You are on page 1of 7

QUOTE

REQUEST

FAR Government, Inc.


ABOUT US

FAR government, inc


FAR Government, Inc. (FARGOV) Created in 2015 and headquartered in Stafford,
VA., is a premier, woman-owned federal professional services company,
primarily engaged in providing Contruction and Infrastructure services, cyber
security, management systems support, as well as professional training and
other high-quality services.

+10
CLIENTS
+640
A W A R D S
5
C O U N T R I E S
TAMPER SWITCHES
INSTILLATION

OBJECTIVE
Provide and install three (3) tamper switches on the existing Cheetah readers at three (3)
turnstile gate locations. The tamper alarms installed on these Cheetah Readers must be
integrated into the existing Vindicator system. Alarms must detect any manipulation to the
Cheetah readers. Alarms must relay immediate notification back to BDOC and ABDOC.

Information Assurance (DoD Information Assurance Certification and Accreditation): The


approved System Security Plan (SSP) and Security Test and Evaluation Plan (ST&E) for the
specific annunciator applicable to this Integrated Base Defense System implements DoD
and AF information assurancerequirements. The contractor shall comply with the
approvedSSP and ST&E applicable to this project and shall designthe system in a manner
that does not invalidate the Government Approval to Operate (ATO). The contractor shall
install the system in a configuration IAW, TECHNICAL IA CONTROL LISTING of the
approved CCDE System Security Plan (SSP).

All installation shall be accomplished in accordance with the manufacturer manual


specifications and industry standards. The contractor is responsible for all the work, labor,
material, communications conduit not available for cable runs, and associated electrical
power installation required with connecting the tamper alarms back to the base
vindicator that is already in place. Utilize all existing electrical closets as needed for
powering the camera systems. The contractor must coordinate with the 375 Civil
Engineering Squadron and the 375 Communications Squadron before makingfinal
connections to existing infrastructure. The contractor MUST purchase ALL network
switching equipment from approved government sources. Equipment must be new, not
refurbished, and TAA compliant.
TAMPER SWITCHES
INSTILLATION

BACKGROUND
Installation of tamper switches to address known vulnerabilities at the three (3) entry control
points.
Alarms must have the ability to relay immediate alarms back to BDOC and ABDOCand be
compatible with the Vindicator alarm system, which ispre-existing and providereal time
assessment of security incidents and alarm activations.

Alarms will be routedback to and monitored at BDOC and ABDOC.

INSTALLATION
The Contractor shall procure and provide all needed installation hardware, wiring and
programming to install tamper alarms and accessories. Programming/integration of the
alarms into the vindicator system must be executed by thecontractor. All programming will
be done at Bldg. 755. All Installation shall be accomplished in accordance with the
manufacturer manual specifications, industry standards, and Unites States Air Force
regulations. The contractor is responsible for all the work associated with connecting alarms
back to the vindicator system to the existing vindicator infrastructure providing real time
assessment of all security incidents at the three (3) turnstilegates (entry controlpoints). The
contractwill install three tamper switches, run the required wiring through preexisting
conduit, and then plug it into the existing vindicator control panel.
TAMPER SWITCHES
INSTILLATION

REQUIREMENTS
EQUIPMENTS
The alarms identified as required and capable to meet the Integrated Base Defense Security
System (IBDSS) requirement:

Contractor will be responsible for providing and installing all equipment listedbelow by
location, to include licensing. The contractor is responsible for verifying all site conditions and
distances. All newly installed alarms will be supported by already established uninterrupted
power supply (UPS) or tied in with existing back-up generators.

SYSTEM CHECK
The Contractor shallcomplete a systemcheck IAW manufacturer specification, and in
addition, verify functionality and capability for the Government.

SERVICES SHALL INCLUDE AND SCHEDULED SERVICE INTERRUPTIONS


The vindicator operating server and alarms will be operational 24-hours-per- day, 7-days-per-
week. When the contractor must schedule a service interruption for installation, the work will
be done at a time that causes the least inconvenience to the system users. The contractor will
notify and obtain approval from the on-site 375 SFS/S5E or designated representative in
advance of any scheduled service interruption during the installation process. The contractor
will specify the starting time and duration of the interruption, along with what areas will be
affected.The contractor will provide verbalnotification to the on-site 375 SFS/S5E or
designated representative immediately after service has been restored.
TAMPER SWITCHES
INSTILLATION

PRICING SCHEDULE
CLIN DESCRIPTION QT UNIT UNIT PRICE AMOUNT

001 TAMPER SWITCHES & Install 3 EA $_______________ $___________________

TOTAL AMOUNT $_____________________________________________________

***Please Note that at this early stage we need a budegetary price IAW the above
requirements***
THANK YOU, AND WE LOOK FORWARD
TO WORKING WITH YOU.

Proud US Army Veteran Owned Company FAR Government,


Sanford Inc.
Federal, Inc

You might also like