ML20039A323
| ML20039A323 | |
| Person / Time | |
|---|---|
| Issue date: | 12/02/1981 |
| From: | Lebo C, Swindler D NRC OFFICE OF ADMINISTRATION (ADM), RACAL VIKONICS, INC. |
| To: | |
| Shared Package | |
| ML20039A322 | List: |
| References | |
| CON-NRC-10-82-399 NUDOCS 8112170325 | |
| Download: ML20039A323 (33) | |
Text
ls I,*.
p P."RT I
~,cm fo m.c= cr,ma. i a,ocn ou. nn.
...oE o,
SOLICITATION. OFFER AND AWARD 3
. co v. aci,,
.,,,o a sosceav.o o i ontE.uuto
..wv.s.t.o m m m,mai o IFB-RS-ADM-82-419 NRC-10-82-399 (bo. err =so a O'amenatia m 9/18/81 RFPA No.. ADM P?-399 COOf l 8 AcontSS of rEn TC t. orn.r ehet tace. **
' SWED er
- 4. S. Nuclear Regulatory Comission Division of Contracts Same as Block #7 Washington, D.C.
20555
., w r
w
.c SOUCITATION
'o furn.*
M supoha or t.rvien.a tM Senedule =n tu receved at une puce to.cibes in th 8.or
- 9. Sessed osters in one
(_l,)_ o ri ai Dal copymorn 222'3, 435 '0 Montgomery Ave 2:00 p.m.
,o,,,,,,,,,
9/28/81 on,,f
,r e,noe,,,
- r.,,r ef oeo,co,y,ocar.d,-
two (2) copies Bethesda, MD 20014 ruoo,i to..s a in.... an r.
- c. tat. n. one,..nu e,. os e, op.n.d. i%t i.,,,..
(Telegraphic responses are not caurrou - u re ctrus: s.e s>-,. r e,d s or soi. car von r~e cuc..a ano con 6r.ona.
authorized)
An.f f... a,e
,c,.ct to ine fon. n :
Ja nua rv '1973
- 3. 7ae scn
..e,nctod.d ne,,,n.ndfo,,,,,cn.d ne,e,o.
1 Tne Schenai.on ensituctions and Cond a ons. SF 33.A.
odet.on ncn es attacned or enco coested nerein try reference.
4 Suen other provis.ons, representat.ons. Cert.f. cater ns. and toecificat.ons
_edet.on. v.n a is as are attacned or incorporated nere.n by reference.
- 2. The Gemeest Provis.ons. $F 32.m c
.4.
attach.d or incorporated nereen Dy reference.
(Arrachm.nts are f.sr.d sa schedute.)
(301)492-4800 rois mrom rwu cAu. tu.me s reteoso,.e no.i tuo con.cr em 1>
SCHEDULE j,,
- s. uwit paict is aucuwt
. taw no si surauts.st**485 is ovaatitt The address shown in Block #7 is for mailing s
of bids only. Handcarried bids should be -
addressed as indicated in Block #7, deliverec to: Room 2223, 4550 Montgomery Avenue, Bethesda, MD 20014.
No telegraphic bids accepted.
s.--.-.<.-.
OFFEn tpages 2 and 3 must also be v ir enmpteled Dy offerCr) ao ca:endar deys (7bhn'e** Car days unless a o./fersett p.rrod as in cImol.ance vv.tn Int strove. tne unders.gned agteet, if In.t of fef.s accooted ww*tnen
.nserves by rae o//eror/ stom tne date for rece.or of off ers so.cified soo. to furnnn any or an items upon e.cn prices are of f ered at the pr.C set ocoesite eacn
.,e.n. e e....,ee si m. de., e.4 oo.nt i.i..:t,._n in.1,,,,e cm.d.n tn e.cMdoie. -
is o.6CovNT 'on Paowet.avutat is e., a 5s M me 7
% 20 CatENoaa gavs TVe f 70
% 30 catswoas cars cast oan om,s
%.0 Cattmoam cavs
- 17. OFFEROR Coofl j
8acitsf r Coot l
'8 ***E a**o T8~LL OF 'E85c= adiaotto to 5'G c88tm
.rr.,,,.,,,,
~
g,',",8 RACAL VIKONICS INC.
Dennis Swindler, 1151 Seven Locks Road Renional Sales Manaer
'8"
5'c ~^ ' v" '
Rockville, Maryland 20854
- a*b'"**'
.ata Coct.~o'itu o E ~o > 3ei 3 atis.- 7333
- See below 9[2Ff9'l n..... ~
t..
... - s..
AWARO t To be comotored Dy Government)
B&R No. 47-20-31-40$ata& 47-20-25-902
- 2) *CCovNT~G awo ap**o.aia f.o It aCC tet to as to of t..S huweEato 22 *Wouwf Appropriation Symbol:
31X0200.401 1 thru 18 and Alternative A
$135.49'/ ;n
.'a v 5 e 2)o'a" 25 :',,o,o;',,','o
.. so:.. ~.o.C E s........... t o
27
'U $ C 23Uts, t
'C oCat 31 $=Cww W Sto n Coof j 2r..mt%f wegg 9t waot gg CCot l Jo acu %.s.'.t.g o e'r, Off[.NUCLEARREGULATORYCOMMIS
..ea.
U.S Was;hington, DC 20555[(
yf j u a.
o oart
. ~aos e, Co t.acr~a o... cia. r, 2s.
ireo si Tes O utRiC Craig D. Lebo
[
I7 L x/
sTS.gnature or nursch ott.cers Uf a...e.
.- e,. s..
.,e - a, e..~
5"***""3'**""**##
32-m 8112170325 811202
""*"****'05^~"#'"
PDR CONTR
- PRINCIPAL PLACE OF PERFORMANCE: - NRC-10-62-399PDR ~
6 i
l REPRESENT ATIONS. CERTIFICATIONS AND ACKNCWLEDGMENTS n E P R E S E N T A Tl0 N 5. C.ses:n or complete att acol.cac.e Doaes or clocks I 78, ott.yr.et reients as cart of his offer tnat 1.
SMALL BUSINESS,See car 14 0n SF 33 A i Me C *.s is nCt e ! mall business ConCe'n l' of fe'or s a small Dusiness Concern asid si not the manuf 4C!urer of the suppines of fered.
sucol.es to De f urnesneo hereuncer O wins K will not. de manuf acturered or produced by a smais business concern "e also *toresents Inal a
9 !"t Uniteo State'
.s Oossesssons, or Puerto Rico.
2.
MINORITY BUSINESS ENTERPRISE rde C.s.K is not, a minorsty cusiness enterprise. A minority business enterprise es defsned as a " bus. ness, at least 50 percent of whien
.s owned Dy menority group members or.in case of publicly owned businesses, at least 51 percent of the stock of whicti is owned bymincrity group rnemeersJ For
- t. e purpose of. tnis definition, minorsty group members are Negroes. Spanisti speaking American persons, American.Or.ent'ais. American.incians. Amer.can Esk.mos, and American Aleuts.
3.
REGUL AR DEALER - M ANUF ACTURER !Applicante onty to suopty contucts escrecing S10 000.)
He is a C regular cealer in manufacturer of, the supplies offered.
4.
CONTINGENT FEE :See var. I5 on SF 33 A.:
m.
- a. me O nas. % nas not. emproved or retained any company or cersons torner than a luft r:me upons fit'e emosovr* worrong solety for
" icisc t or secure !nes contract. and Ibi he Q nas, has not, pan.) or agreed to pay any Company or pef son 'Uther thane #,,11 the c r'en:r-rime sci., / rw crosovee work,ng sor sy for tne offeror / any fee commission.pertantage, or oronerage f ee contingent upcn ca e
r sulting from e
the awaro of Inst Contract, and agf eel to furnism informat On relating to (31 and (br above, as requested by the Contr3 Cling Officer. 'taterpre.
- ation of the representation. onct.idong the term " bona foce er p.cyee ** see Code of v teral Regutettons. Title 41. Succart 1 1.5.1 e
e 5s TYPE OF BUSINESS ORGANIZATION Me operate as C an.ndmdual.C a partnership. C a nonprofit organsratien.[ a corenration,incorocrated unoer the laws of the State of NW MK 6.
AF F1LI ATION ANO IDENTIFY lNG D ATA iAnatocable onty to advertised sotocatatuors :
Ea:n ot*eror snais comoiete tai and tbi if apolicacie, and fe; below:
tar Me Q-s 2 s not, owned or controssed by a parent company. (See par. f 6 on SF JJ.A.i Ibr if the offerer. is owned or ccntrolled by a parent company, he shall enter.n the blocas rietow the name and main office address of tne parent company:
1 Read & \\ ge t>=wic.s L.T4.
)
[d ppg.<,,,
- e u **asurcove*=
h:M Q.G, W [ G,
[g fc),
}
Pp-ecfettp, & n g$
- no vs.n c*e.ct socatn
.se-ee nosee..
.c. swus= s.ct~ ire.cas.e= a wets ser a a r a se 22 4 eueaoa s 4. w
...., ww.. ~. s 4. =c u
(V37 WM
- 7.
EQUAL OPPORTUNITY (di He % has. O has not, participated in a orrvious contract or subcontract subiect estner to tne Equal Opportunity clause nerein or l the clause originally contained in section 301 of Executive Order No.10925, or the clause contained in Section 201 of Executive Order No.
11114. that he $ has. C has not. IUed all reouired compliance reports; and that representations indicating submission of recuared compliance reoorts. Signed by proposed subcontractors, will be cbtained prior to subcontract awards. (The above reoresentation need not be submitted en cont ectron with contracts or wbcontracts which are exempt from the eoual ooportunity clause.a ebi The midder lor off eror) represents that (11 he Q has developed and has on file. C Sas not developert and does not have on file, at tacn estaDInsnment affirmative action programs as required by the rules and regulations of tne Secretary of Labor 141 CFR 601 and 60 21 or l
- 2) ne C hcs not previously had contracts subject to the written affirmative action programs recuirement of the rules ano regulations of the i
Secretarv of Laoor IThe acore epresentatrots snati ce compiered by earn cideer for offerors wnose cod soffert us $50.000 or more anc wno has 50 or mnre employees s CERTsFICATsONS scheck or comorete art aootreatne tows or succuo 1.
BUY AMERICAN CERTIFICATE The of f eror certifies as surt of his of fer. that: each end product, except the end products listed De6ow. is a domestic end product tas define en the cIJisse entitled "Eu ? American Act") and that components of unknown origin have been considereo to have been r9 ned, produced manufactiered outside the United States.
4 ocwDt s*C **Ccucts ccvur*
- CF c,a.c.,
e -
s.
t 2-CLE AN ASR AND WATER Aconcable of the ord or offer oceros $100.000.or the sontracting ottocer hu deterrnuned that orcers sncer ar. oncetonote avantity contract n any year well exceed St00 000, or a facutory to be used has been the subject of a convaction
.ince* rne Catan Air Act a2 v.S.C IBS7c-Sic)fIllor the Feoerar water Pollution Control Act (JJ U.S C !J19fcil and re lusted Dv EPA.
- " s ar ornerwise enemot.s The on=cer or of feror certifies as foilows.
sa Any 'acihty to be utililed.n *he performance of this proposed contract C has, has nef, been listed on the Environmentai Lotseisnn Aqer*C List of V'olaimg EaC:Isties.
e w.it otomptly notif y the contracting of t.cer, prior to award,or tne receipt of any communication from the Director, Office of
.o: w
%ce al Activit.es Environmental Protection Agenc), incicating tnat any f acility wnich he proposes to use for Ine performance of the ontract is oncer cons ceration to be sisted on the EPA list of Violating Facilities, (c) He will soclude substantially this certification, including this Daragraph (c), in every nonexempt subcontract.
3.
CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ISee par.18 on SF 33 41 f as By submis. ion of this offer, the offeror certifies, and in the case of a ' joint offer, each party thereto certifies as to.ts own organization, that in connection with this procurement:
Ill The prices in inis off er have been arrived at indepencently, without consultation, communication, or agreement, for the m,roose of r.estrtting competition, as to any matter relating to such prices with any other offeror or with any competitor.
- 42) Uniess otnerwise recuired oy law, the prices which have been ouoted in this offer have not been knowingly disclosed by the r%ror ar I wiH not knowingly be cisclosed by the offeror prior to operung in the case of an advertised procurement or prior to award in the
- as2 of J negotiated procurement, onrec*ly or ends'ectly to any other off eror or to any Competitor; and (31 No attemot has been made or will be made by iM offeror to indure any other person or firm to suomit or riot to submit an of'ar for inat purpos'e of restricting competition, Ita Each oerson signing this offer certifies that:
ill He is the person en the offe'or's organi2ation respons Die within that organi23 tion for the decisson as to tfie prices being
[tfered herein anct that he has not participated, and will not participate,in any action contrary to tal(1) through (all3), aDove, or 21 Ul He is not the person in the Crferor's organization responsible within that orgarulation for the decision as to the prices
- e ng offer,ed herein but It'st he has been aathorized in writing to act as agent for the persons responsible for such decision in certifying that
- uca pitsons have not carticipated and we;l not partippate, in any action contrary to (a)(1) through f al(3) atove, and as their agent does vreoy r8certif y; and (ns he has act participated, and will not participate,in any action contrary to (al(1) through (al(3) above, A
CERT 7 CATION CF NONSEGREGATED FACILITIES 14circable to til contracts, /2) suocontracts, and (3) agreements wren
.scoacants wno are themselves performong federally assisted construction contracts. escrecong $10.000 whicn are not esempt from the per'essions of the Eaust Oooortunity clause.)
Sv rhe submission of this bid, the b.dder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his etnp!os ers any segregated facilities at any of his establishments, and that he does not permit his employees to perform their $Nvices at any
?or.atinn s d9r his Control, wheie segregated I4Cilities are maintained, He Certifies further that he wHl not maintain or provide for his employ.
n e s snv legregated f acilities at any of his establishments, and that he will not permit his employees to perform their services at any ICcation, e
ontt:r his control, wnere Qregated f acilities are maintained, The bidder, offeror, applicant, or subcontractor agrees that a breach of this cer.
!.fication is a violation of tne Ecual Opportunity clause in this nntract, As used in this certification, the term ** segregated facilities ** means any hast.ng rooms, work areas, rest 'coms ano Wash roorns, restaurants and other eating areas, time clocks, locker rooms and othef storage er dressing areas, Darking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for empl@rts which are segregated by explicit directive or are in fact segregated on the basis of race, Color, religion or national origin, because of haoit, local custom, or otherwise. He 'urther agrees that (except where he has obtained identical certifications from proposed subCoritractors for specific time Deriods) he will obtain identsCal CertitiCations from proposed subcontractors prior to the award of subcontr3 cts exceeding S10,000 which are not exempt from the provisions of the Ecuat Cooortunity clause; that he will retain such certifications in his *iles; and that he will forward the following notice to such proposed subcontractors (except where the proposed suocontractors have submitted identical certifications for specific time periods):
Notice to prospective subcontractors of requirement for cerufications of nonsegregated facilities.
A Certif. cation of Nonsegregated Facilities must be submitted prior to the aware of a subcontract exceeding 510,000 which is not ensmpt from the provisions of the EQua Opportunity Crause, The certification may be submitted eitner for each subcontract or for all buccontrdCts during a period (i.e., Quarterly, semiannually, or annually), NOTE, The pens /ty for making la/se offers,s pres 4;ribed en 18 U: C 1001 Continued On Page 4 aut owtut c
- art awtecut=r o mart ACKNOWLEDGMENT OF AMENDMENTS The offeror acknowedges reco pt of amend-ments to he Soher'. noon for offers and re.ated oocumeme nummered anc seied me tonows.
nust ser s rt*i tuts accurate sna compiere ontormation as recu. rec' oy tnis Soncitstson tinctucony attacn.ents: The penasty
'sC TE O!!er:
o
%r nuserna false statements ori offers os cre:Crotsed on 18 J S C 1001
- 3 3
3 L
q a ^
t PART I Representations, certifications, and Acknowledgments - Continued SF-33 (Page 3) 5.
WOMAN-0WNED BUSINESS Concern is [ [ is not [$I a woman-owned business.
The business _is publicly
~
owned,ajoint_stockassociation,orabusinesstrust2$[yes//no.
The business is [_/ certified []I not certified.
A woman-owned business is a business which is, at-least, 51 percent owned, controlled, and operated by a woman or women.
Controlled is dofined as exercising the power to make policy decisions.
Ocerated is defined as actively involved in the day-to-day management.
For the purposes of this definition, businesses which are publicly owned, joint stock associations, and business trusts are exempted.
Exempted businesses may voluntarily represent that they are, or are not, woman-owned if this information is avaTicbie.
i 6.
PERCENT OF FOREIGN CONTENT The offeror / contractor will represent (as an estimate), immediately after the award of a. contract, the percent of the foreign content of the item or e
service being procured expressed as a percent of the contract award price
_s (accuracy within plus or minus 5 percent is acceptable).
7.
NON-DISCRIMINATION BECAUSE OF AGE CERTIFICATION (1-12.1001)
The offeror hereby certifies as follows:
((I (a)
In the performance of Federal contracts, he and his subcontractors shall not in connection with the employment, advancement, or discharge of employees or in connection with the terms, conditions, or privileges of their employment, discriminate against persons l
because of their age except upon the basis of a bona fide occupa-tional retirement plan, or statutory requirement, and
/]7' (b) That contractors and subcontractors, or persons acting on their behalf, shall not specify, in solicitations or advertisements for j
employees. to work on Government contracts, a maximum age limit for such employment unless the specified maximum age limit is based on a bona fide occupational qualification, retirement plan, or statutory requirement.
8.
CERTIFICATION OF RECOVERED MATERIALS (1-1.2504(b))
~
The offeror / contractor certifies that recovered materials will be used as required by specifications referenced in the solicitation / contract.
e e
m.a
. b 9.
CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST I represent to the best of my knowledge and belief that:
The award to Ru n I ' \\/ ibia eq of a co g'ract or the n
modification of an existing contract coes /_t or coes not g involve situations or relationships of the' type set forth in 41 CFR paragraph 20-1.5403(b)(1).
If the representation as completed indicates that situations or relation-ships of the type set forth in 41 CFR 20-1.5403(b)(1) are involved or the Contracting Officer otherwise determines that potential organizational conflicts exist, the offeror shall provide a statement in writing which describes in a concise manner all relevant factors bearing on his represen-tation to the Contracting Officer.
If the Contracting Officer determines
' that organizational conflicts exist, the following actions may be taken:
(a) impose appropriate conditions which avoid such conflicts, (b) disqualify the offeror, or (c) determine that it is otherwise in the best interest of the United States to seek award of the contract under the waiver provisions of
. I 20-1.5411.
The refusal to provide the representation required by 120-1.5404(b) or upon request of the Contracting Officer the facts required by 820-1.5404(c),
shall result in disqualification of the offeror for award.
The nondisclo-sure or misrepresentation of any relevant interest may also result in the disqualification of the offeror for awards; or if such nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated. The offeror may also be disqualified from subsequent related NRC contracts and be subject to such other remedial actions pro-vided by law or the resulting contract.
The offeror may, because of actual or potential organizational conflicts of interest, propose to exclude specific kinds or work from the statements of work contained in an RFP unless the RFP specifically prohibits such exclusion. Any such proposed exclusion by an offeror will be considered by the NRC in the evaluation of proposals.
If the NRC considers the pro-posed excluded work to be an essential or integral part of the required work and its exclusion would work to the ' detriment of the competitive posture of the other offerors, the proposal must be rejected as unacceptable.
The offeror's failure to execute the representation required herein with respect to invitation for bids will be considered to be a minor informality, and the offeror will be pennitted to correct the omission.
Any contract resulting from a solicitation requirement shall include general clauses (41 CFR 20-1.5404-1) prohibiting contractors from engaging in relationships which may give rise to an actual or apparent conflict of interest.
Note: NRC Contractor Organizational Conflicts of Interest (41 CFR Part 20) is included in Part IV as Attachment No.1.
?.
PART I!
s e
SOLICITATION INS! RUCTIONS AND CONDITIONS
- 7. LATE BifiS, MODIHCATIONS OF BIOS. OR WITHCRAWAL OF
- 1. DEFINITION 5.
B105.
As used herem.:
(a) Any bid treriu d a. the ot% r doitn.iird m. the ioheitauon af ter (31 The term 'soheitation" rneans inviiation for Bids (IFB) where the exai t tirne sper Ged for ti-eenit mil %. : be considered unless it is the procurement is advertised. and Krquest for Proposal (RFP) where received before award p remte 4 nil vhe r-(11 It was sent 1,v recm..cd..ert&d inail not faire ihan ine the procurement is neroniated.
(b) The term "oder" means bid where ihe procurement is adver.
6f th. calendar dai prmr to th. dur s;.thnt for the rreciot of bids teset, and proposal where the procurement is negotiated.
f e g;, a bid submitted m res;r nv s 4 Waitat:on re;quirine receint of (c) For purposes of this solicitation and Block 1 of Standard Form bids by the 20th of th.: month must hm % n insiird by the 15th or 33, the term " advertised" includes Small Buuness Restricted Adver.
earlier); or tising and other types of restrated advertising.
(2) It was sent bv mail her t. tegram a,f authonard) and it is determined by the Government that the fair receipt was due solely to
- 2. PREPARATION OF OFFERS.
rnishandling by the Government after recript at the Government (s) Oderors ne expected to examine the drawings, trecifications, mstallation.
ScMdule. and all inatructions. Failure to do so will be at oKeror's (b) Any modincation or weihdrawal of a bid is subject to the same conditions as in (a), abovt A hid may apn be ws,thdrawn in perso,n risk.(b) Each oReror shall furnish the information required by the by a bidder or his authorized representative. provided his identity is solicituion. The oRetor shall sign the solicitation and print or type made known and he signs a recript for the oid. but only if the with.
his name on the Schedule and each Continuation Sheet thereof on drawal as trode pnor to the rxart time set for receipt of bids.
which he makes an entry. Frssures or other changes rnust be initialed (c) The only acceptable evidener ta establish:
by the perion signing the offer. OHers signed by an agent are to be
-(l) The date of muling of a late bid, modincatinn, or withdtvwal Accompanied by evidence of his authonty unless sach evidence he, sent either by registered or certi6ed mail is the U.S P.ostal 3ervice been previously furt.ahed to the issuing ofEce.
postmark on both the envelope or wrapper and on the original receipt (c) Unit price for each unit oRered shall be shown and such price frorn the U.S. Postal Service,11 neither postmark shows a legible date, shallinclude packing unir otterwise speci6ed A total shall be entered the bid, modi 6 cation, or withdrawal shall be deemed to have been in the Amount column of the Schedule for each itern oEered. In case mailed late. (The term " postmark" means a printed. stamped. or other.
af discrepancy between a unit price and extended price, the unit price wise placed impression (exclusive of a postaFe meter machine imprm will be presumed to be correct, subject, however, to correction to the sion) that is readily identi6able without further action as having been samr rutent and in the same manner as any other rrJstake.
supplied and aExed on the date of mailing by employees of the U.S.
(d) Offers for supplies or services other than those toeci6ed will not Postal Service. Derefore, oRetors should request the postal clerk to be csneidered unless authorised by the solicitation.
P ace a haad car.cc11ation bull's-eye " postmark" on both the receipt l
(e) Oncror must state a definise time for delivery of supplies or and the envelope or wrapper.)
3 far yrformance of services unless otherwise specined in the solicitation.
(2) The time of receipt at the Government installation is the a
- (f) Time, if stated na a nu;nber of days, will include Saturdays, time-date stamp of such installation on the bid wrapper or other
~5und2ys and holidays, documentary evidence of receipt maintained by the installation.-
(g) Code boxes are for Government use only, (d) Notwithstanding (a) and (b) of this provision, a late rnodin-
- 3. EXPT.ANATION TO OFFERORS. Any explanation desired by an cation of an otherwise successful bid which makes iu terms more oderor regarding the meaning or interpretation of the solicitation, favorable to the Government will be considered at any time it is re-drawings"~speci6 cations, etc., must be requested in writing and with ceived and mav be accepted.
sudicient time allowed for a reply to reach oferors before the sub-Note: The term " telegram" includes mailarams.
missisa~ of their oders. Oral emptanations or instructions given before LATE PROPOSALS, MODIFICATIONS OF PROPOSALS, A D thz award of the contrMt will not be binding. Any information given WITHDRAWALS OF PROPOSALS.
to a prospecthe off erst concerning a solicitation will be furnished to all prospective o6erors as an amendment of the solicitation, if such
(
Any proposal received at the orfice designated in the icita.
information is necessary to oderors in submitting oders on the solicita-tion ter the exact time specined for receipt will not be c idered tion or if the lack of such information would be prejudicial to un-unless is received before award is made, and:
(1) was sent by registered or certined mail not lat than the infarmed c6erors.
a oE r su t d r
.se to s I e ta on eq i g ec ipt 4 ACKNOWLIOGMENT OF AMENDMENTS TO SOUCITATIONS.
lleceipt of an amendment to a solicitation by an o#eror must be o6ers by the. th of the month must have been mail oy the 15th or acknowledged (a) by signing and returning the amendment, (b) on earlier) ;
by mail (or telegram if au orized) and it is three of Standard Form 33, or (c) by letter or telegram. Such (2) It was en owledgment must be received prior to the hour and date spacded determined by th Government that the late re ipt was due solely to mishandling by e Government after recei at the Government ec for receipt of o6ers.
installation; or
- 5. SUBMISSION OF OFFERS.
(3) Itis th,only repo,a! received.
(a) OKers and modi 6 cations thereof shall be enclosed in sealed (b) Any modi 6 cation f a proposal. exce, t a modi 6 cation resulting from the Contracting 05c
's request for best and neal" o6er,is sub-anvehpes and addressed to the osce speci6cd in the solicitation. The o6e.tr shall show the hour and date speci6ed in the solicitation for ject to the same conditions in (a)(1) and (a)(2) of this provision.
ree.ript, the solicitation r. umber, and the name and address of the (c) A modi 6 cation resultin from t e Contracting 05cer's request for "best and (tnal" oder reces d af r the time and date speci6ed in 1
o#sror on the face c( the envelope.
(b) Telegraphic o6ers will not be considered unless authorized by the request will not be conside unless received before award and the solicitatiori; however, c6ers may be modined or withdrawn by the late receipt is due solely to andling by the Government after r
written or telegraphic notice, provided such notice is received prior to receipt at the Government inst a
n.
thz hour and date specined for receipt. (However, see paragraphs 7 (d) The only acceptable e dence o establish:
(1) The date of maili of a lat proposal or modi 6 cation sent and 8.)
either by registered or cer/6ed mail is he U.S. Postal Service t-(c) Samples of items, when required, must be submitted within the mark on both the envelop (or wrapper an n the ensinal receipt m tim 3 speci6ed, and unless otherwise speci6ed by the Government, at the U.S. Postal Service f neither postmar shows a legible date, the no expense to the Government. If not destroyed by testing, samples proposal or modificat' n shall be deemed t have been mailed late.
will be returned at oderor's request and expense, unless otherwise (The term "postmar ' rneans a printed, starn
, or otherwise, placed speci61d by the solicitation.
impression (exclus' e of a pos% neter machi impression) that is
- 6. FAILURE TO SUBMIT OFFER. If no oKer.is an be subm.itted, do readily identinab without fu Aer.rtion aa havin been supplied and c-f oyees of the S. Postal Service nse return the solicitation unless otherwise specined. A letter or post-asaed on the d te of mailins_ %
l card shall be sent to the issuing c5ce adv,mns whether future, suhe.
Therefore, oF rors should reciuest the postal clerk place a hand itatirns for the type of supphes or services covered by this sohutation cancellation ull'heye " postmark" on botn the receipt a d the envelope are rieured. Failure of the recipient tn c6er. nr in notify the issuing or wrappe. e tirne of receipt at the Government instal tion is the osce that future solicitations are desired, may result in remoni yf (2) a thr n:me of such rerspient from the maihng list for the type of supphes time-d a stamp of such installation on the proposa! wrap r or other er sirvices covered by the solicitation.
docu niary evidence of receipt maintained by the instaifati STANDaRO rOfrsd 3bA tRe% 348) 33 Pre, creed tre CSA. FFR (48 CFR) 1-14.808
p I
e lei.
t wit h sta nd u.g t a l.
Ibi, and (c i. ni this provisi, a lite
'IS-45), the Contratt hrk Hi.un St2ndarets Art 1401: S G W.UO;,
modancatn -
.n nit,rrw,,,. cc,,,f,il proposal which es its terms and the Service Gmtrarr Art of 19fd (41 U.S C.1'ai M71 m.sy I.e m:re favstaile t
.e Gmernment will he cons.de at any time it is
..btamed troen the Depertment of !.ab.r. Washingte n, !)E 2trlltt,..r received s.nd.u.s tw e pted.
f rom any teamnal..Fic of that anenry. Retturns f..t ini.nuatinis h..ul.1 (f) Pro p...is m..
I.e
' % drawn bv sten or triegraphic notice include the u.ii.itatum number, the narne and address..f the issuina rnposals may be withdrawn in agency, and a description nf the supplies a.c services.
recetsed at any unw enor to e
d representative, provided his person by an c.tfer..r or his o
sienuty is madr k n..w n a.
ic sinns a
.iot for the proposal prior
- 13. SELLER'S INVOICES. Invoices shall be prepared and submitted to swird.
in quadruplicate (one copy shall be marked original **) unless other.
Nets: The. " telegram" includes mail wine speci6ed. Invoices shall contain the following information: Con-Nota: he attemate laie proposals, modi 6 cations o sais and tract and order number fif any), item numbers. description of supplies withdr of proposals provision prescribed by 41 CFR l-
-2(b) or services, sizes, quantities. unit prices, and extended totals. Bill of Kw used in heu of provision 8, if spec 6cd by the contract.
lading number and weicht of shipment will be shown for snipments
' made on Government bills of lading.
gg (a) W withstanding the f act that a blank is provided for a ten (10)
- 14. SMALI. BUSINESS CONCERN. A small businers enacern for the cy dise:unt, prompt passnent disenunts oRered for payment within purpose of Govemment procurement is a coacern, including its affili.
Itse thin twenty (20) calendar dan will not be considered in evalu-stes, which is independently owned and operated, is not dominant in teing vRrrs for award. unless otherwise specined in the solicitation.
the field of operation in which it is submitting oKers on Government HTweeet, oKern! doenunts of less than 20 days will be taken il pay.
contracts, and can further qualify under the critena concerning num.
mint sa maue withm the discrmnt period, even though not considered ber of employees, average ' annual receipts, or other criteria, as pre.
in the evcl iation e.! cflers.
senbed by the Small Business Administratiort. (See Code of Federal (bi in connettiun with any discount offered. time will be computed Regulations, Title 13. Part 121, as amended, which contains detailed cceept:nce are at point i,f origm. or from date of delivery at desti.
. industry dcEnitions and related procedures.)
from date of deliverv of the supplies to carrier when delivery and natitn str port of cmbadauon when delivery and acceptance are at
- 15. CONTINGENT FEE. If the oKeror, by checking the appropriate either ef those points, or from the data torrect invoice or voucher is box provided therefor, has represented that he has empleved or retained received in the orfire.p-ci6cd hv the Gov-rnment if the latter date a company or person (other than a full. time bona 6de employee work.
is later than date of Jehvers. Payment is deemed to be made for the ing solely for the oderor) to solicit or secure this enntract, or that he purpose of carning the discount un the date of maihng of the Govern.
has paid or agreed to pay any fee, commission, percentage, or brokeage ment check.
fee to a.ny company or person contingent upon or resulting from the award of this contract, he shall furnish, in duplicate, a complete Stand.
- 10. AWARD OF CONTRACT.
v
.nf Form 119, Contractor's Statement of Contingent or Other Fees If (a) The contract will be awariled io that responsible oRerer whose eneror has previously furnished a completed Standard F.,rn I19 to the oMer esnformine to the solicitation will be most advantageous to the office issuing this suficitation. he may accornpany his nRer with a signed Government, price and othrt factors tunsidered.
statement (a) indicating when such completed form was previously (b) The Government reserves the right to lect any or all oNers furnished, (b) i aentifying by number the previous solicitation or con.
and to waive infctmahtws an'd. minor irregulanties in oRen received.
tract, if any, in sonnection with which suca form was submitted, and
- (c) The Government mar accept anv item or group of items of any (c) representing that the statement in such form is applicable to this oKtr. unless the oseror cualines his oder by soeri6c limitations. UN.
oKer.
LE35 OTHERWISE PROVIDED IN THE SCHEDULE. OFFERS MAY BE SUBMITTED FOR ANY QUANTITIES LESS THAN
- 16. PARENT COMPANY. A parent company for the purpose of this THOS E frf ECIFIED; AND T}lF. GOVERNMENT RESERVES oder is a c mpany which either owns or controls the activines and basic THE RIGHT TO MAKE AN AWARD ON ANY ITEM FOR A business policies of the oKeror. To own another company means the QUANTITY LESS THAN THE QUANTITY OFFERED AT THE parent co.npeny must own at least a majority (more than 50 percent)
UNIT PRICES OFFERED UNLESS THE OFFEROR SPECIFIES of the voting righu in that campany. To control another coinpany,such OTHERWISE IN HIS OFFER.
ownership is not required; if another cornpany is able to formulata,
. d) A, written award (or Acceptance.,f OEer). nailed (or other.
determine, or veto baaie business policy decisions of the oderor, such
(
woe furnished) to the successful o6eror within the tane for acceptance paher company is considered the parent company of the oderor.- his stwc.ified m the oder shall,be deemert to result m a binding contract control may be exercised through the use of dominant minority voting rights, use of pmry voting, contractual arrangements, or otherwise.
e f lowing aragraph c) uth (h) spply only to negotiated advertised schER'S, IDENTIFICATION NU,MBER. ( Applicable only so
- 17. EMPLOY (e) e Government may accept within the time speci6ed therein, entanons.) The eneror shall insert in the applicable space
'eny oder (or part thereof, as provided in (c) above), whether or not thtre are negotiations subsequent to its receipt. unless the oder is with.
on thy o6er form, if he has no parent company., his own Employer's deswn by written notice received by the Government prior to award.
Identincation Nurn,ber (E I. No.) (Federal Social Security Number used on Employer s Quarterly Federal Tax Return, U.S. Treasury If subsequent negotiations are conducted, they shall not constitute a rejection er counter oder on the part of the Government.
Department Form 941), or,if he has a parent company, the Ernployer's Identincation Number of his parent company.
(f) The right is reserved to accept other than the 1ewest oRer and to repet any or all oders.
(g) The Government may award a contract, based on initial o6ers
- 13. CERTIFICATION OF INDEPENDENT PRICE DETERMINAT10M.
received, without discusion of such osers. Accordingly, each initial (a) Dis certi6 cation on the oder form is not applicable to a foreign odir shetuid be submitted on the most favorable terms frorn a pnce ngerer submitting an oder for a contract which requires performance and ttchnical candpoint which the oderor can submit to the Govern.
or deliverv outside the United States, its pensensions, and Puerto Rico.
mint.
(b) An oMer will not be considered for award where (a)(1), (a)(3),
(h) Any 6nancial data submitted with ans oder hereunder or any or (b) of the certincation has been deleted or modined. Where (a)(2) rrpruent2 tion concerning facihties or 6nancing will not forrn a part of the certi6 cation has been deleted or modi 6ed, the oder will not be of any resulting contract; provided. however, that if the resultmg co'n.
considered for award unless the oReror furnishes with the oder a signed trvt contains a clause providing for price reduction for defecuve cost statement which sets forth in detail the circumstances of the disclosure er pricing data, the contract pnce will be subject to reduction if cost and the head of the agency, or his designee, determines that such dis-or pricing data furnished hereunder is incomple.
narrurate, or not closure was not made for the purpcme of restricting competition.
current.
- "n provisions of the soh,NCE. In the event of an inconsisten
- 19. ORDER OF PRECEDE
- 11. COVERNMENT. FURNISHED PROPERTY. '. material. labor, or citauon. the inconsistency shall be resofved freilitia will be furnished by the Governmeni unless otherwise pro.
by g f a) the Schedule: (b)
Soh,c!vmg precedence in the following order: station Instrucuons and Cond vided far in the solicitation.
- 12. LABOR INFORMATION. General infonnation regarding the re.
other provisions of the ec,ntract, whether incorporated by reference or quirements of the Walsh.Healey Puolic Contracu Act (41 U.S.C.
otherwise; and (e) the specincations.
ByANDARO FCRes SS-A Seck(2n. l.M3 e v i s.
. e
..,o.
.isvs-ses.a.s,.
s
i l
l 1
l
_PART II (C:ntinued)
NOTICES TO SIODERS
- 20. Notica of Recu[rement to Certify Ncnsecrecated Facilities Sidders are cautioned as follcws:.By signing this offer, the bidder will be' des =ed to have signed and agreed to the provisions of the
" Certification of Netsegregated Facilities" centained en page 6 of this solicitation. Failure of the bidder to agree to the car:1-fication of nonsegregated facilities may cause his bid to be re-jected as nonrespcnsive.
Moreover, each sheet for which the offerer desires to restHct disc 1csure shall be marked with the felicwing legend:
"Use of disclosure of preposal data is subject to the restriction en the title page of this preposal. I claim that information contained herein is pr:prietar/ and shall not be disclosed by the NRC in ac::rdanca with E.xemption 4 of the Freed:m of Informatica,",ct."
- 21. sid Identification Mailing envelcpes shall be marked with the IF3 nc=:er as specified on page 1, 31cck #2 of. this solicita:icn. The IFE num:er should also be referenced in your c:ver let:ar and en each page of your bid.
22.
peried of peH'ermanes The werk*re<;uired hereunder shall be c=pleted within ten (10) month's follcwing the effective data of the c:nfract.
- 23. Cest of Bid Precarstien l
This solicitatien dees not c:mit the Gover=en: to pay any costs incurnd fcr the preparation of bids cr fer any studies or analyses that may be c:nducted in the preparatien thereof; nor is the j
Gover=ent c:=ritted to pr: cure er c:ntract fcr the articles or sarvices descMbed under par. III of this solici.atien.
I: is also br:ught ts ycur at:antion that the Centracting Officar is tne only indivicual wne can legally c:mit the Gcver=ent ta =e expenditure of public funds in c:nnectica with the pr:pesed -
procure =en:.
- 24. Other Cen:nctual C:= nit snts '
The bidder shall list any ce=ni=ents with other agencies, goverment21 ce private, and. indica:a whether these c:=ni=ents will or will not intar#en wita ne c::eletien of work and sar-vices c:ntamolatad uncer this solict:ation.'
e e
I.
l.
t 25.
Award Notifica:icn All bidders will be notified of thei~r final selecticn or-nonselection-as soon as possible fo11cwing the cc=:latica of the-for al NRrbid opening and subsecuent detailed examination cb bids and c:nduct..cf-respc'nsibility checks. Formal notification cf nonse16ction ts unsuccessful bidders will be =ade folicwing c:ntract award to 'the suecassful bidder.
26.
Tyce of centract'and General Provisions It is c:n:e: plated that a fixed price type c:ntract will be awarded. In additicn : the special provisions of this Invitation For Sid, any resultant centract shall include the general provisiens applicable to the selected bidder's organizatien and to the type c:n:ract awarded. Any additional clausas in effec: at the time of
- 27. ~ executien of the resultant c:ntrac are heremy included by refarence.
w2 es a e,r, --
Award will be made 't's that rescensive, res;cnsible bidder within the ceaning of the Federal Pr: curs = enc Regula:icas 1-1.12 wn' cse offer is
,s the icwes: cverall evaluatad t::al c:ntract price ts the Gcuer= ment based upon the requirements as se: for:n in the schedule. For the
- ur cses of dater =ining the Icwest effer, the uni
f:r each 1:em
- ricas cuctad listad in ArticleI
- air solicitation will be multiplied by the nummer, Supplies / Services Prices of of uni'ts snewn. therein anc the pr duc.s tnereci acced ::gether to ar-ive at the aggregate of each bid 28, seearste Charees Se:arate enarges, in any form, are not solicited.
cptien are not solicited and will be rejectac. charges fcr disc:ntinuanc S
e o
e
- 29. List <ne ai cotovmaar Ocenines t::= 1: I.M02-?:
Sidders anc effarers should note that this solicitation incluces a trovision recuiring tea listing of ecoloyment ccenings witn the local offica of tna j
Federal-State emoloycent service system wnere a centract award is fer 52,500 or mere.
~
- 30. C: mitment of Public Funds The Contracting Officer is' the only in'dividual who can legally c:=mit the Government.to the expenditu n of public funds in c:nnecticn with this pro-Any other c==uitment, either explicit er implied, is invalid.
curement.
- 31. Minimum Bid AC:85tanc8 E*" icd Sids offering fewer than ninety(90) days fer acceptance by the Goversment frem the data set for opening will be rejected as nonresponsive.
- 32. Bidder cualificatiens and Pas: Excerience The bidder shall list below at least fcur (4) previcus or current c:ntracts for the same or substantially similar services:
(1) C:ntrac: No.:
VPA V-01 Name and address of
~
Govern =ent Agency or Cc= ercial Entity: MCI Telecommunications 1191 toch nerone.
N_u.
~~
Washington, D.C. 20036 l
Poir, of Ccntact anc Telephene Necter:
Mr. Chris Benton (202) 887-2191 l
(2) Cen'a c,No.:
961 Name and adcriss et Goverr ent Agency or Cc:=arcial Entity:
Satellite Business Systems 8283 Greensboro McLean, Virginia 22102 80 int of Centact anc Telephone Nu==er:
Mr. Lou Evans (703) 442-5336 (3) ~Centrac: No.:
Name and address of Government Agency or Cc=:ercial Entity:
New York Telephone Co 375 Penr1 Streer New York, New York 10038 e
y_.
i.
f3l Point of Or.:ac an:
Teit;n ne.'i:. ::3. :
Angelo Fortunato (7171 194-7070 (4) C:ntract No.: __
Uace and Address of Goverr.=ent Agency or 1
Cc=ercial F.ntity:
Salomon Brothers 1 Ne[ York Plaza New York, Nes York 10004 i
Point of Centact and Telephone Numoer:
Andrew Johansen (212) 747-7698 l
l 33.
su' missien For sid l
e Sids must sat f:rth fulk, "ac: rite and c:=clete informatica as required by this Invitation for Sids (including attsc.wents). Tne Penal y for I
=aking false s 2 ment: in bids is ;re. scribed in la U. 5. C.1001.
34.
Subcontractors If the offeror plans to subcontract any of the work to be performed, s
list proposed subcontractors if known by name.' Provide a detailed breakdown cf specific work to be subcontracted and the approximate cost involvea.
j i
35.
Labor Surolus Area Prooram Reauirements In keeping with the Federal Labor Surplus Area Program, the offeror is required to provide information on the ceneral economic conditions of the area in which subcontractors are located, exact location of subcontractors (state, city, county), and the unemployment rate for the area, if known.
36.
Additional Facilities orPersonnel s
In the event the offeror contemplates acquiring a'cditional facilities,
personnel or property in the performance of this work, such facilities, personnel or property.shall be separately identified.
37.
Prices Bidders must insert a definite price or indicate "no charge" in the blank space provided_ for each item and/or subitem listed in Article I hereof.
Unless expressly provided for herein, no additional charge will'be allowed for work performed under the contract other than the unit prices stipulated herein for each such item and/or subitem.
.+e s
'h
- r. 'y 6..
2
-.4
,~
s v
y
t
=
" ' " * * * ~ * -
\\"
- Tsem ;c,n u. m,,u.
CONMATION SHEET lR'l^44"lf't.t*cWi'."a!,s
= o, o m,0.
- o. cc.n u c o.
ITEM NO.
SUPruts/$ttYlCES QUANTITY UNIT UNIT PRIG AMOUNT Part III - Contract Schedule Article I - Supplies / Services and Prices I.
Required Equipment 1)
Central Controller 1
$13,800.00 2)
Flush-Mount Card Reader 55 EA
$ 920.00
$50,600.00 3)
Reader Multiplexer 6
$ 600.00
$ 3,600.00 6
$1,092.00
$ 6,552.00 4)
Local Modem 5)
Remote Modem 6
$1,092.00
$ 6,552.00
- 6)
System Activity Logger 1
$1,800.00
$ 1,800.00
- 7) j Floppy Diskette Record System 1
$No Charge $No Charge 8)
Transformer, Low Voltage 50
.EA 22.40
$ 1,120.00 9)
Transformer, Low Voltage 28 EA 26.61 745.00 10)
Continuous? Duty Electrical Door Strike, 28 EA
$ 266.00
$ 7,448.00 Low Voltage 11)
Replacement Printed Circuit Boards 1
SET
$ _23_ m 234.00
^
12)
System User's Manual 3
EA 35.00 10s.00 13)
System User's Services Manual 1
EA 35.00 35.00 14 ) -
System Activity Logger Services Manual 2
$No Charge $No Charge 15)
Coded Credentials 4,000 EA 1.68
$ 6,720.00 16)
Single Logger Switch Box 1
$ N/A N/A 17)
Blocker Plate 28 EA 24.20 677.60 18)
Magnetic Contact 34 SETS $
42.35
$ 1,439.90 l
l b
w
a til, NO. C# DOC. 84e+3 CONT 3.
.e r;ct g as 36 J'AY 1966 cc,. ten u v,eA o.,wunow CONTINUATION SHEET
,5f ANDp r3 FCl>A s tD. not sic. (4I cre) 1-16.101 N Anal cf critson Ct CoCios CVANiliY ;
UNIT UNIT FilG O C. *.T SUPrttES/5!rvtC15 lif.M NO.
II - Installation Alternatives:
Alternative A involving Parts I and II under Article IV in accordance with said article.
Part I - To involve the following buildings:
1.
Air Rights III 2.
East-West Towers (South Tower) 3.
Maryland National Ban:: Building 4.
Phillips i
5.
East-West Towers (North Tower) 5
- Blds
$ 3'.738.88 Phase I Part II - To involve the fo_llcwing building:
East-West Towers (North Tower) 1 Bldg 2,725.12 Phase II Alternative B, under wh.ich all building specifications at.st have met the acceptance criteria.
On a building by building basis in ac-cordance with Article IV:
1.
A'ir Rights III 1
Bld )
2.
East-West Towers (South Tower) 1 Bld )
3.
Maryland National Bank Building i
Bld )
1 Bld ;
4.
Phillips S.
Ea'st-WEstTowers(NorthTower) 1 Bld )
Phase I 6.
East-WestTowers(NorthTower) 1 Bld g Phase II Total Contract Amount
$135,492.50,
... r
.ir.w.e
r-.
f.
(8 c
V v
I Article II - REQUIRED ITEMS ~ AND ESSENTI AL CHARACTERISTICS OF FACH 1.
Central Controller _
Ouantity_:
One (1) Each 1.1 Must be configured to control a minimum of 95 card readers.
1.2 Must provide a minimum of 30 status levels.
1.3 Must have a minimum 4,000 card capacity, i
1.4 Must provide a minimum of 8 time zones.
)
1.5 Must provide a calendar clock for printing day of year, day of week and time of day in hours and minutes with each transaction.
1.6 liust be capable of interfacing with a hard copy printer to provide, on single line, the date, time of day in hours and minutes, 6transaction code, ID number, status level for ID number, and card reader number of each transaction.
l 1
1.7 Must provide both an audible and a visible alarm when an alarm con-dition occurs.
Manual reset shall be provided to silence the audible alarm, but the visible alarm shall remain until the alarm condition is corrected and reset.
It shall not be possible to lock out the alarm signal annunciation.
1.8 Must provide the opportunity to select printout of either, both, or neither normal card reader transactions or alarms.
1.9 Must provide manual reader override to allow the controller operator to send commands to remote card readers by key board entries.
Co=nands shall include unlock door, lock door, and unlock door momentarily.
1.10 Must operate with no degradation in performance from 0 to 48 deg. C.
9
O U
1.11 Must preserve system memory for a minimum of 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br /> in the event of the loss of primary 115 VAC system power.. This may be accomplished by either auxilliary battery backup power, non-volatile memory, or non-volatile storage with automatic memory reload.
1.12 Must :.3ve the capability to print out memory listings related to ID number, status levels, readers, and timeT zones.
1.13 Must operate off nominal 115 VRMS, 60-Hz, : ingle phase AC primary power and demonstrate no. degradation in performance if the line voltage should vary over the range of 95 to 130 VRM.
Use of a separate constant voltage isolation transformer shall be~ acceptable.
2.
Flush - mount card reader CUANTITY:
55 EACH Must respond to either magnetic spot, metallic, strip, optical, active 2.1
-electric, capacitance, proximity, Wiegand - effective, or similar moderately secure encoded cards.
2.2 Must be flush - mount type.
2.3 Must be powered by 30 volts or less.
2.4 Must be provided with tamper switch protection to transmit an alarm signal to the central processor if the reader housing is opened.
2.5 Must be capable of automatically switching to the fail - soft (degraded or stand-alone) mode in the event of failure of.the central controller, the associated multiplexer or modem, or a broken communications link.
Must automatically return to the normal mode of operation when the malfunction is corrected.
In the fail-sof t mode, the reader shall as a minimum check the facility code of a card and grant or deny access on that basis.
2.6 Must provide the manx override function through the central con-troller to permit tt oerator to remotely lock or unlock any door or combination of doors.
2.7 Must transmit an alarm signal to the central processor if a door is left ajar or held open for longer than a preset : period of time. The door open condition shall be detected by a set of magnetic contacts mounted inside the door and the delay shall,be adjustable from 5 to 25 seconds.
The centractor shall preset each reader fcr a 10 second delay.
9
O o
2.8 Must operate with no degra'dation in performance from 0 to 48 deg. C, except 2.9 Must pr' ovide one card reader protected against typical outside ambient conditions including rain, snow, sleet, and hail, and capable of operating with no degradation in performance from -35 to +48 deg. C.
2.10 Must have'an adjustable " strike-open" time of approximately 3 to 10 seconds, and be preset for a time of app.roximately S seconds.
OUANTITY: 6 EACH 3.
Reader Multiolexer 3.1
- Must provide the combining of individual reader signals to the central controller, and the separation of signals to individual readers from the multiplexed signal from the processor, in order to greatly reduce the number of comcunication lines required from the central processor to the various controlled buildings.
Except for the Phillips Building, each controlled building must include the minimum number of multiplexer units required to connect a total of 150% of the readers specified for
' ~,
that building to the central processor.
3.2 Must operate with no degradation in performance from 0 to 48 deg. C.
4.
Local modem OUANTITY: 6 EACH 4.1 Must provide full dupl,ex operation at the local (controller) end of a telephone line, if that type of communication line is required.
4.2 Must operate with no degradation in performance from 0 to 48 deg. C.
5.
Remote modem OUANTITY: 6 EACH 5.1 Must provide full duplex operation at the remote (multiplexer or reader) end of a telephone line if that type of communication line is required.
Must operate with no degradation in performance from 0 to 48 deg. C.
5.2 6.
System Activity Loacer OUANTITY: 1 EACH 6.1 Must interf ace' with the controller defined as Item 1, Section A to provide a hard copy printout of each transaction or alarm in accordance with Section A.,1.6.
6.2 Must provide a switch to disable the printing of all valid transactions
,and enable alarm (red print) transactions only.
6.3 Must interface with the controller d'efined ai Item I, Section A to provide a hard copy printout of memory listings in accordance with Section A, 1.12.
~~
O O~
6.4 Must operate with no degradation in performance from 0 to 48 deg. C.
7.
Flocoy diskette record system OUANTITY: 1 EACH 7.1 Must interface with the controller defined as Item 1 in Section A.
7.2 Must record all transactions data in a-standard computer language.
7.3 Must record a minimum of approximately 9,000 transactions per diskette.
^
8.
Transformer, Low Voltaoe OUANTID': 50 EACH 8.1 Must p.* ovide the operating power (30 volts or less) for Item 2, Section A,115 VAC, 60 Hz primary power.
9.
Transformer. Low Voltaoe OUANTITY: 28 EACH
.9.1 Must p'rovide the operating power (30 volt's or less) for Item 10, a
Section A, at ll5.VAC, 60 Hz primary power.
10.
Continuous duty electrical door strike, Low Voltace OUANTITY: 28 EACH 1
10.1 Must be rated for continuous duty. operation.
10.2 Must,be powered by 30 volts or less.
10.3 Must operate in the " fail-lock" mode, e.g., lock automatically in the event of a less of electrical power to the lock strike.
10.4 Must provide one SPDT switch (Fem Ic) to indicate door bolt position and also one SPDT switch (Fom Ic) to indicate keeper locker / unlocked.
These switches shall be wired into the delayed door open detect circuit.
10.5 Must operate with. cylinder or mortise j with 1/2".or'5/8" bolt throw.
ks, mortise' exit devices 11.
Reclacement printed circuit boards OUANTITY: 1 SET.
11.1 Must provida for maintenance of the r:uliiplexer unit on the replaceable circuit board level.
O o
OUANTITY: 3 EACH 12.
Systen User's Manual 12.1 Must provide full detailed description of the installation and operation of the card-entry access-control system provided.
OUANTITY: 1 EACH 13.
System User's Service Manual Must provide maintenance and service information for troubleshooting 13.1 the card-entry access-control system to fault-isolate to the replace-able assembly level, except for the controller unit which shall fault-isolate to the specific subassembly or part.
OUANTITY: 2 EACH 14.
System Activity Loacer Service Manual Must provide instructions and information for the maintenance and 14.1 repair of the system activity logger, both at the operator level and at the technician level.
00ANTITY: 4,000 EACH 15.
Coded' Credentials 15.1 Mus.t be encoded in accordance with Item 2.1, Section A.
Myst be able to function af ter storage at temperatures up to 54 deg. C.
15.2 15.3 Must be printed a single color which contrasts with the background color of the card.
Must include the NRC logo on one side of the card, with other printed 15.4 information on the other side.
Camera-ready art work shall be provided by the NRC.
Must include a unique, sequential number embossed on each card for 15.5 visual identification.
00ANTITY: 1 EACH 16.
Sinole loocer switch box Must be capable of switching and. connecting Item 6, the System Activity
- 16. 1 Logcer, to either of two logger outputs on Item 1, the Controller unit in order to provide characteristics l'.6 and 1.12, A.
e
~ '
17.
Blocker P1 ate 00ANTITV: 28 EACH 17.1 Must be. attached to the outside of all (outswing) doors to deny access to the door strike and lock bolt from outside the door.
17.2 Must be installed with tamper-proof hardware.
- 18. Macnetic Door Contact OU/.NTITY: 34 SETS 18.1 Must provide a SPDT switch to signal the door ajar /open condition in accordance with characteristic 2.7, Section A.
d 4
l t
.{
4 l
j i
I e
y d
~
_y.-
e Article III - INSTAL'LATION REQUIREMENTS 1.
Fire and Safety Codes.
The contractor shall assure that the card-entry, access-control system is installed in full compliance with all local and national fire and safety codes.
Buildino Permits.
The contractor shall obtain and provide any and all 2.
building permits which may be required for this instal'iat4cn.
Government Furnished Utilities.
The government agrees to provide the 3.
contractor with reasonable amounts of readily available utilities such as electricity and water, (e.g.,115 VAC, 20 AMP, 60 }fz electrical outlets may be riade available to the contractor to power conventional hand tools such as electric drills, saws, etc.).
As-buil t Drawinos.
.The. contractor shall, provide three sets of as-built 4.
orawings to the contracting officer within 30 days of acceptance of the i
system by the government.
These drawings.shall indicate the size, type
~'
and routing of all conduits and cables installed.
5.
Schedule of Installation.
The contractor shall schedule the installation of the card-entry access-control system so as to provide maximum access control protection for the NRC during the installation by considering thi following.
a.
NRC will take beneficial use of readers as they are installed.
b.
System Data Base.
Plan to enter the system data base on a storage device for bulk loading of the controller memory prior to cutting in the new controller.
Existing system, consisting of Il card readers and 3 multiplexers cf c.
the Maryland National Bank Building, and 5 card readers and 1 multi-plexer at the Air Rights III Building.
i.
Plan to use existing system wiring for the installation of the new system, to the extent possible.
if, Plan to use the existing 12 volt electric do strikes presently installed at the Maryland National Bank and Air Rights III Buildings.
i i i.'
Plan to install 21 new 12 VAC transfomers at the Maryland National Bank Building which, in addition to the 21 existing transfomers, shall provide a total of 2 transfomers at each card reader location, one for the reader-and a separate one for the electric strike.
iv.
Plan to ase 21 existing sets of magnetic door contacts presently installed at the Maryland National Bank Building.
Plan tr. use existing standby power battery packs and their associated v.
chargers which are presently installed for card readers at the Maryland National Bank Building.
vi.
Pla7 to use the 10 existing 12 VAC transformers as presently installed at the Air Rights III Building'.with one for each reader and a separate
~
one for each strike.
vii.
The new credentials must be delivered to the contracting officer a minimum of two weeks before the first reader is scheduled to be installed.
viii.
Plan to install approximately half the new replacement card readers oper'ating in tne. degraded. mode, then connect these to the.new console and disconnect the remaining card readers, permitting them to operate in the degraded mode until replaced.
Air Rights III Building, 4 new card readers.
These shall be installed c.
immediately and may operate degraded mode, if necessary, until the new cpntroller becomes operational.~
The government has provided knobsets and 115 VAC card reader power at these 4 locations.
d.
Phillips Building (St. Elmo entrance) 1 new card reader. This may be instal, led immediately, but shall not become operational until new controller becomes operational.
This reader must be capable of operating in the outdoor environment. The government will provide knobset if required and 115 VAC card reader power at this location as required.
East-West Towers Complex, North Tower,10 new card readers.
This installation e.
depends upon the installation, by the government, of 7 new doors which are to be provided with new card readers.
The government has no firm schedule at this time for the installation of these doors and anticipates that these will not be installed until some time after January 1, 1982 and
]
30, 1982.
For this reason, the government requires that before April the installation of the 10 card readers at the North Tower be scheduled and provided in 2 phases as follows.
i.
Phase 1.
The contractor shall provide a partial, but fully operational 3 card reader system as follows.
Install the multiplexer..
unit and all necessary conduit and cable to all 10 door-locations.
Install and connect card readers, electric door strikes and magnetic door contacts at each of the 3 specified existing elevator lobby doors.
Phase 2.
Upon completion of construction of these 7 doors, and within ii.
60 days af ter receiving written notification from the. contracting officer to proceed, the contractor shall have ccmpleted the installation of the card readers at the 7 new door locatic s to provide the fully N@rth Tower.
p O
O f.
East ' dest Towers Complex, South Tower, 9 new card readers. The government will provide knobsets and 115 VAC card reader power at these 9 locations.
6 Soecial Considerations.
The contractor shall provide the following.
1 a.
Com=anication lines.
The following leased telephone lines are presently included in the existing system, and teminate at the Phillips Building, at the location of the existing processor. These lines are available, and may be used by the contractor to complete the installation.
If there is a requirement for additional ' leased lines, Ine Contractor shall identify the type and location required.
The Contractor shall be required to inform the NRC of such within ten (10) days after award.
The NRC will provide the lines.
i.
Maryland National Bank Building, 3rd floor: 2 pair low grade voice B (Eurglar Alarm) ii.
Maryland National,Bant Building, 8th floor:
2 pair low grade voice BA (Burglar Alam) lii.
Maryland National Bank Building, lith floor: 2 pair low grade voice BA (Burglar Alarm) iv.
Air Rights III Building, 2nd. floor: (1) 4-wire full duplex grade 30f>2 line 4
v.
Air Rights III Building, 5th floor: (1) 4-wire full duplex grade 3002 line.
b.
System Data Base.
The contractor shall establish the system data base for initial loading into the central processor and for reloading of the
~
central processor in the event of a loss of system memory during the warranty period.
The contractor shall maintain the data base op to date in accordance with the updated infomation which shall ce provided Jy the NRC, and shall provide the stored data base to the NRC at the termination of the warranty period.
7.
Ca rd Reader t.ocations.
The contractor shall replace existing card readers and install new card readers to provide a system < including a total of 50 new card readers at each of the locations listed below.
l
- e ey-3-
m
O O
a.
Maryland National Bank Building, (21 card readers total).
Replace each of 21 existing card readers with a new card reader.
Each of the existing 21. card readers is located on the public corridor side of a door which accesses NRC occupied office space.
b.
Air Rights III Building (9 card readers total).
Replace 4 existing card readers on the 5th floor, and 1 existing reader on the 2nd floor.
Install 4 new card readers on the 2nd floor.
See attached partial and 5th floor plans of the Air Rights ~ III Building for the specific locations of the 9 card readers.
~
-Install 1 new card reader at c.
Phillips Building, (1 card reader total).~
the outside (street) St. Elmo entrance to the Phillips Building.
d.
East-West Towers Complex, North Tower (10 card readers total).
Install 10 new card readers at the locations specified on the partial 3rd, 4th, and 5th floor plans of the North' Tower.
East-West Tower Complex, South Tower, (9 card readers total).
There e.
are 3 access door.s fr.o.1 the public corridor to NRC office space on each of 3 floors, the 2nd, 3rd, and 4th floors.
Install a card reader at the public corridor side to control access at each of these 9 doors.
Note:
All removed Rusco equipment shall remain the property of the NRC.
e
M O
O
' Article IV - PERIOD OF PERFORMANCE / DELIVERY Period df Performance _
1.
Part I The peripd of performance shall be'fo'r ten (10) months from date of contract award for all work to be performed hereunder.
Installation for the Phillips Building, Maryland Nationa1 Bank Building, Air Rights III Building, and East-West Towers (South Tower) shall be on or before January 1,1982.
Part II Installation for the East-West Tower Building (North Tower) shall be attained in two phases.
Phase One shall be on or before January 1,1982.
Subsequent to the January 1, 1982 date, the NRC will provide the contractor with a thirty day notice to proceed with Phase Two.
Complete installation shall be within sixty days of such notification.
2.
Place of Delivery The items required hereunder shall be delivered to the following lo ations:
a.
The Phillips Building 7920 Norfolk Avenue-Sethesda, MD b
The Maryland National Bank Building 7735 Old Georgetown Road Bethesda, MD c.' The Air Rights III ' Building 4550 Montgomery Avenue Bethesda, MD d '.
East-West Towers Building (North Tower) 4350 East-West Highway Bethesda, MD e.
East-West Towers Building (South Tower) 4340. East-West Highway Bethesda, MD 4
e
p Article V - ACCEPTANCE TEST PLAN The Contractor shall be required to submit'a comprehensive acceptance test plan within forty-five (45) days prior to acceptance.
The test plan shall cover all card readers as well as the eighteen (18) items set forth in Article II.
Article VI - WARRANTY 1.
The Contractor shall furnish at no charge to the Government, all preventive and emergency maintenance (labor and parts) after installation for a period of one (1) year beginning on the day the system is accepted.
If the Con-tractor selects Alternative A, the acceptance shall take place upon accept-ance of the buildings, as.a. group, listed under Part I of Alternative A, 5
meaning one (1) acceptance to represent all. buildings inlar11.. Acceptance,;
for Part II of Alternate A shall take place subsequent to that of Part I.
If the Contractor selects Alternative B, acceptance shall be on an mdividual building' basis.
Irrespective of which alternative is selected, the warranty
^..
period. shall be for a one (1) ydar" period after acceptance.
The warranty shall exclusively cover each individual building in its entirety.
In the event of equipment failure, the Contractor shall make all necessary repairs.
If the equipment is beyond repair, the Contractor shall replace the failed equipment with new equipment. All repairs and replacements shall take place at the NRC site where the failure has occurred. The Contractor shall respond to the NRC site within forty-eight (48) hours after notifica-tion by the Government of such failures. All routine repairs and replace-I ments shall be made within 72 hours8.333333e-4 days <br />0.02 hours <br />1.190476e-4 weeks <br />2.7396e-5 months <br /> after notificati.on.
2.
All parts replaced during the warranty period shall become the property of the Contractor.
3.
Prior to the expiration of the warranty period, whenever it is necessary to ship equipment for mechanical replacement purposes, the contractor shall bear al.1 charges, including, but not limited to, the charges for packing, transportation, rigging, drayage and insurance.
4.
The warranty shall not apply to maintenance required due to the fault of neglect of the Government.
5.
Services under the warranty shall be rendered by the following c '^
comoany:
6.
The contractor shall make available to the Government, upon request,
'l the contractor's maintenance log. These logs will show. all maintenance.
performance on the system.
-i
~
..l
i g
.,_3 d
b i
ARTICLE VII - PAYMENT l
In the absence of a discount, the Contractor shall be paid upon the submission of a proper and correct invoice or voucher in approximately thirty (30) days after delivery, installation and acceptance of any of the item (s) called for by Article I of this contract, the unit price (s) set forth in said article, less 3% to be withheld pending full compliance with Article I of this contract.
A.
The contractor's invoice or public voucher shall identify the contract number and the nature and extent of the supplies / services for which payment is claimed.
B.
If this contract provides for a discount, the contractor shall indicate the contract's discount terms (Block 16 of SF-33) on the face page of the invoice or voucher.
ARTICLE VIII - TOTAL AMOUNT OF CONTRACT The firm fixed price amount of this contract for the delivery and acceptance of the supplies stipulated in ARTICLE I is $135,492.50.
ARTICLE IX - INSPECTION AND REVIEW OF WORK
'^
A.
Prior to Deliverg The Nuclear Re'gulatory Commission reserves the right to make periodic cn-site inspections in accordance with the General Provision, entitled
" Inspection."
It shall be expressly understood that such inspections shall not constitute acceptance by the Government of any part of the work, but shall be for the purpose of providing coordination and technical guidance in interpretation of technical requirements.
~
To be incorporated into any resultant contract.
_.__._.___.___m
V(~
B.
After Delivery and Installation 1.
. All. inspections,- acceptance, and rejection decisiens shall be cade at destination by the Project Officer or his authori:ed representa-tive.
2.
Upon receipt and installation of deliverable items specified, the Project.
Officer or his authoriznd representative shall inspect each item for compliance with the specifications contained herein.
3.
'The contractor shall certify lin writing to the POAR on or before the re-quired installation date that the equipment is installed and ready for use (readiness certificate).
Acceptance or rejection o'f. dti tverable _i,tems_ shal_1 be.nade in writing 4-by the Project Officer within 15-calendar days after receipt of said deliverable items from the contractor.
In the event of rejection of any portion of the work, completion of corrected items shall-be received within~ 10 calendar days after receipt of notice of rejection. Finai acceptance shall be made in writing only after the work has been
- corrected to the extent that it-conforms to the specifications contained herein and has been approved by the Project Officer.
The contractor shall be notified of final acceptance within 10 calender days after i
receipt of tne corrected items.
ARTIC1.E X - FEI? ATE '.'SE 5:0 pc.0TEckcht OF UNC'.ASEIFIED GovER:: MENT I:lFO;; ETIC:
1 A.
Ex:a : as specifically authorized by this c:ntract, er as :herwise j '
a;;r:ved by the project Officar, rec:rds er c:har inf:r:a:icn, decu=ents j
mance of this.urnishec by the C:=:i:sica :: the c:n rac::r in the perf:r-and ma:arial f 1
cen ract, or inf:r:atien caveicped by the c:n:rac::r in the i
c urse of the werk hereunder, shall be used only in c:nnecticn wt:h the i
.wcrk ;erf rmed under this c:ntract.
The c:ntract:r shall, u:en c:=;1stien or :arnina:ica cf this c:ntract, tran:=i: :: the C:==issi:n all rec:rds cr other infer =atien, d:cu=ents and =atarial, and any c: pie: thertef,
furnished by the C:==is: ion tu the c:5:ract:r er dsveicped by :te c:ntract:r i
in the ;er,fer=ance of this c:n:ract.
3.
The c:n:rac::r shall be res;:nsible f:r safeguarding fr:= unautheri:ed dis-ciesure any infer =a: fen er other decu= ants and =a:arial exs=:: fr:= cublic dise!cture Sy the C:::issien's re;uiaticas and =ade ava11able :: :he c:n-trac::r in c:nnecticn with the :erf:r=anca of we-k under this c:n rac. The c:n:ract:r agrees :: ::af:r: to all regulati:ns, recuirtrents, anc cirecticns i
cf :he C:==issicn with res;ac: :: such =a arial.
C.
The c:strac::r's duties under th:s clause shall no: be ::nstread :: limi-cr affect in any ytay the c:ntract:r's obliga:icn :: ::ni.ra :: all security regul::icns and recuirements cf the C:::issien ;er: lining :: classified infcr:a ica and =atarial.
e
+
0 4
-*--->=e v
,e r
-(
e
--,e.
r---
m.,
w g
O O
ARTICLE XI - PRESERVATION / PACKING / PACKING All materials to be delivered under this con. tract shall be afforded the degree of packaging (preservation and packing) required to prevent deterioration and/or. damages due to hazards of shipment, handling, and storage. Such packaging shall be accomplished in such a manner as to insure safe delivery at destination.
ARTICLE XII
, SUBCONTRACTS FOR WORK OR SERVICES I
fio contract shall be made by the Contractor with any other party for furnishing any of the work or service herein contracted for without approval of the Contracting Officer, but.this provision will not be taken as requiring the approval of contracts of.eaployment between the Contractor and personnel assigned for services hereunder.
m 6
f O
e-u
ARTICLE XIII - PROJECT OFFICER Richard Finger is hereby designa:ad as the centracting Officer's au:horized
~
representative-(hereinaftar called Prsjec: Officarl for technical aspec:t of this c:ntract. Tne Preiect Officer is not authorized to accreve er r. cues: any actien witien results in or ecule r= sui: in an inc-*ase in centne: cost: or ternina te.
settle any claim or alsoute arisinc uncer :::e centract; er issue anv untia:eral c1rac::ve wnatever.
i i
The Project Officer is rescensible for:
(1) monitoring the c:ntracter's technical progress, inclucing surveillance and assess:::en of perfomance, and rec =ending to the Centracting Officer changes in requirements; (2) interpreting the sc=;e of work; (3) performing tachnical evaluaticn as requi: r:d; (4) pericming technical d
inspections and accaptancas required by this c:ntract; and (5) assisting the
~
c:ntrac::r in the resolution of tachnical preblems enc =untered during performanca.
- l Within the purview of this authority, the Project Officar is authori:ed :: review all c:s:s recuested for reimoursement by c:n:ractors and suh=it rec:=endaticas for approvai,.disaccreval, or sus ension for supplies, services recuired under tne centract. The Centracting Officar is responsible for directing or negotiating any enanges. in tems, c:nditions, or amounts cited in the c:n ract.
j._...
For guidanca from the Projec: Officar :: the c:ntractor to be valid, it must:
(1) be c:nsistent with t::e descripticn of work set for-Ji in the centrac: (2) not c:nstitute new assignment of work or change to the expressed tar =s, c:nditions or s:ecificaticns ine:r;orstad into this c:ntract;.(3) not c:nstitute a basis for an extension to the period of perfemance or contract celiver/ senedule; and, as s:::ac above, (4) not c nstituta a basis for a.:V increase in the c:ntrac: c:st.
l l
i
- To be incorporated into any resultant contract f
.I
-m,,
y y
O O
l ARTICLE XIV - ALTERATIONS IN CONTRACT The following alterations have been in the General Provisions of this cont.act:
FPR Changes and NRC Additions to Standard Form 32 General Provisions attached hereto and forming a part of this contract, is further modified as follows:
Clause Clause Deleted Substituted
- Title 12 44 Disputes 22 47 Utilization of Labor Surplus Area Concerns 4
32 None Minority. Business Enterprises Subcontracting Program 33 None Preference for U. S.
Flag Air Carriers 1
e Which are attached or incorporated hereby by reference.
1 e
e
M i,4
/,
x
(
[
Article XV
- ADDITIONAL PROVISIONS At!D CLAUSES The following additional provisions and clauses, if checked, which are attached or incorporated herein by reference will form a part of any resulting contract unless otherwise noted:
tio.
Title Date
/
/
Utilization of Women-Osned Business Concerns
/
7 Service Contract Act of 1965, As
~
Amended
/^/
Government-Funished Property (short form) r!
/
/
/
J N
a 9
b e
?
1
//
\\
ost.
ROUTING AND TRANSMITTAL SUP g
pf
' Initials Date TO: (Name, office symbol, room number, Dullding, Agency / Post) 3.
Assessions Unit, DC Desk, P-016 2.
Public Document Room, H-St Lobby i
S.
4.
i S.
Action File Note and Return 4 proval For clearance Per Conversation As Requested For Correction Prepare Reply Circulate For Your Information See Me Comment investigate Signature Coordination Justify REMARKS The atta'ched contract document is hereby forwarded for display in the Public,
Document Room.
r/
f DO NoT use this form as a RECORD of approvals, concurrences, disposals, clearances, and similar actions Room No.-Bldg.
FRou:(Name, org. symbol, Ag),.cy/ Post)Merle Dor
/'h 3605 f1NBB Administrativ Phone No.
_/
Division of Contracts X24800
~\\
941-102 OPTIONAL FORM 41 (Rev. 7-i'6)
- gaggGy,
\\ + cro 19eo 0 - 312-2% (O Na