SOLICITATION NOTICE
J -- Routine Maintenance and Emergency Repairs for Lenel access control and detection security system - Equipment list
- Notice Date
- 2/13/2012
- Notice Type
- Presolicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
- ZIP Code
- 55403
- Solicitation Number
- APHIS-569760
- Archive Date
- 3/10/2012
- Point of Contact
- Carol R. Dingess, Phone: 612-336-3208
- E-Mail Address
-
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Current Equipment list The USDA, National Centers for Animal Health (NCAH) have a requirement for maintenance and emergency repairs for their Lenel access control and detection security system and a variety of closed circuit television systems installed in their facilities located in Ames, IA. Locations for Services: USDA/NCAH 1920 Dayton Ave Ames, IA 50010 Tasks may include, but not be limited to, the following: 1) Repair or replacement of physical security components. Security components include vehicle gates, door hardware controls, network interface devices, Closed Circuit Television (CCTV) systems, card readers, keypads, biometrics readers, intercoms, glass break sensors, motion sensors, door alarm sensors, electronic locks, and mechanical locks. 2) Support for troubleshooting performance problems with the Lenel access control system database and server 3) Re-cabling in the event where wire is found to be sub-standard. 4) Troubleshooting with Building Automations Systems (BAS) technicians for instances where there are problems with communications, wiring, or processes between the security system and the BAS. Period of Performance The period of performance for this contract will be from date of award not to exceed five years. All contractor provided equipment (system control panels and devices specified), components, materials, installation, workmanship and operation shall conform to the most stringent applicable requirements of the most recent editions of the following publications and this specification unless otherwise noted: • National Fire Protection Association (NFPA). • State and Local Building Codes as adopted by the Authority Having Jurisdiction (AHJ). • The Uniform Federal Accessibility Standards (UFAS). • Occupational Safety and Health Administration (OSHA). • Equipment Manufacturer Printed Instructions. Select buildings where work may need to be performed are bio-security facilities and contain biohazard materials; therefore, the contractor must complete any area specific training before entry and follow bio-security procedures for entering and exiting the facility. These procedures require showering out and in some instances showering upon entering the facility. In addition, any tools or equipment carried into the facility must he decontaminated before they can be removed from the facility, which would mean the contractors tools may not be available to contractor for a period of one week after completing work in the facility. When contractors need to perform work in the bio-security containment facilities they cannot go near a farm, any livestock or birds for a period of five days after leaving the facility. (a) The following "Key Personnel" categories, responsibilities, and qualifications will also be required (1) Project Manager - Experience directing and coordinating all activities under the contract and managing complex contracts which includes evaluating a facility and facility plans, designing a security system including developing security risers, and coordinating schedules of multiple subcontractors. Qualifications include project management experience which includes experience in strategic planning and project management providing management level advice in the organization, scheduling and planning, and implementation of large modernization initiatives, plus proven past performance. Knowledge of the Lenel "ONGUARD" Access Control System, Sequel Server, CAD, Microsoft Project, Microsoft Word, Microsoft Excel, and PowerPoint familiarity with business and security modernization projects; experience in performance measurement, risk assessments, project planning and re-sourcing, change management, configuration management, communications support and management, and information technology. (2) Senior Systems Design Engineer (Electronic Security) - Responsible for the overall design of the entire security system. This includes all integration considerations, i.e. alarm interface, CCTV interface, etc, applicable to specific site needs, site conditions, system layout, code adherence and understanding of other trades. Final review of all designs to assure compliance with the design and all code related issues. Qualifications include experience in Security Design Engineering and knowledge of the Lenel Access Control System. (3) Senior Technician - Reads electrical design risers and security plans. Installs, repairs, and maintains security system panels, alarm panels, security devices for intrusion detection and access control, cable and electrical connections. Qualifications include certifications by the hardware and software companies for the equipment he/she is installing. Experience and knowledge of programming panels, serial devices, and software to run those systems. Fully knowledgeable in CCTV installation and programming of matrix switchers, controllers and DVRs. Must be capable of supervising junior installers. (b) The following "Other Personnel" categories and responsibilities may also be required : (1) Junior Systems Engineer (Electronic Security) - Responsible for assisting in overall design of all or part of the security system. This includes integration considerations, i.e. alarm interface, CCTV interface, etc., applicable to specific site needs, site conditions system layout, code adherence, and understanding of other trades. (2) Field Engineer - Responsible for the final terminations of all intelligent control panels, programming and set up of the software, trouble shooting, and installation of devices. (3) Laborer - Perform a variety of duties inclusive of operating multiple hand tools necessary to accomplish installation tasks such as installing signs, fencing, concrete, clearing brush, and painting. (4) Electrician - Perform skilled electrical servicing and repair work on a wide variety of equipment, machinery, and building mechanical systems. Install, maintain, inspect, troubleshoot, diagnose, and repair a variety of electrical devices such as reader, doors, locks, wiring, lighting, uninterruptible power supplies in building systems environment. Ability to work from blueprints and wiring diagrams. (5) Quality Assurance Specialist - Directs and controls all bench set up, field installation and adherence to accepted labor practices for the overall installation. Qualifications include QA experience which includes experience in evaluating security system installations for completeness, including testing all equipment for functionality. Quality Assurance Plans for the company; knowledge of Lenel Access Control System, Microsoft Project, Microsoft Excel, PowerPoint and WordPerfect 8.0. (6) Technical Documentation Specialist - responsible for documenting security designs contained with scopes of work. Responsible for computer-aided design and drafting for as-built drawings, as required. The Technical Documentation Specialist will be working closely with the team Project Manager and others to perform design, drafting, and documentation for project assignments. (7) Locksmith - Responsible for repair, modifications, and opening a variety of locking mechanisms found on doors, mobile equipment, safes, and vaults. Interested sources are encouraged to add your name and contact info to the interested parties list in Fedbizopps for this notice. Telephonic inquiries will not be honored. Please email all questions regarding subject item(s) prior to Sources Sought closing date to Carol.Dingess@aphis.usda.gov. Small Business concerns are encouraged to participate. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Tax I.D. Number, Duns Number, and point of contact information. The Government will not award a contract based on the information received, nor reimburse participants for information or materials they provide. Information or materials provided is strictly voluntary. The US Department of Labor Wage Determination General Decision Number: 2005-2206 for Story County, Iowa where the work will be performed, also applies. Anyone interested in doing business with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711 or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Anyone interested in doing business with the USDA must complete a Representations and Certifications electronically at http://orca.bpn.gov and be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-866-606-8220
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-569760/listing.html)
- Place of Performance
- Address: USDA/NCAH, 1920 Dayton Ave, AMES, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02673649-W 20120215/120213234934-96a8acfda73e45d20021a89020a81792 (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 |