Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
SOLICITATION NOTICE

N -- Security System Install - SOW

Notice Date
9/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SECTOR NEW ORLEANS, 200 HENDEE ST, NEW ORLEANS, Louisiana, 70114-1402, United States
 
ZIP Code
70114-1402
 
Solicitation Number
HSCG2918-Q-AMAGsystemInstall
 
Archive Date
10/9/2018
 
Point of Contact
Jamy R. Pickett, Phone: 5043652458
 
E-Mail Address
jamy.r.pickett@uscg.mil
(jamy.r.pickett@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW The U.S. Coast Guard intends to procure a service to install an Electronic Card Access Lock System (GFE) at Sector New Orleans, La. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This is a local set aside for the vicinity of the contract performance location. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (5 pages or less) Technical and Cost Proposal by 3:00 CST, Sept 24th, 2018. All questions regarding this request for quotes must be submitted in writing via fax or email. Telephone inquiries are strongly discouraged. Proposals must include: (1) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (2) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. The following Federal Acquisition Regulations clauses are incorporated by reference: 52.212-3, Offerer Representations and Certifications-Commercial Items (SEPT 07) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (Aug 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by mail or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 3:00 CST, September 24th, 2018. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Place of Contract Performance: Coast Guard Sector New Orleans 200 Hendee St New Orleans, La 70114 United States •PART 1 GENERAL •1.1 PROJECT BRIEF: The system we are currently using is Facility Commander Software with GE access cards. There are two computers that control magnetic locks throughout the building. One of the computers is no longer operational and the secondary is minimally functioning. We are asking a contractor to remove the old system and install a new AMAG system and components that will be provided as government furnished equipment (GFE). •1.2 GOVERNMENT FURNISHED EQUIPMENT: Mfr Model Description Qty. AMAG 853-KP-AG 853 Smartcard Wall mount Keypad Reader 8.0 AMAG PRO-CLIENT-V8.1 Professional Client Software - Includes 1.0 AMAG PRO-PLAT-V8.1.-HSE Professional Homeland Security Platform 1.0 AMAG COMPUTER1 Dell OptiPlex 3046, 2.0 AMAG M2150-8DC-DL-HSE M2150 8DC 8 Reader HSE Controller 1.0 AMAG M2150-AC8/4 M2150 8 Input/4 Output Module 1.0 AMAG M2150-DBU-DL-HSE M2150 HSE Database Unit BOARD ONLY 1.0 AMAG MN-NIC-4 M2150 AES NIC Module 1.0 AMAG MN-CAB3A CAB3A Enclosure 1.0 AMAG PRO-LIC-008-V8 Professional 8 Reader License 1.0 Cisco WS-C2960C-8TC-L Cisco 2960 8-port switch 1.0 Altronix AL600ULX Power Supply w/ENCL 115 VAC input 12/24 1.0 APC BR1500G 1500 VA 865 Watt 10 Outlets Power Saving 2.0 PowerSonic 1200903402 Battery 12VDC, 9Ah 2.0 HID OMNIKEY-5421 USB Card Reader 1.0 •1.3 SCOPE OF WORK: This work takes place on three floors of the building and gate access. The contractor shall reuse existing wiring and infrastructure in place to install the GFE and ensure the system operates all exterior and interior doors. Proper design includes being able to enroll CAC cards into the system and control the magnetic locks from both the command center computer and quarterdeck. •1. Replace both computers and install new programming for AMAG security system. •2. Provide one (1) Enrollment reader for the Command Center computer. •3. Remove readers and the front gate and front entrance with new readers. •4. Remove readers from other exit doors and several interior locations (6 total) and install new readers. •5. Provide 4 hours of training to CSO, Watchstander supervisors, Sector Engineering, and Command Center on the program, changing codes, etc. •1.4 LOCATION: Project site is located at 200 Hendee Street, New Orleans, LA 70114. •1.5 POST AWARD: Contractors shall email SK1 Jamy Pickett ( jamy.r.pickett@uscg.mil ), at least 24 hours in advance for the contractor deliveries, subcontractors and prime contractor personnel. Information to include company name, personnel, and phone numbers. Otherwise access to the Coast Guard facility will be denied. •1.6 CONTINUITY OF FACILITIES OPERATION: •A. Schedule work to minimize interference with the facility's normal operations. Notify the Contracting Officer and the COR advance of any shutdowns as per contract specifications. •B. Perform all on-site visitation or work between the hours of 7:00 AM and 4:30 PM, Monday through Friday (Federal Holidays excluded). •1.7 NOTICE TO PROCEED (NTP) Notice to Proceed (NTP) begins the Project Award. The Contractor shall not begin until required material is on site. •1.8 NOTIFICATION OF START AND COMPLETION OF WORK: The Contractor shall notify the Contracting Officer in writing five (5) working days in advance of the date he intends to commence on-site work, and five (5) working days prior to the date that work will be ready for final inspection. •1.9 RECYCLING AND DISPOSAL OF REFUSE: Refuse, excess or waste materials resulting from operations shall become the property of the Contractor and shall be recycled and/or disposed of off Government property. All refuse or recycling disposal shall be done in accordance with federal, state, and local laws and regulations. •1.10 SAFETY: During the execution of this contract, the Contractor shall conform to the rules and regulations as set forth by OSHA Safety and Health Standards, 29 CFR Part 1926 - Safety and Health Regulations for Construction. The contractor shall provide barriers, temporary fencing, trench covers, fall protection, etc. wherever work could cause injury to workers, visitors, Coast Guard personnel, or dependents. •1.11 TEMPORARY FACILITIES: •A. STORAGE: A location for exterior stock piling of materials shall be reviewed and approved by the Project Manager. The Contractor shall be responsible for protecting materials stockpiled against weather, damage, theft, and other risks of loss. The Coast Guard assumes no responsibility for material or equipment left in the storage area. Contractor shall remove any residual materials and return site to its original condition on completion of work. •B. WATER AND ELECTRICITY: available •1.12 PROJECT SCHEDULE: The contractor to provide an overall construction schedule. •1.13 DRAWINGS: N/A •PART 2 PRODUCTS - NOT USED. •PART 3 EXECUTION - NOT USED. END OF SECTION •PART 1 GENERAL •1.1 GENERAL •A. Forward all submittals to Jamy Pickett ( jamy.r.pickett@uscg.mil ) by e-mail. END OF SECTION
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e46fc67add6489f5dd70002aa495c9c)
 
Place of Performance
Address: Coast Guard Sector New Orleans, 200 Hendee St, New Orleans, Louisiana, 70114, United States
Zip Code: 70114
 
Record
SN05083476-W 20180913/180911231129-2e46fc67add6489f5dd70002aa495c9c (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.