Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1998 PSA#2114

Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad Ave, Boulder City, NV 89005-2422

63 -- SUPPLY AND INSTALL CARDKEY SECURITY SYSTEM AT MEAD BLDG, BOULDER CITY, NV SOL 1425-98-SQ-30-00031 DUE 062498 POC Al Richard, (702)293-8601 FAX (702)293-8050 This notice 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; QUOTES are being requested and a written solicitation WILL NOT be issued. Solicitation 1425-98-SQ-30-00031 is issued as a Request for Quote (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Regulation Circular 97-04. This solicitation is issued under Simplified Acquisition Procedures (SAP) and is unrestricted. Standard Industrial Classification (SIC)is 7382 and the Business Size Standard is 9 million. The Bureau of Reclamation has a firm fixed price requirement as described in the following information: STATEMENT OF WORK: Supply and install Cardkey Security System at Mead Substation, Boulder City, NV. The contractor is responsible for materials, equipment, installation, testing, labor, warranty of their work, and completion inaccordance with all of the requirements of the Bureau of Reclamation. BACKGROUND: The Mead Substation complex is located off of Buchanan Blvd in Boulder City, NV. Five doors will be replaced. There are two sets of double glass doors. Two front double-glass doors, 8'9" x 3'; two back double-glass doors, 8'10" x 3'; one side metal fire door, 6'11" x 3'. All doors will be replaced with new doors and the applicable hardware. Mead building currently does not have any security system and will be implemented with the new technology of Cardkey Systems. Mead building will also need the installation of Cardkey Systems for the Gate operator located at the Northeast entrance of Mead building. DESCRIPTION OF WORK: Remove the existing doors and install with new doors and hardware. Each door will have the design made for Cardkey System to be implemented with the head operator computer. The D600 series should be equipped with modem accessible to be interfaced with the future Pegasus 1000. Each entrance door will be installed with the latest technology of Cardkey System accessible to the D600 series. The outside gate will be implemented with the Cardkey System, which will have an in-and-out reader. WIRE TERMINATION AND TESTING: All installation of the Cardkey Security System shall be in accordance with the manufacturer's instructions and National Electrical Code (NEC). The contractor shall perform all the settings of the system. Testing shall be done as needed. If a test fails, the contractor is responsible for correction of the problem at no additional cost to the government. The contractor shall schedule the final tests with the Contracting Officer's Representative (COR) at least 24 hours in advance. WARRANTY: The contractor shall warranty his work for a minimum of one year. During this one year period, if the Cardkey System and door operation fails to function, the contractor is responsible for correction of the problem at no cost to the government. WORK SCHEDULE: The days and hours of work shall be limited to Monday through Friday between 7:00 am and 4:00 pm and shall be coordinated in advance with the (COR). If a change of schedule is required, the contractor shall contact the COR 24 hours in advance. It is strongly suggested that contractors contact Al Richard at (702)293-8601 for a tour of the subject building. FIRE DEPARTMENT APPROVAL: The Boulder City Fire Department will conduct a final inspection of the loop systems. The contractor shall perform the final tests during this inspection. An approval of the Boulder City Fire Department is required before the contract is considered complete. The following FAR provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items (Jun 97); 52.212-4, Contract Terms and Conditions-Commercial Items (May 97); Clause 52.212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 96). The following identified clauses are incorporated by reference. 52.222-3, Convict Labor (Aug 96); 52.222-26, Equal Opportunity (Apr 84); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 84); 52.222-36, Affirmative Action for Handicapped Workers (Apr 84); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 88);52.212-2, Evaluation-Commercial Items applies with the following addenda: "The following factors shall be used to evaluate offers:" (i) technical capability of the system offered to meet the Government needs, to include commercial warranty; (ii) past performance; (iii) price. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 97). Along with your price proposal, please submit a detailed job plan with parts listed separately, provide three references and delivery time of all required items. All on-site work is to be completed within ten working days. Offers may be faxed to Al Richard (702)293-8050 no later than COB (4:30 pm, pst) June 24, 1998, or Email to arichard@lc.usbr.gov. The full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far (0160)

Loren Data Corp. http://www.ld.com (SYN# 0330 19980611\63-0003.SOL)


63 - Alarm, Signal and Security Detection Systems Index Page