Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

63 -- Combined synopsis/solicitation for Full and Open Competition to provide Physical Security Upgrade, Diamond II access control systems, installation of an Aiphone Intercom, Video Surveillance, and upgrade Access Control Software.

Notice Date
8/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ACC-RSA - (SPS), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W9124P-11-P-0304
 
Response Due
8/24/2011
 
Archive Date
10/23/2011
 
Point of Contact
Marilyn, 256-842-5307
 
E-Mail Address
ACC-RSA - (SPS)
(marilyn.crawford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contractor shall provide labor and hardware to install a Proximity Reader to control the interior set of double doors located on the North East side of building 5681. This reader shall be compatible with the current Diamond II Security system operating in the PEO Aviation Campus. The following items shall be installed to make this entrance function as an accessible access point, during the duty day, for both PEO Aviation Employees and Visitors: a. CAC Compatible Multi-technology Keypad/Proximity Reader. b. All associated sensors c. All associated wires and cabling compatible with the current Diamond II system. These doors shall be controlled by the existing Diamond II Access Control System. These doors shall be controlled by the existing Remote Reader Electronics (RRE) located in building 5681, room 119. The contractor shall use the existing electric strikes. 2. Building 5681 Annex Office Access Control: The contractor shall provide labor and materials to install an Access Control System (ACS) into the portable buildings, Buildings 5681-A through D. This system shall be compatible with the existing Diamond II Access Control System. Each building has four doors. All four doors on the buildings (16 in total) shall have the compatible keypad Proximity Readers installed to allow controlled entry into the facilities as well as all other required life safety egress items installed. The following items shall be addressed and/or installed during the installation: a. CAC Compatible Multi-technology Keypad/Proximity Reader. b. All associated sensors. c. All associated wires and cabling compatible with the current Diamond II system. 3. PEO Aviation Migration from Diamond II to Facility Commander Wnx Software: The contractor shall upgrade the current access control system for PEO Aviation from Diamond II to Facility Commander Wnx Software and shall maximize the reuse of the Access Control System (ACS) and Intrusion Detection System (IDS) controller hardware, readers, sensors and cabling. The contractor shall provide technical labor specific to the ACS/IDS application. The contractor shall develop and provide engineering documentation to include system drawing and layout to include the physical and functional location/architecture. The contractor shall program all existing ACS/IDS hardware onto the new server and import the current cardholder records into the Facility Commander Wnx system. The contractor shall provide and integrate Crystal Reports with the Facility Commander (FC) Wnx software. 4. CCTV: The contractor shall provide labor and materials to add a video surveillance. This effort shall consist of one fixed camera positioned to view main front door, one fixed camera positioned to view side door into PEO Aviation space, one fixed camera positioned to view the rear entrance and elevator, one video monitor and the DVR shall be located in Room 2122, and one video monitor shall be located in Room 2015. 5. The contractor shall provide materials for one Aiphone Intercom system with one door station and two desk stations. 6. The estimated period of performance is two months from date of award. This solicitation is issued as a Request for Quote (RFQ). 52.212-1, Instructions to Offerors -- Commercial 52.212-4, Contract Terms and Conditions -- Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, The offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability and price. Award will be made to the lowest price technically acceptable offer. All Quotes and any questions regarding this request must be submitted via email to: marilyn.crawford@us.army.mil. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1cf5a415eb94c124b4a8249163e26891)
 
Place of Performance
Address: ACC-RSA - (SPS) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02541441-W 20110821/110819234929-1cf5a415eb94c124b4a8249163e26891 (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.