 contact). •16. Second floor side entry/exit door, adjacent to east stairwell, single door (1 contact). •17. Second floor rear door leading from the parking level into the USMS space, single door (1 contact). •18. Second floor rear entry/exit door leading from the parking level, single door (1 contact). •19. Second floor side entry/exit door, adjacent to west stairwell, single door (1 contact). •20. Lower lever rear entrance parking garage vehicle overhead door, single roll up door (2 contacts). •21. Lower level rear employee entrance parking garage door, single door (1 contact). •22. Lower level rear center entry/exit doors leading to exterior stairs, double doors (2 contacts). •23. Lower lever rear exit parking garage vehicle overhead door, single roll up door (2 contacts). •24. Lower level rear employee exit parking garage door, single door (1 contact). •25. Fourteenth floor roof hatch a., (1 contact). •26. Fourteenth floor roof hatch b., (1 contact). 2-2.5 Duress/Panic Alarms: System shall consist of two (2) duress/panic buttons (UPS latching # US­HUB2A or equal/equivalent manufacture), at the following location/s: •1. First floor main lobby USMS CSO desk, duress button, (1 button). •2. Second floor guard desk duress button, (1 button). 2-2.6 Local Annunciation: System shall have one annunciation location to monitor one door location for door prop. Consisting of a strobe/piezo (STI #SF-FA5000A or equal/equivalent), door delay timer (Altronics UT-1 timer or equal/equivalent) and a keypad override (ACP # AC-KP100 or equal/equivalent) to override annunciation as needed. •1. Local annunciation unit and keypad override to be mounted In the security guard office located at the first floor side loading dock_ •2. Door location to be monitored is the first floor rear storage room b. (exterior doors). UT-1 timer is to provide a delay time, that can be changed, such as 30 seconds, 60 seconds, etc. A separate door status switch is to be installed, to active/control the UT-1/annunciation unit. 2-2.7 Glass Break Detection: A total of thirty-seven (37) glass windows and doors/vestibules have been identified as needing protection. If additional glass windows and doors/vestibules are identified during the pre-bid inspection, security contractor to address. Glass break detector (Honeywell Flexguard FG-1615 / FG-1625 or equal/equivalent manufacture), at the following locations: •1 First floor front main employee/visitor lobby door, single door (1 glass break). •2 First floor front main lobby area, (2 glass breaks). •3 First floor front attorney conference office, (1 glass break). •4 First floor front law clerk office a, (1 glass break). •5 First floor front law clerk office b, (1 glass break). •6 First floor front file room, (1 glass break). •7 First floor front reception office a, (1 glass break). •8 First floor front reception office b, (1 glass break). •9 First floor front judges chambers, (1 glass break). •10 First floor side entry/exit door, adjacent to east stairwell, (1 glass break). •11 First floor side entry/exit door, adjacent to men's restroom, leading to judges parking, (1 glass break). •12 First floor side entry/exit doors leading from the loading dock, (1 glass break). •13 First floor side guard office doors leading from the loading dock, (1 glass break). •14 First floor side emergency exit door, adjacent to west stairwell, (1 glass break). •15 Second floor front judges chambers a., (1 glass break). •16 Second floor front secretary office a., (1 glass break). •17 Second floor front law library, (2 glass breaks). •18 Second floor front judges chambers b., (1 glass break). •19 Second floor front secretary office b., (1 glass break). •20 Second floor side entry/exit door, adjacent to men's, (1 glass break). •21 Second floor side USMS vault room, (1 glass break). •22 Second floor side USMS office/vault room, (1 glass break). •23 Second floor side USMS training room, (1 glass break). •24 Second floor side USMS warrant supply/task force office, (1 glass break). •25 Second floor rear USMS door leading from the parking level into the USMS space, (1 glass break). •26 Second floor rear USMS squad office space, (1 glass break). •27 Second floor rear USMS sdusm office space, (1 glass break). •28 Second floor rear USMS cdusm office space, (1 glass break). •29 Second floor rear entry/exit door (vestibule) leading from the parking level, (1 glass break). •30 Second floor side administration office space, (4 glass breaks). •31 Second floor side entry/exit door (guard desk location), adjacent to west stairwell, (1 glass break). •32 Lower level rear center entry/exit doors leading to exterior stairs, (1 glass break). Security contractor to supply two (2) glass break simulator / testers (Honeywell FG701) to the OHS / FPS representative, inspector Farrow. If security contractor provides an equal/equivalent manufacture for the glass break detectors, then they shall supply the correct simulator/tester for that manufacture's glass break model. Security contractor to provide detailed written testing instructions. Note 1: it is requested that the security contractor determine if the specified glass break detection is acceptable for this buildings environment, and areas such as mechanical rooms, rest rooms, etc (noise, vibration, etc). if not applicable an alternate device may be required, such as motion detection, vibration detector, etc security contractor to present optional devices for approval by FPS. Note 2: Glass break detection was chosen because of this building being a 24/7 site and alarm system armed for after hours, preventing false alarms. If it is determined that motion detection can be used in place of some glass breaks, then a dual tech type unit may be used, such as C&K DT660STC or equal I equivalent). 2-2.8 Window Contacts: if windows are functional, due to the climate environment, open and close, both top and bottom then the windows need to be protected, such as window contacts (GE #1032 or equal/equivalent), top and bottom, this will be determined during the pre-bid inspection. A second window magnet (GE #1937 or equal/equivalent) may be requested thus this window can be opened at the same time as keeping the alarm system armed. A specialty alarm contact (GRI # VS-06 or equal/equivalent manufacture) may be requested, this would allow window venting of four to six inches before breaking contact and activating an alarm. This would be the preferred method, being that the alarm system would not have to be armed/disarmed, could open and close the window with the alarm system armed. If this specialty contact is selected the security contractor will be required to install stop blocks to prevent the window from opening beyond the six inch range preventing someone from attempting to enter through the window opening. 3-3: ACCESS CONTROL SYSTEM (ACS). 3-3.1 Access control Shunt: Security contractor to provide programmable shunting of selected alarm contact(s) at electronic access control points for either ingress and or egress during after hour use,. when the alarm system is armed. Existing alarm system was already configured to provide this feature. This will require the security contactor to interface the door alarm contact(s) to an existing electronic access control system, security contractor shall be responsible for providing and or coordinating this interface (GSA has ownership of electronic access in this building, except for USMS space). It is preferred that the alarm point remain connected to the FPS alarm panel input and that the shunt be provided by a programmable aux output relay from the access control panel. Consequently providing a short across the door contact(s), vs. wiring to the access control panel (others) first then using an output relay board from the access control board to the alarm panel input board. Wiring would be one wire directly from the alarm panel input to the door contact(s) and one wire directly from the access control panel aux relay across the door contact(s). Following locations: 1. First floor front main employee/visitor lobby single door. This door is to be configured for shunt on egress only. GSA System. •2. First floor side entry/exit door, adjacent to men's restroom, leading to Judges parking. This door has existing card access for ingress and motion sensor for egress. GSA System. •3. First floor side entry/exit doors leading from the loading dock. This door has a key override on the exterior side for ingress, egress motion sensor, and the guard can control from the guard station adjacent to this door location. GSA System. •4. Second floor rear entry/exit door (vestibule) guard station, leading from the parking level. This door has existing card access for ingress and motion sensor for egress. GSA System. •5. Second floor rear entry/exit doors, USMS card access on two (2) door locations leading into the USMS space. USMS has ownership of the access control for this space. •6. Lower lever rear entrance parking garage vehicle overhead door. This door is configured for ingress only. GSA System. •7. Lower level rear employee entrance parking garage door. This door has existing card access for ingress and motion sensor for egress. GSA System. •8. Lower lever rear exit parking garage vehicle overhead door. This door is configured for ingress only. GSA System. •9. Lower level rear employee exit parking garage door. This door has existing card access for ingress and motion sensor for egress. GSA System. NOTE: All cables and connections on this project shall not be exposed, either concealed in the walls and any connections between panels, devices, etc in conduit or metallic enclosure I protective covering, this shall apply to all security equipment / devices listed in this scope of work, to include the IDS, cctv system and access control system. Additional/Optional Request: Request that security contractor provide a separate quote, per item cost for the following: •1. Install one (1) interior ceiling mounted IP mega pixel dome camera (AXIS # M3014 or equal/equivalent) at the second floor guard/public lobby elevator area, Inspector Farrow will provide exact mounting location. Cabling to terminate in the second floor USMS control room and be connected to the FPS digital recorder (Videolnsight nvr). •2. Install two (2) exterior vandal/rugged wall/ceiling mounted IP mega pixel dome camera (AXIS # ACM7511 or equal/equivalent) within the rear parking level stairwell, Inspector Farrow will provide exact mounting location. Cabling to terminate in the second floor USMS control room and be connected to the FPS digital recorder (Videolnsight nvr). •3. Install one (1) exterior bullet style wall mounted IP mega pixel dome camera (AXIS # ACM1231 or equal/equivalent) at the rear loading dock area to view the loading load storage room doors a. and b., Inspector Farrow will provide exact mounting location. Cabling to terminate in the second floor USMS control room and be connected to the FPS digital recorder (Videolnsight nvr). •4. Install thirty-two (32) Videolnsight IP Management software/licenses (Videolnsight # IPSv4-X; is per camera) on both of the existing 16 channelVideolnsight nvr's. Provide line item per camera software/licenses, it may be requested that just the four (4) software/licenses be requested for the above four (4) cameras. SECTION 4: PRODUCTS & WORKMANSHIP Workmanship Workmanship shall conform to the practices of the trade and to be in accordance with all Federal, State and local codes. All work shall be coordinated and scheduled with the PM and the PM has the right to reject any unsatisfactory or unsuitable material or workmanship. Any damage caused by the Contractor to the building(s), any of its contents or tenants shall be the responsibility of the Contractor to correct in a timely manner. Demolition to include, but not be limited to: daily clean up and protection of surroundings. Contractor shall provide safety equipment, signage, barriers, etc., for a safe working environment. The Contractor shall furnish all labor, materials and equipment. Warranty All work performed by the Contractor under this contract shall be warranted by the Contractor for a period of one (1) year after final acceptance of all security systems work. The Contractor shall be responsible for corrections due to work performed by him/her for the one (1) year period at no additional cost to the Government. All Contractor furnished and installed materials and equipment under this contract shall be warranted by the Contractor for a period of one (1) year after final acceptance of all security systems work. Should any of the materials or equipment fail or malfunction under normal usage during the year, the Contractor shall be responsible for repairing or replacing the defective item at no additional cost to the Government. The Contractor shall not be liable for failures or malfunctions caused by an act of God or as a result of damages or malfunctions not occasioned by normal use. If a Government furnished, Contractor installed, item fails or malfunctions under normal usage during the year, the Government shall be responsible for repairing or replacing the defective item. However, if a Government furnished, Contractor installed, item fails or malfunctions due to the Contractors installation or work, the Contractor shall be responsible for repairing or replacing the defective item at no additional cost to the Government. The security Contractor is responsible for supplying an entire system that is year 2000 (two thousand) and above compatible outlined and/or pertaining to this scope of work. SECTION 5: GENERAL INFORMATION HOURS OF WORK: All work to be performed during normal office hours of 6:00 am to 6:00 pm. All work areas shall be protected from dust and dirt, and shall be cleaned prior to the end of work each day. USE OF BUILDING FACILITIES: The Contractor may use utilities, services and toilet facilities of the buildings, subject to the approval of the Building Manager. The Contractor shall prohibit his employees from disturbing papers on desks, opening desk drawers or cabinets, or using telephone or office equipment provided for official Government use. The Contractor shall require his employees to comply with the instructions pertaining to conduct and building regulations issued by duly appointed officials. FIRE HAZARDS: The Contractor shall take every precaution to prevent fires during the performance of this contract. The Contractor shall furnish a covered metal receptacle to be kept on the exterior of the building to place therein all combustible material such as oily rags, waste, etc., used in the performance of the work_ Paint product containers are to be kept sealed at all times except when in use. The Contractor must provide and have available at all times, portable fire extinguishers, suitable for potential hazard(s) involved. CONTRACTOR EMPLOYEES: Each employee of the Contractor shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-12 or, who presents other evidence from the Immigration and Naturalization Service that employment will not affect his immigration status. SECURITY PROVISIONS: All Contractor and sub-contractor employees will be required to furnish information for security clearances and comply with security regulations as imposed by the occupying agencies. The Contractor will make it a specific provision of his subcontracts that these regulations be accepted. GOVERNMENT FURNISHED EQUIPMENT (GFE): The Government may furnish equipment and devices for installation under this contract as indicated herein. The Contractor or his representative will be required to sign an itemized equipment receipt for Government furnished equipment. After receipt, the Contractor will then be held responsible and liable for the loss or damage to the equipment until the job is completed and accepted by the Government. Any Government furnished equipment and or devices that are not installed for any reason shall be returned to the GSA Project Manager. EXTRAS: Except as otherwise provided in the contract, no charge for extra work or materials will be allowed unless the same has been ordered in writing by the contracting officer and the price stated in such order. INDEMNITY: The Contractor shall save and keep harmless and indemnify the Government against any and all liability claims, and costs of whatsoever kind and nature of injury to or death of any person or persons and for loss or damage to any property (Government or otherwise) occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work in connection with this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor. CHANGES IN CONTRACT WORK REQUIREMENTS: The Contractor shall note that no changes in the work requirements or scope of work under this contract shall be made by the Contractor without a written modification to the contract approved by the Contracting Officer, except at the Contractor's own risk. The Contractor shall not accept any changes from the using agency personnel. Any requests for changed work should be addressed to the GSA Contracting Officer or the Project Manager. INSPECTIONS: The Government during any phase of the installation work may conduct progress inspections. Any aspect of the work, the performance of the system, or any part of the installation may be inspected. The Contractor shall notify the GSA Project Manager when the installation work is complete and while the Contractor is still on-site. At the time of notification of work completion, the Contractor shall schedule a final inspection with the GSA and FPS Project Manager. The Contractor shall be required to be on-site during the final inspection. During the final inspection, the Contractor shall demonstrate to the GSA and FPS Project Manager complete performance of the total system as a whole and the performance of each separate device, control panel, switch, and all other security equipment and material required by the contract. All security devices/equipment shall have been tested prior to the final inspection, this means all alarm points shall be working and reporting to the assigned destination (i.e. local or alarm monitoring station), this also applies to any other security related items. It shall be requested that the Contractor perform a complete testing of all newly and existing equipment/system(s). A Government representative shall be present during the testing process to verify that all testing was completed, also the Government representative will review all testing and supporting documentation to determine that the system is working properly and as designed. ACCEPTANCE OF THE INSTALLATION: Acceptance of the installation by the Government will be given only after satisfactory completion of all work in accordance with the specifications, satisfactory demonstration of the performance of the total system and devices, completion of the specified training, testing and receipt by the Government of all required documents and as-built drawings. MEASUREMENTS: The Contractor shall be responsible for verifying exact number and measurements for all work required under the contract. ***ALL BIDS WILL BE DUE BACK NO LATER THAN THURSDAY, NOVEMBER 18, 2010 AT 1:00 P.M.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/CFO/GS-03P-11-QN-C-0009/listing.html)
 
Place of Performance
Address: RICHARD H. POFF FEDERAL BUILDING, 210 FRANKLIN ROAD, SW, ROANOKE, Virginia, 24011, United States
Zip Code: 24011
 
Record
SN02314814-W 20101023/101021234134-f3a61f18716de91c55597731d23db975 (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.