SPECIAL NOTICE
D -- Notice of Intent to Award Sole Source, Monaco Fire Alarm System Upgrade
- Notice Date
- 9/25/2012
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2X3C72160A001
- Archive Date
- 10/11/2012
- Point of Contact
- Corey S. Hooper, Phone: 334-953-3100, Jacqueline A. Threat-Tellis, Phone: 334-953-3526
- E-Mail Address
-
corey.hooper@us.af.mil, jacqueline.threat-tellis@us.af.mil
(corey.hooper@us.af.mil, jacqueline.threat-tellis@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 42d Contracting Squadron at Maxwell AFB, AL hereby gives notice of its intention to award a Sole Source acquisition to Monaco Enterprises, INC., for a system upgrade of the existing Monaco Fire Alarm receiving equipment located at the Emergency Communication Center. This announcement constitutes the only notice. The reference number is F2X3C72160A001. The NAICS code for this purchase is 541512 and the size standard is $25,500,000.00. The closing date for this notice is 26 September 2012 at 4:00 P.M. Central Standard Time. For more information contact A1C Corey Hooper at (334) 953-3100 or email at corey.hooper@us.af.mil. Alternate POC is Jacqueline Threat-Tellis at (334) 953-3526 or jacqueline.threat-tellis@us.af.mil. PERFORMANCE WORK STATEMENT: System Upgrade Maxwell AFB Fire Alarm Receiving Equipment 1. DESCRIPTION OF SERVICES 1.1 Scope of Work: The contractor will provide all necessary supervision, labor, travel, materials, tools, equipment, accessories and other items necessary to safely remove, relocate and complete the installation of all components to Air Force standards and National Fire Protection Association 1221 Standard for the Installation, Maintenance, and Use of Emergency Services Communications Systems, 2010 Edition. Maxwell AFB desires system upgrade of existing Monaco Fire Alarm receiving equipment located at building M-929, Emergency Communication Center (ECC) Fire dispatch console and the alternate dispatch center located in building G-834 on Gunter Annex. 2.0 Existing System: This project is to upgrade system software and enhance the existing Monaco fire alarm monitoring equipment capability in Maxwell building M-929, room 124 and Gunter fire station, building G-834. Service and upgrades to equipment will need to be accomplished within 75 days of award. Downtime of the Monaco system must not exceed five days. Monaco fire alarm equipment is required for 24/7/365 operations to ensure compliant notification to the central alarm receiving facility. 3.0 Installation: Emergency Communications Center (Maxwell building 929, Room 124 and Gunter Building 834) 3.1 GENERAL: The contractor will provide the technical solution to accomplish the following: • Install and configure one D-21 Rack Mounted Server with connectivity to existing Monaco fire alarm receiving equipment, bldg 929. • Install and configure one D-21 Rack Mounted Client with connectivity to existing Monaco fire alarm receiving equipment, bldg M-929. • Install and configure one D-21 Tower Server with connectivity to existing Monaco fire alarm receiving equipment, bldg G-834. • Update Monaco to most current software version and Microsoft Windows 7 operating system • Verify and test the redundant D-21 system, bldg G-834 is synchronized with the primary D-21 Rack Mounted Server in bldg M-929. • Reconnect cabling, monitors, and keyboards for two (2) D-21 Dispatch positions extended desktop to each dispatcher console in room 124, the ECC-Fire. • Clean and service all major components and subcomponents, replace substandard connectors and cabling as needed. • Service printers and ensure optimum capability. • Load update pre-fire plan and map information to each D-21(data to be provided to vendor) • Ensure proper receiving capability of the existing monitors and supporting equipment that presently configure the fire alarm receiving equipment system. • Ensure D-21 optimization of Monaco Fire Alarm receiving equipment and proper connectivity to the base communication points (contractor not responsible for base provided services, but will work with base communications). • Installation of rack mount computer equipment into existing 19" equipment rack as required • Clean and inspect RFMs, update RFMs firmware, inspect the antenna network and make necessary adjustments to optimize fire reporting system. • Create back-disk image after updates are completed. • Provide 8 hours of D-21 Administrator and Operator level training while on site, as jointly scheduled though the base OPR and Monaco technician. 3.1 DETAIL SPECIFICATIONS: 3.1.1 Must be compliant with NFPA 1221 requirements for installation of fire alarm monitoring equipment 3.2 Government Furnished Material 3.3 No Monaco equipment or systems will be connected to the Maxwell AFB Local Area Computer network. 3.5 The Monaco servers will use the existing T-1 line that they are currently using. Provide AC power within five (5) feet of all proposed equipment locations. 3.4 Provide T1 connection and converters between Maxwell and Gunter. 3.5 Provide a single point of contact for Monaco Project Manager for the duration of the Contract. 3.6 Provide a minimum of 22U of empty equipment rack space in the existing equipment rack in the ECC comm. room, Building 929, for the installation of the D-21 equipment outlined in this proposal 3.7 The D-21 network connection between Maxwell AFB building 929 and Gunter AFB building 834 will use the existing T1 communications line. 3.8 The D-21 Dispatch positions will reuse the existing monitors that presently display the D- 21 information 3.9 Pre-fire plans and map required will be provided by the suspense date 4.0 SECURITY REQUIREMENTS: The contractor will comply at all times with base security requirements to include base pass requirements and personnel security checks. 4.1 Contractor Notification Responsibilities. The contractor shall notify the Information Security Program Manager (ISPM) at each operating location 30 days before on-base performance of the service. The notification shall include: 4.1.1 Name, address, and telephone number of contractor representatives. 4.1.2 The contract number and contracting agency. 4.1.3 The reason for the service (i.e., work to be performed). 4.1.4 The location(s) of service performance and future performance, if known. 4.1.5 The date service performance begins. 4.1.6 Any change to information previously provided under this paragraph. 4.2 Obtaining and Retrieving Identification Media. As prescribed by the AFFAR 5352.242- 9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: 4.2.1 The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges, contractor-furnished identification badges while visiting, or performing work on the installation. 4.2.2 The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing security forces base pass and registration office for processing. Prior to reporting to pass and registration office, the individual must report to the Security Forces Squadron Administration Flight for a local files check. When reporting to the pass and registration office for issue of a vehicle pass, contractor individual(s) shall provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and certification of a background check. When reporting to the pass and registration office for issue of military issue identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. 4.2.1.1 During performance of the service, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials \ and vehicle passes for any employee who no longer requires access to the work site. 4.2.2.1 Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify all base identification passes have been returned and/or accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges and vehicle passes have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will no longer be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). 4.2.3 Failure to comply with these requirements may result in withholding of final payment. 4.2.4 Pass and Identification Items. The service shall ensure the following pass and identification items required for service performance are obtained for employees: 4.2.4.1 DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). 4.2.4.2 AETC Form 58, Civilian Identification Card (AETCI 36-3001). 4.2.4.3 AF Form 1199, USAF Restricted Area Badge, or locally developed badge. 4.2.4.4 AF Form 75, Visitor/Vehicle Pass (AFI 31-204). 4.2.4.5 DoD Common Access Card (CAC), (AFI 36-3026). 4.3 Suitability Investigations. Contractor personnel shall successfully complete, as a m minimum, a National Agency Check (NAC), before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. The government at no additional cost to the contractor shall submit these investigations. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Electronic Mail (E-Mail) Management and Use, requirements. 4.4 Unescorted Entry to Restricted Areas. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably completed NAC investigation to qualify for unescorted entry to a restricted area. In addition, the Air Force shall submit NAC investigations for contractor employees at no additional cost to the contractor. The contractor shall provide initial and follow-on training to contractor personnel who work in Air Force controlled/restricted areas. Air Force restricted and controlled areas are explained in AFI 31-101. 4.5 Visit Request: Contractors participating in the National Industrial Security Program are authorized to use Joint Personnel Adjudication System (JPAS) in lieu of sending Visitor Authorization Letters (VALs) for classified visit to Department of Defense facilities and military installations. VALs are only required if the contractor is not using JPAS or if contractor personnel whom access level and affiliation are not accurately reflected in JPAS. 4.6 Freedom of Information Act Program (FOIA). The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, Section 8013. The contractor shall remove or destroy official records only in accordance with AFMAN 37-139, Disposition of Records-Standards, or other directives authorized in AFI 37-138, Records Disposition-Procedures and Responsibilities. 4.7 Reporting Requirements. The contractor shall comply with AFI 71-101, Volume- 1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to an appropriate authority, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 4.8 Personnel Security. Contractor personnel requiring unescorted entry to controlled or restricted areas designated by the installation commander shall comply with base access requirements. These requirements are contained in AFI 31-101, for installation access and AFI 31-501, for suitability determinations. 4.9 Security Manager Appointment. The contractor shall appoint a security manager for on- base service performance. The security manager may be a full-time position or an additional duty position. The security manager shall provide employees with training required by DoD 5200.1-R, Information Security Program Regulation, and AFI 31-401, Information Security Program Management. The contractor will provide the 42 SFS/SFAI with name and telephone number of the security manager. 4.10 Computer Security Requirements. The contractor shall comply with AFI 33-202, Computer Security; AFI 33-203, Emission Security (EMSEC) Program; AFI 33-204, Information Protection Security Awareness, Training, and Education (SATE) Program; applicable AFKAGs, AFIs, and AFSSIs for Communications Security (COMSEC); and AFI 10-1101, Operations Security (OPSEC) Instructions, when operating government computer workstations or systems. In addition to the above guidance, contractors processing classified information on government computer workstations or systems will comply with DoD 5200.1-R, Information Security Program, and AFI 31-401, Information Security Program Management. 4.11 Physical Security. Areas controlled by contractor employees shall comply with base Operations Plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 4.12 Internal Operating Instructions. The contractor will adhere to Air Force activity operating instructions for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. 4.13 Entry Procedures to Controlled/Restricted Areas. The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 4.14 Key Control. The contractor will adhere to the Air Force activity operating instruction control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government keys will be turned in at the end of employment or contract. 4.15 Lost Keys. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due to the contractor. 4.16 Government Authorization. The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 4.17 Access Lock Combinations. Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. 4.18 Security Alarm Access Codes. Security alarm access codes are "For Official Use Only" and will be protected from unauthorized personnel. Security alarm access codes will be given to contractors employees who required entry into areas with security alarms. Contractor employees will adhere to the Air Force activity operating instructions and will properly safeguard alarm access codes to prevent unauthorized disclosure. The contractor will not record alarm access codes without written approval by the government functional director. 4.19 Traffic Laws. The contractor and their employees shall comply with base traffic regulations. 4.20 Cellular Phone Operation Policy. The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell AFB and Gunter Annex unless performing command and control functions. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell AFB and Gunter Annex. 4.21 Healthcare. Healthcare provided at the local military treatment facility on an emergency reimbursable basis only. FACTS JUSTIFYING AWARD TO SOLE SOURCE: Only the original manufacturer and service provider, Monaco Enterprises Incorporated, can fulfill this requirement due the currently installed software component of the Monaco Fire and Life Safety Equipment. This system is primarily comprised of proprietary codes developed by Monaco Enterprises Incorporated and licensed directly to the end user. Monaco Enterprises Incorporated retains exclusive ownership of this code and does not license third parties to alter or add to the software. Reference letter from Monaco Enterprises Incorporated dated 18 May 2006, (attachment-1). The 42 MSG/CEF has inquired with additional vendors, but potential vendors' responses resulted in the same final result. Each provider could offer Maxwell AFB an entire new system and replace all equipment with their equipment, however, they could not provide the upgrades required on our existing Monaco Enterprises Incorporated equipment since their equipment cannot interface with the existing MEI equipment and they are not authorized the codes to provide exact compatible Monaco Enterprises Incorporated software. To totally replace existing fire alarm receiving equipment would be more expensive than upgrading the current Monaco equipment which will be more beneficial to the Government. Other sources would simply be matching existing fire alarm receiving equipment capabilities and equipment are used for primary and secondary fire alarm monitoring at Maxwell AFB and Gunter Annex. It is a critical part of our emergency response infrastructure and provides for life and property safety at both locations. Currently the Government has expended over $130K for the installation of the existing Fire Alarm receiving systems and equipment. Monaco is the only known source that can provide the required equipment and performance capabilities that have been tested and approved by the independent testing agency, Global Factory Mutual. Building and fire alarm codes and DOD requirements mandate that systems be tested and approved. Although there are other fire alarm receiving systems, i.e., Ackerman, Damar, Chubb, the independent testing and approval of their equipment is unknown. Additionally, the Government has already invested $130K+into the tested and approved Monaco system which covers both main base Maxwell AFB and the Gunter Annex This requirement is issued pursuant to 10 USC 2304(c)(1), as set forth in FAR Part 13.106-1(b), "For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3C72160A001/listing.html)
- Place of Performance
- Address: 42 CES/CEF, Maxwell AFB, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN02897399-W 20120927/120926001112-eac04a79478ef72f7aa3bf9bdf1380c4 (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 |