Security System Maintenance (SSM) III Performance Work ... Government... · Security System...
Transcript of Security System Maintenance (SSM) III Performance Work ... Government... · Security System...
Security System Maintenance (SSM) III Performance
Work Statement (PWS)
Draft
Date: 6 March 2020
Schriever AFB CO 80912-2116
Page | 2
Page intentionally blank
Page | 3
Table of Contents
FOREWORD………………………………………………………………………. 5
SECTION 1 - DESCRIPTION OF SERVICES……………………………………. 6
SCOPE OF CONTRACT…………………………………………………………... 6
Technical Services…………………………………………………………………. 6
Maintenance for the Security Control System……………………………………... 6
Maintenance for the Giant Voice and Base Public Address System………………. 7
Giant Voice (GV)…………………………………………………………………... 7
Public Address (PA)………………………………………………………………... 8
Maintenance Actions………………………………………………………………. 9
Installation of Intrusion Detection Systems, PAs and GV…………………………. 9
System Sustainment of the Security Control System………………………………. 10
Response to Failure Actions for the Security Control System…………………....... 11
System Recovery from a Catastrophic/Major Failure(s)/Malfunction(s) for the Security Control
System ………………………………………………………………………………11
System Sustainment of the Giant Voice and Public Address System ………………11
Preventative Maintenance Inspections (PMI) ………………………………………12
Maintenance Action Reporting…………………………………………………….. 12
Associated Requirements and Constraints and Conditions………………………… 12
Contract Transition………………………………………………………………… 12
Contract Duty Hours……………………………………………………………….. 12
Contractor Identification…………………………………………………………… 12
Security Requirements……………………………………………………………... 13
Data Management………………………………………………………………….. 13
Operational Exercises……………………………………………………………… 14
Contingency Operation Plan……………………………………………………….. 14
Associated Contractor Requirements and Conditions ………………………………14
Emergency Situations……………………………………………………………… 15
Safety………………………………………………………………………………. 15
Environmental and Hazardous Materials Handling………………………………... 15
Quality Program Plan………………………………………………………………. 16
Reporting of Recyclable Content…………………………………………………... 16
Environmental Act Violation………………………………………………………. 16
Federal, State, and Local Laws…………………………………………………….. 16
Contractor Manpower Reporting…………………………………………………... 16
Federal Holidays…………………………………………………………………… 17
Off-Duty Active Duty Military…………………………………………………….. 17
Air Force Inspection System……………………………………………………….. 18
Cybersecurity Requirement………………………………………………………... 18
SECTION 2 – SERVICE SUMMARY…………………………………………….. 18
Overview…………………………………………………………………………… 18
Service Summary Table……………………………………………………………. 18
SECTION 3 – Government Resources…………………………………………….. 19
Government Facilities……………………………………………………………… 19
Page | 4
Government Equipment………………………………………………………………….......20
Government Data…………………………………………………………………………... .20
Government Spares………………………………………………………………………… .27
Hand Receipts ……………………………………………………………………………….29
APPENDIX A – REFERENCED DOCUMENTS…………………………………………..29
APPENDIX B – CURRENT SYSTEMS CONFIGURATION…………………………..... .33
BASE SECURITY SYSTEM……………………………………………………………… .33
BASE GIANT VOICE CONSISTS OF NINE (9) TOWERS……………………………….34
PUBLIC ADDRESS…………………………………………………………..……………..34
APPENDIX C – EXISTING WARRANTY PERIODS AND TERMS……………………..35
APPENDIX D – SECURITY CONTROL SYSTEMS TERMS AND DEFINITIONS……...36
APPENDIX E – ABBREVIATIONS, ACRONYMS AND FORMS………………………..37
APPENDIX F – Contract Data Requirements List…………………………………………..38
APPENDIX G – Reserved…………………………………………………………………...40
APPENDIX H – AECS Work Order Priority/System Status Matrix………………………...46
FOREWORD
This document is divided into three sections with appendices:
Section 1- Description of Services identifies the services required of this contract.
Section 2 – Service Summary identifies the required levels of performance associated with the
services identified in Section 1.
Section 3 – Government Resources identifies equipment, services, data, and facilities the
Government will provide to the Contractor for the purpose of executing this contract.
Appendices are included to provide additional information that support sections 1-3.
fdsfsdsfdsfdsfds
SECTION 1 - DESCRIPTION OF SERVICES
1.0 SCOPE OF CONTRACT
This contract is intended to provide all maintenance services to support the Security Control Systems
(SCS), Giant Voice (GV), and Public Address (PA) mass notification system managed by the 50 Space
Wing (SW), to include any SCS and GV and PA mass notification systems provided by the 50 SW to
associate or tenant organizations located at Schriever AFB, Colorado.
1.1 TECHNICAL SERVICES
1.1.1 Maintenance for the Security Control System
1.1.1.1. The Contractor shall maintain all equipment associated with permanently installed SCS, and
installation gate cameras in a fully functional condition and in a proper configuration, IAW with
OEM (Original Equipment Manufacturer) guidelines, to include computer software and database
configuration consistent with the Vindicator V5 System or other applicable SCS. The Contractor
shall provide labor, supervision, tools, materials, equipment, engineering, transportation, logistics
and management necessary to implement and perform work, IAW the contract, for permanently
installed systems. The Contractor shall be notified by the 50th Space Communications Squadron
(50 SCS) Maintenance Operations Center (MOC) of reported system failures and the associated
criticality rating and repair priority for systems located on Schriever Air Force Base (SAFB). The
Contractor will abide by the 50th Security Forces Squadron (50 SFS), Electronic Security System
(ESS) Non-Commissioned Officer’s (NCO) determination of the systems failure status. The
Contractor shall report all corrective actions of the SAFB SCS to the ESS NCO by e-mail and to
the MOC by telephone within one hour of action completion. The Contractor shall review 50 SW
Form 19s associated with other installation projects to identify possible impacts to the SCS. The
Contractor shall locate, and clearly mark buried SCS cables. The Contractor shall provide
technical assistance during ESS quarterly functional testing at Schriever AFB and document in
IMDS. The Contractor shall utilize Honeywell Vindicator certified technicians when maintaining
or modifying Vindicator V5 equipment associated with the SCS. The Contractor shall utilize any
OEM to provide any repair, maintenance or support not available to the on-site technicians.
1.1.1.1.2 The Contractor shall maintain and update all the current and future SCS
documentation and drawings. The Contractor shall deliver the report to the government by
the 5th working day or each fiscal quarter. The Contractor shall use the current approved
drawing system, AutoCAD or Adobe PDF software program that is compatible with the
current system configuration drawings. (CDRL A001 – Documentation and Drawings)
1.1.1.2 Any modifications or repairs to the Video Image Capture and Display System (VICADS) must be
done in accordance with Prometheus Security Group’s Licensing policy. Contractor shall review the
periodic outage schedule from 50th Civil Engineering Squadron (CES) and work with the 50 SCS
contracting officer’s representative (COR) and 50 SFS ESS NCO for impacts to SCS, PA, and GV.
Furthermore, the Contractor shall work with 50 SFS ESS NCO to mitigate damage to SCS equipment
during outage by disconnecting batteries and conducting soft shut downs on V5 panels at the request of
the Government.
1.1.1.3. The Contractor shall review the Base Civil Engineering work clearance request form (Dig
Permit); within 5 working days after receiving the e-mail notification. This affects only areas that pertain
to this contract. If required, Contractor shall mark the buried cables that are covered by this contract, those
fdsfsdsfdsfdsfds
cables being SCS, PA and GV. Contractor must ensure that the dig permit will not impact the SCS by
signing off on the form. After approval of dig permit, any damage to cables pertaining to this contract that
were not properly marked shall be the responsibility of the SCS Contractor to repair.
1.1.1.4 FLIR Camera Maintenance. The Contractor shall provide routine maintenance on the FLIR
Cameras, when required or at Government’s request. The Contractor shall replace the cooling units of the
FLIR cameras every two years, in option period 2 and option period 4. If the cooling units require
maintenance outside of these timelines, the Contractor will notify the ESS NCO and coordinate the
replacement out of cycle. The Contractor must coordinate with the Schriever Base Housing Contractor
(Tierra Vista) 719-683-3660 prior to conducting any maintenance, repair, and/or removal on the FLIR
camera that is mounted on the base water tower, which is located in the Schriever Base Housing area.
1.1.1.4.1 The replacement of any FLIR camera shall be accomplished by the contractor (to include
all coordination and approvals) within 14 duty days. Any deviation from this timeline shall require
ESS NCO approval.
1.1.1.5 Contractor shall review and be aware of issues that could arise from the SAFB Freeze Schedule or
Utility Outage Schedule of any possible scheduling conflicts with maintenance, scheduled power outages
and or future projects that could impact the PA, GV and SCS systems. An example of this would be if
there is a scheduled power outage that will last over 4 hours, the Contractor will have to disconnect and
reconnect the UPS batteries that effects this area that the SCS covers during this scheduled outage.
1.1.2 Maintenance for the Giant Voice and Base Public Address System
1.1.2.1 The Contractor shall provide non-personal services including all labor, supervision, tools,
materials, equipment, engineering, transportation, logistics and management necessary to implement and
perform work, IAW the contract, to provide repairs to the Federal Signal Giant Voice (Mass Notification
System) high power voice and siren system and the Valcom Public Address system at Schriever AFB
(SAFB), CO. This includes the Contractor providing an aerial lift/crane to access the elevated
components on the broadcast towers. The Contractor shall be notified by the 50 SCS MOC of reported
system failures. The Contractor shall perform the maintenance, calibration, repair and preventive
maintenance of both the GV and PA systems at SAFB. The Contractor shall ensure maintenance activities
are performed in accordance with (IAW) applicable technical orders and/or commercial manuals
contained within PWS para 3.3 Government Data. The Contractor shall maintain the equipment so that it
operates within the manufacturer’s specifications. The Contractor shall notify the COR and receive
approval from the Communication Squadron COR or the Chief of Maintenance (COM) and contact the
Colorado Springs Regional Command Post (CSRCP) before performing any active testing/broadcasts on
the GV and base- wide PA announcement system. Contractor is not required to contact the COR, COM, or
CSRCP in order to perform PA tests within a single building or room in which they are conducting
testing.
1.1.2.1.1The Contractor shall maintain and update all the current and future PA and GV
documentation and drawings. The Contractor shall deliver the report to the government by the 5th
working day of each fiscal quarter. The Contractor shall use the current approved drawing system,
AutoCAD or Adobe PDF software program that is compatible with the current system
configuration drawings. (CDRL A001 - Documentation and Drawings)
1.1.2.2 The Schriever Command Post has relocated to Peterson AFB and it is now called the CSRCP. The
Contractor may be required to work with the CSRCP to troubleshoot the GV and PA system. There is no
GV or PA equipment located at Peterson AFB that the Contractor will be responsible for maintaining
1.1.3 Giant Voice (GV)
1.1.3.1 The Contractor shall maintain the Federal Signal Modulator Speaker arrays; Omnidirectional and
Directional Speaker Array (DSA) high power voice and siren systems located on nine (9) emergency
towers, the Federal Central Computer Unit (CCU), and the SS2000+ terminal located in Building 400,
Mod M2A (subject to change); so the system operates within manufactured specifications and broadcasts
the emergency tones/warning, voice announcements and the test that occurs throughout the base at 1200
local time on Fridays. The Government shall provide updated locations of all GV equipment at the
beginning of Phase-In.
1.1.3.2 The Contractor shall ensure the GV system plays music, customs/courtesies, and provides voice
announcements base wide. The Contractor shall ensure the following music automatically plays through
the GV system at the following days/times unless directed otherwise by the COR and or the COM:
“Reveille” and “To the Colors” at 0730 local time, Monday through Friday; “Retreat” and the national
anthem at 1630 local time, Monday through Friday; “Taps” at 2200 local time daily. These hours may
change depending on requirements from the 50 SW and 50 NOG leadership. If the Contractor receives a
request from the COR or COM to change either the music, customs and courtesies, start time, delay or
pausing of the music, the Contractor shall comply.
1.1.3.2.1 Contractor shall, if requested, assist the CSRCP personnel or their Contractors in
troubleshooting the Siemens (or other applicable OEM) or AdHoc GV systems from Schriever
AFB.
1.1.3.3 If requested to disable the GV system, (this is usually done for customs and courtesies music at the
beginning or ending of the duty day) this request will come from either the COM or COMM CORs. The
GV will be disabled for that period of scheduled time and the Contractor shall ensure that the GV will
automatically start up again at the next schedule time that it is programmed to broadcast customs and
courtesies throughout the base.
1.1.3.4 Repairing the GV towers in base housing will be the first priority. These towers provides an early
warning system to housing residents in the event of real world emergency situations. After these towers
are repaired, any maintenance may begin on the GV towers inside the restricted area (RA) as requested by
of the COR or COM.
1.1.3.5 The GV drivers located inside the Modulator series towers requiring removal and replacement will
require the use of a man lift (High reach) in order to be reached. All safety procedures must be followed
when working on the GV towers and especially when changing drivers out.
1.1.3.6 The GV system shall be checked at least once a month to ensure customs and courtesies music is
played at the correct time. System time on the GV controller has a tendency to drift. To correct this the
Contractor will have to call the U.S. Naval Observatory Alternate Master Clock number at 567-6742 to
get the correct time and then update the correct time on the GV computer.
1.1.4 Public Address (PA)
1.1.4.1 The base PA system enables the base population to receive emergency announcements and base
messages inside buildings on base, this excludes the base housing. The base paging system head-end is a
Valcom unit located in Building 400 Mod-2A. A six (6) digit dial code is used to direct a page. The dial
code uses a two (2) digit prefix to access the PA computer via the base telephone switch. The remaining
four (4) digits are assigned to each paging circuit. When the number is dialed, the base phone switch
routes the call to the Valcom system and a configuration table setting directs the page to individual
fdsfsdsfdsfdsfds
rooms/buildings, or an "all-call" for the entire base. Group numbers can be created to allow multiple dial
codes to be paged at the same time. Changes to the PA computer databases are accomplished by using a
laptop computer with Valcom proprietary interface program.
1.1.4.2 Tied to the Valcom unit is a BIAMP AudiaFLEX digital processor that distributes audio to
external speakers on Buildings. The AudiaFLEX output goes to a Crown AMP in each building. The
external speakers use 70 volt signal levels. All interior speakers are individually powered with negative
24vdc, and volume levels are adjusted at each speaker in combination with Valcom 1094A master
preamps.
1.1.4.3 The Contractor shall develop, redesign, remodel, program and connect into the base PA system
and to install a PA system within new or existing buildings. This also includes installing additional
speakers and moving speakers from one location to another location. The Contractor shall make the punch
down connections at the backboard as instructed by the 50 SCS Cyber Transport Section personnel. The
Contractor shall provide all labor, supervision, tools, materials, equipment, engineering, transportation,
logistics and management necessary to implement and perform work, IAW the contract, for all PA
development, redesigns, remodeling, programming and connections.
1.1.4.3.1 The demark point, under this contract is the punch down block within the building using
the Honeywell Mass Notification System. The Contractor shall assign new PA call zone numbers
and delete old and unused PA call zone numbers. Update PA call number data sheet, install
speakers, volume control modules to control volume at customer discretion in a corresponding
room/location. Design and installation a modification, integration, and or upgrade of a new or
existing building to the currently installed base PA system. Programming the building PA system
to receive all announcements from the base PA system. Program a PA call group for new or
existing buildings, Mod, facility and or rooms will also be included. Contractor will use available
Valcom drawings.
1.1.4.4 The contractor shall update the Table 1.0 shown below to include all applicable buildings,
floor/areas and coverage limits. The Government will provide an updated list at the beginning of Phase-In.
Table 1.0 Public Address outside speaker locations
FUNCTIONAL DESCRIPTION BLDG FLOOR / AREA COVERAGE
NORTH GUARD SHACK BLDG 013 1ST FLOOR EXTERNAL
SFS OPERATIONS
BLDG 020
ROOF (GROUP VIA
AUDIAFLEX)
EXTERNAL
WARFARE CENTER
(PREVIOUSLY SIDC) BLDG 024
ALL AREAS VIA BLDG
FIRE SYSTEM
INT & EXT
WEST PORTALS BLDG 030 ROOF EXTERNAL
WEST GUARD SHACK BLDG 036 1ST FLOOR EXTERNAL
CREDIT UNION BLDG 101 ROOF EXTERNAL
NORTH PORTALS BLDG 200 ROOF EXTERNAL
ADMINSTRATIVE
BLDG 300
ROOF (GROUP VIA
AUDIAFLEX)
EXTERNAL
ADMINSTRATIVE
BLDG 400
ROOF (GROUP VIA
AUDIAFLEX)
EXTERNAL
CTS
BLDG
410/411
ROOF
EXTERNAL
UNDERGROUND FUEL
STORAGE
BLDG 420
1ST & ROOF
INT & EXT
ADMINSTRATIVE
BLDG 442
ROOF (GROUP VIA
AUDIAFLEX)
EXTERNAL
CIVIL ENG / AMBULANCE
BAY
BLDG 500
ROOF (GROUP VIA
AUDIAFLEX)
EXTERNAL
POWER PLANT
BLDG 600
ROOF (GROUP VIA
AUDIAFLEX)
EXTERNAL
DOMSAT BLDG 612 ROOF EXTERNAL
DSCS (USAF) BLDG 700 ROOF EXTERNAL
1.1.5 GV and PA Maintenance Actions
1.1.5.1 The Contractor shall open and resolve all maintenance actions through the MOC and respond
onsite within two (2) duty hours to PA maintenance actions and respond onsite within two (2) duty hours
to GV maintenance actions. For all GV and PA systems failures, the Contractor shall restore the system to
a fully operational condition within five (5) duty days of being notified by the MOC or if parts are
required, within five (5) duty days after parts are received. The Contractor shall include the COMM COR
and 50 NOG COM (Chief of Maintenance) on any correspondence with applicable OEMs on timelines
associated with all materials, parts and equipment orders/support. If repairs are expected to exceed five (5)
duty days, the Contractor shall notify the COR’s and the 50 NOG COM for approval, and provide a plan
and schedule for restoration. The COMM COR and 50 NOG COM must approve any subsequent
amendments to the plan. The Contractor shall review 50 SW Form 19s associated with other installation
projects to identify possible impacts to the SCS/GV/PA systems.
1.1.6 Installation of Intrusion Detection Systems, PAs and GV
1.1.6.1 The Contractor shall coordinate all activities when working on projects and or upgrades within
areas that fall under configuration management for the IDS and PA per SWOI 17-101. The Government
estimates approximately five new installs per year. Contractor shall work with the customer, 50 Security
Forces ESS NCOIC, 50 Communication Squadron COR, and the Cable Management such as, but not
limited to anticipated temporary utility outages, noise effects, dust containment, building circulation
restrictions, life safety egress, and any other activities that could have potential operational impacts to
allow the base to plan accordingly under this contract. After approval from the aforementioned agencies,
the Contractor shall design, install and test a system in accordance with the requirements of the requesting
agency and 50 SFS. Prior to beginning removal or installation process within areas that fall under 50SWI
17-101, the Contractor shall obtain approved 50th Space Wing Forms 19, 20, 21 and possible additional
forms to perform system removal or installation. The Contractor shall submit the following Forms: SW
Form 19 (Installation Modification Authorization Request), 50 SW Form 20 (Reservation/removal
Request Form) commonly referred to as the (RRR), and SW 21 Activity Scheduling Form, 50 SW Form 1,
Cable
Page |
Page | 31
Installation Data Sheet, 50 SW Form 2, Request for Cable Routing, 50 SW Form 22, Work Plan; prior
to beginning work in each area. The Contractor shall complete these forms before the work is
performed. The Contractor shall coordinate with the customer, Mod managers and or the security
managers for access and scheduling. The ESS/NCOIC or COR will review all of these forms prior to
submission. As required, the Contractor shall attend meetings with the customer for actions involving
the removal and installation processes. This could include the 50 Space Communications Squadron
Modification and Configuration Control Board (MCCB) and or other organizational MCCBs that fall
under these projects to explain projected removal, installation actions and schedule completion dates.
Once approved, the Contractor shall coordinate removal or installation activities with the Mod
Managers, Civil Engineers, CORs, and applicable unit representative(s) and make all necessary
arrangements and plans to mitigate and minimize impacts and downtime to existing operational
assessment capabilities as the equipment is removed or installed. The Contractor shall be responsible
for removal and disposal of existing legacy equipment during new modifications or installations.
1.1.6.2 The Contractor shall input all projects onto the CIPS system. Access to CIPS will be provided
by the Government.
1.1.7 System Sustainment of the Security Control System
1.1.7.1 The Contractor shall identify to the Government potential improvements to the SCS to increase
performance, supportability, economy and system longevity. These will be presented by the Contractor
to the Government in a quarterly Technical Interchange Meeting (TIM) to discuss technical aspects of
the GV/PA system status, potential improvements, etc. to discuss technical aspects of the SCS, system
status, potential improvements, etc. The attendees are Contractor and government SMEs (COR, COM,
technicians, etc.) If there are any new requirements that come from the meeting, the COR coordinates
with the PM and CO to address any modifications to the contract.
1.1.7.2 The Contractor shall notify the ESS NCO and COR of any SCS modifications required as a
result of non-security control system projects.
1.1.7.3 The Contractor shall maintain and update the configuration documentation of all security
systems identified on this contract that have been placed under configuration management as identified
in 50 SWOI 17-101.
1.1.7.4 The Contractor shall provide secure database administration duties for the maintenance and
management for system operating software, applications software, system management software,
system security software, and any other products used to operate, enhance or protect the system or
network. The Contractor shall back-up the entire system as required by the COR.
1.1.7.4.1 The Badge Management System and backup server shall be functionally tested
quarterly. Any repair or maintenance actions will be communicated to the ESS NCO and
Pass/ID NCOIC immediately following the test.
1.1.7.5 The Contractor shall follow all red, amber, and green job response times as indicated in Section
2.2 Services Summary Table.
Page | 30
1.1.8. Response to Failure Actions for the Security Control System
1.1.8.1 The Contractor shall in input into Remedy and CARE (access will be provided by the
Government) the information listed below at a minimum:
- Work Order Number
- Date and time work was initiated
- Name and telephone number of requestor and site name
- Job Color/Type of Emergency (Partial (Green), Major (Amber), Catastrophic (Red)
- Dispatched time
- Time of Arrival
- Status of the system on arrival
- Synopsis of repair actions
- Clear time or time of departure
- Name of technician responding to the work order
- System affected and/or repaired
1.1.8.2 The Contractor shall ensure the following information is included in Remedy and CARE prior
to the job being closed out, at a minimum:
- Actions taken to correct the issue
- Current status of the work order
- Description of work completed
- Name of qualified technicians performing the work
- Name of the Government representative certifying that the work is complete
- Labor Hours worked
- Equipment information (i.e. model numbers, manufacturer, serial numbers, number of
components required) for equipment installed, repaired and replaced
- State of equipment after repair (i.e. Beyond Repair, EOL (End of Life), Routine Maintenance)
- Date and time work was started and completed
1.1.8.3 The Contractor shall respond to a notification of a system/component failure, with a red repair
priority rating: during duty hours, the Contractor shall arrive on scene and begin failure assessment and
repair within 15 minutes of notification. During non-duty hours, the Contractor shall arrive on scene
and begin failure assessment and repair within one (1) hour of notification for all jobs with a red
priority rating. The system shall be repaired to at least a partial failure within twenty four (24) hours.
1.1.8.4 The Contractor shall respond to a notification of a system/component failure, with an amber
repair priority rating: During duty hours, the Contractor shall arrive on scene and begin failure
assessment and repair within one (1) hour. If notified within one (1) hour of the end of the duty day, the
Contractor shall not exceed one (1) duty hour into the next duty day to start assessment and repair
actions. The Contractor shall not work outside normal duty hours for repairs associated with amber job
ratings.
1.1.8.5 Contractor shall respond to a notification of a system/component failure, with a green repair
priority rating: During duty hours, the Contractor shall arrive on scene and begin failure assessment
within one (1) hour. If notified within one (1) hour of the end of the duty day, the Contractor shall not
exceed one (1) duty hour into the next duty day to start assessment actions. The Contractor shall not
work outside normal duty hours for repairs associated with green job ratings.
Page | 31
1.1.8.6 The Contractor shall return a system/component failure with an amber/green repair priority
rating to a fully functional condition and proper configuration. The Contractor shall restore the system
within four (4) duty days. If restoration is expected to exceed four (4) duty days, the Contractor shall
present to the 50 NOG COM and the ESS NCO a plan and schedule for restoration. The Contractor
must have ESS NCO approval for any subsequent amendments to the plan.
1.1.8.7 The contractor shall provide a daily summary of all jobs closed out that day and those remaining
at the end of each duty day (1630L) to all CORs on the contract, the PM and COs. The contractor shall
provide a summary of each item closed out and remaining. The summary shall include a brief synopsis
of each remaining job, a projected timeline for completion, a list of applicable parts, materials and
equipment needed and a plan to complete the repair of the system.
1.1.9. System Recovery from a Catastrophic/Major Failure(s)/Malfunction(s) for the Security
Control System
1.1.9.1 The Contractor shall arrive on scene within one (1) hour for catastrophic failure(s) or major
malfunction(s) and begin failure assessment and repair. The Contractor shall restore the system(s) to at
least a partial failure status within twenty four (24) hours for any catastrophic failure(s) or major
malfunction(s). The Contractor shall provide the 50 NOG COM and the ESS NCO a detailed verbal
assessment with an estimated time of repair within four (4) hours, and provide a written damage/repair
estimate as soon as possible but not to exceed twenty four (24) hours of notification. Any time that the
Contractor interacts with a Government employee other than the COR, the COR must be present or part
of the communication effort.
1.1.10 System Sustainment of the Giant Voice and Public Address System
1.1.10.1 The Contractor shall identify to the Government potential improvements to the system to
increase performance, supportability, economy, and system longevity. These will be presented by the
Contractor to the Government in a Quarterly Technical Interchange Meeting (TIM) to discuss technical
aspects of the GV/PA system status, potential improvements, etc. The attendees are contractor and
government SMEs (COR, COM, technicians, etc.) If there are any new requirements that come from
the meeting, the COR coordinates with the PM and CO to address any modifications to the contract.
1.1.11 Preventative Maintenance Inspections (PMIs)
1.1.11.1 The Contractor shall monitor and perform system checks of all the GV broadcast towers on a
quarterly basis. Once this is completed, the Contractor shall e-mail and verbally inform the COR with
the results.
1.1.11.2 The Contractor shall develop local PMI work cards IAW Air Force and 50 SW policies. PMI's
will cover all manufacturer recommendations as detailed in the commercial manual(s) and will be
loaded and tracked in the Integrated Maintenance Data Collection System (IMDS).
1.1.11.3 The Contractor shall perform all PMIs required to support the SCS, PA and GV systems.
1.1.11.4 The Contractor shall identify any systems that do not currently have a PMI schedule and report
Page | 30
them to the COR and ESS NCO. The contractor shall develop a PMI schedule to load into IMDS at the
COR and ESS NCO’s approval.
1.1.12 Maintenance Action Reporting
1.1.12.1 The Contractor shall document all scheduled, unscheduled maintenance and PMI actions in the
IMDS. Access to the database and IMDS training will be provided by the Government.
1.2 ASSOCIATED REQUIREMENTS AND CONSTRAINTS AND CONDITIONS
1.2.1 Contract Transition
1.2.1.1 The Contractor shall transition into and out of this contract without degradation of contracted
services. The Contractor shall assume responsibility for all functions and full manning to support the
PWS upon contract start date. The Contractor shall deliver a Phase-In Plan for assuming the contract
from the incumbent and a Phase-Out Plan for passing responsibility to another Contractor at the end of
the performance period for this contract. The incumbent Contractor shall compile a list of
1.2.1.1.1 Phase-In Plan/Execution: There will be a phase-in period of thirty (30) calendar days
prior to contract start date. The Contractor shall provide a Phase-In plan a minimum of five
calendar days prior to the start of the phase-in period. The Contractor shall implement a plan
with effective procedures to coordinate with the out-going Contractor to ensure a smooth
transition of all on-going activities as described within this PWS. During the phase in period,
the Contractor shall notify the government contracting officer (CO), PM and COR with
problems encountered in accomplishing the phase-in, categorized as minor or major issues,
progress-to date, with schedule updates to reflect the actual progress, any variances from plans
contained in the phase-in plan, work-around plans being implemented to resolve problems, and
clearly identify any support needed from the Government. The Contractor shall be provided
access to the functional areas to observe and interface with the out- going Contractor. During
the phase in period, the Contractor shall conduct a joint inventory of all government equipment
with the out-going Contractor and the COR. (CDRL A002-Phase-In Plan)
1.2.1.1.2 Phase-out Plan: During the phase-out period, the Contractor shall be fully responsible
for operation of services within this PWS. The Contractor shall fully support and cooperate with
the successor to ensure a smooth transition of all services identified in the PWS. The Contractor
shall ensure all responsibilities are transferred without any degradation in service. The
Contractor shall submit a phase-out plan ninety (90) days prior to the end of the contract.
(CDRL A003 – Phase-Out Plan)
1.2.2 Contract Duty Hours
1.2.2.1 Normal duty hours are 0730 local time to 1630 local time, Monday through Friday, excluding
Federal holidays. In the event of limited/restricted access to SAFB due to severe weather conditions or
temporary closures, the Contractor shall adhere to Government policies/procedures as directed by the
Wing Commander, such as two (2) hour reporting delays. Early release or late reporting does not affect
work orders with a red repair priority rating. The Contractor shall provide a Mission Essential
Page | 31
Personnel List to 50 SFS for access during base closures to work on red outages.
1.2.3 Contractor Identification
1.2.3.1 The Contractor shall identify themselves as Contractor personnel by introducing themselves or
being introduced as Contractor personnel and by displaying distinguishing badges or other visible
identification for all meetings with Government personnel. In addition, the Contractor shall
appropriately identify themselves as Contractor employees in telephone conversations and in formal
and informal written correspondence IAW DFARS 211.106 – Purchase Descriptions for Service
Contracts.
1.2.4 Security Requirements
1.2.4.1 The Contractor shall provide personnel with the necessary clearances. The minimum security
level required is Secret for all maintenance personnel. The Contractor shall also have at least one (1)
person with a Top Secret/SCI clearance available for the SCS secure database administration duties.
The Contractor shall submit a completed DD Form 254, DoD Contract Security Classification
Specification, with their proposals.
1.2.4.1.1 The personnel with a Top Secret/SCI clearance is required to attend an SCI
Indoctrination provided by the Schriever Special Security Office (SSO) and will be issued a SCI
Green Badge. Coordination of nomination will be requested by the User Agency’s SCI Billet
Monitor/Security Manager.
1.2.4.1.2. All subsequent reporting requirements from SCI indoctrination will be submitted to
the User Agency’s SCI Billet Monitor/Security Manager by the Contractor and forwarded to
Schriever SSO.
1.2.4.2 The Contractor shall sign and comply with the installation Visitor Group Security Agreement
(VGSA). The VGSA is an agreement between the installation Commander and the Contractor that
describes the conditions that must be met to gain access to the installation and sensitive information.
The Government will provide initial and follow-up security procedures training to Contractor personnel
who work in controlled and restricted areas.
1.2.4.3. Escorted Entry into Restricted Areas
The Contractor shall provide personnel authorized to serve as restricted area escorts for their
employees. Failure of the Government to grant a clearance, revocation of a clearance, or revocation of
base access privileges for any individual employed by the Contractor shall not serve as justification for
failure to perform or serve as the basis of any claim or request for equitable adjustment.
1.2.4.4 Vehicles
The Contractor shall provide all vehicles necessary to perform the requirements listed in this PWS.
1.2.5 Data Management
1.2.5.1 All data, regardless of media, produced in the performance of this contract shall be the property
of the Government and shall be made available on the Schriever AFB local area network, and a
Page | 30
CD/DVD disk and/or a hard copy.
1.2.5.2. Contractor ancillary training requirements. The Contractor must complete the following courses
via the Advanced Distributed Learning Service (ADLS). All of the following Government required
training will be provided at Government expense and time. Contractor shall complete initial training
prior to contact start date.
Course Frequency Method
OSI/Counter Intel Brief Annual Brief/Base Auditorium
Security Administration Annual ADLS
DoD IAA CyberAwareness Challenger Annual ADLS
Force Protection Annual ADLS
Human Relations Annual ADLS
Protecting Sensitive Information Annual ADLS
Religious Freedom Training Annual ADLS
Any Contractor working under this contract and who has a restricted area badge and assigned to the 50
SCS for administrative proposes has to complete the following additional training.
Course Frequency Method
Escort Training Annual Slides w/Test
Annual Refresher Training (OPSEC) Annual (Calendar) Slides
Information Security Quarterly Slides
Mod Escort Training Annual Slides
Operational Security (OPSEC) Training Annual Slides
Marking of Classified Annual Slides
Security Incident Annual Slides w/Test
1.2.5.3 The Contractor shall review new or revised directive publications in Appendix A (draft and final
versions) and notify the CO and CORs within 30 days of receipt if the directive poses any cost or
performance risk to the contract.
1.2.5.4 The Contractor shall follow current applicable Air Force Instructions (AFI’s), Air Force
Technical Orders, and commercial manuals in accordance with Technical Order 00-5-1. Technical
Order training will be provided by the Government. Contractor will also have to maintain their own
Electrostatic Discharge (ESD) Binder for the work center. The ESD Binder is required by T.O. 00- 25-
234 and T.O. 00-33A-1001.
1.2.6 Operational Exercises
1.2.6.1 The Contractor shall participate in all operational exercises and inspections directed by the 50
SW/CC to the fullest level possible without negatively impacting real-world operations. The Contractor
shall not increase labor hours for exercise participation unless authorized by the CO. The Contractor
will also maintain their own Emergency Response Binder (ERB).
Page | 31
1.2.7 Contingency Operation Plan
1.2.7.1 The Contractor shall establish and maintain a complete contingency plan to ensure continuation
of services (RED outages) during periods of emergency, such as a national wartime mobilization and
exercise scenarios IAW DFARS 237.76, Continuation of Essential Contractor Services. The Contractor
shall submit a contingency operations plan within 30 calendar days after contract award and provide
revisions and updates within 15 days after changes occur. (CDRLA004 - Contingency Plan)
1.2.8 Associated Contractor Requirements and Conditions
1.2.8.1 The prime Contractor (PC) on this contact shall establish and maintain effective working
relationships with associate Contractor (AC). The PC shall participate in any joint Contractor forums as
required by the COR on any SSM related projects that will interface or connect to the current SCS, PA
and GV systems.
1.2.8.2 The PC shall be responsible for maintaining drawings that are provided by ACs that will
interface with the current SCS, PA, and GV systems.
1.2.9 Emergency Situations
1.2.9.1 During emergency situations, the Contractor shall follow the directions of security forces and/or
fire department personnel. When directed to evacuate the facility for any reason, the Contractor shall
immediately depart the facility and proceed to a pre-determined location identified by the COR or as
directed by emergency personnel present at the situation.
1.2.10 Safety
1.2.10.1 The Contractor shall maintain a safe and healthful working condition for all personnel
performing, or coming into contact with, the work required by this contract. Safe and healthful
conditions are defined by United States Public Law 91-596 and the Occupational Safety and Health Act
of 1970 (OSHA). The Contractor shall comply with OSHA, American National Safety Institute (ANSI),
and National Fire Protection Association (NFPA) standards. If a conflict occurs between the standards,
the Contractor shall apply the more stringent standard.
1.2.10.2 The Contractor shall provide a safety plan for their employees no later than thirty (30) calendar
days after contract award. The Contractor shall provide an updated copy as changes and updates occur.
1.2.10.3 Report all mishaps involving personal injury or illness and damage to government property
resulting from Contractor operations to the 50 SW Safety Office (50SW/SE), COR and the CO no later
than the end of the next duty day.
1.2.10.4 The government retains authority to conduct mishap investigations in government facilities
managed by Contractors or to participate in the Contractor’s investigation of Contractor mishaps. As
required by the government, the Contractor shall participate in, and cooperate with, mishap
investigations. The 50 SW Safety Office will govern the investigation and reporting of mishaps
involving damage to government property.
Page | 30
1.2.10.5 The government has the authority to conduct facility safety inspections in government facilities
occupied by the Contractor.
1.2.11 Environmental and Hazardous Materials Handling
1.2.11.1 The Contractor shall furnish an AF Form 3952 electronic worksheet and or any future
Environmental Management System document available to include (MSDS) Materials Safety Data
Sheet to the Base Hazardous Materials Pharmacy (Hazmat), through the COR, anticipated quantities,
application, personal protective equipment, and method of disposal for all materials to be used under
this contract. The listing shall include, but not be limited to, lubricants, spray cleaning solvents, and any
known hazardous materials. The Contractor shall manage hazardous material in accordance with AFI
32-7086, Hazardous Materials Management. The Contractor shall purchase materials/products in
compliance with Section 6002 of the Resource Conservation and Recovery Act (RCRA) and E.O.
13423, Strengthening Federal Environmental, Energy, and Transportation Management.
1.2.11.2 The Contractor shall comply with AFI 32-7086 Hazardous Materials Management, that
includes the following: Chemicals with special characteristics which in the opinion of the manufacturer
can cause harm to people, plants and or animals when released by spilling, leaking, pouring, emitting,
emptying, discharging, injecting, escaping, leaching, dumping or disposing into the environment
(including the abandonment or discarding of barrels, containers, and other receptacles).
1.2.11.3 The Contractor shall notify the base HAZMAT and the COR in writing prior to transporting
hazardous materials onto the installation under this contract. The Contractor shall comply with AFI 90-
821, Hazard Communication. The Contractor shall contact 50 CES/CEV, 719-567-4242 or 4030 for
additional guidance. The Contractor shall comply with AFI 90-821, Hazard Communication and AFI
32-7086, Hazardous Materials Management. An example of this; would be the Contractor turning in
used batteries that are used for the Uninterruptible Power Supply (UPS) on the SCS and batteries for
the GV system.
1.2.12 Quality Program Plan
1.2.12.1 The Contractor shall provide to the government a quality program plan within ten (10)
calendar days of contract award, and shall provide an updated copy within ten (10) duty days of
revisions or updates. (CDRLA005-Quality Program Plan)
1.2.13 Reporting of Recyclable Content
1.2.13.1 The Contractor shall report any products/materials purchased that contain recyclable content to
the SAFB Recycling Manager (50 CES/CEV), 719-567-4028 and the COR.
1.2.14 Environmental Act Violation
1.2.14.1 The Contractor shall ensure their operations and procedures do not result in acts or omissions
that will violate environmental laws, or fail to exercise due care concerning human health and the
environment. The Contractor shall report acts or omissions in violation of environmental law to the 50
CES/CEV and the CO within twelve (12) hours of discovery.
Page | 31
1.2.15 Federal, State, and Local Laws
1.2.15.1 The Contractor shall perform the requirements of this contract in such a manner as not to
violate any federal, state, or local laws, to include all Code of Federal Regulations (i.e. Occupational
Safety and Health Act, Environmental Protection Act, etc.). The Contractor shall be responsible for any
reporting requirements and repercussions resulting from violations.
1.2.16 Contractor Manpower Reporting
1.2.16.1 The Contractor shall report all Contractor labor hours (including subcontractor labor hours)
required for performance of services provided under this SSM via a secure data collection site. The
Contractor is required to completely fill in all required data fields at http://www.ecmra.mil.
Reporting inputs will be for the labor executed during the period of performance for each government
fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time
during the FY, all data shall be reported no later than 31 October of each calendar year. Contractors
may direct questions to the ECMRA help desk.
1.2.17 Federal Holidays
1.2.17.1 The following Federal Holidays are observed by this installation, but may not always be
observed by the Contractor due to SAFB mission needs.
- New Year’s Day, January 1st or the Friday preceding or Monday following
- Martin Luther King’s Birthday, 3rd Monday in January
- President’s Day, 3rd Monday in February
- Memorial Day, Last Monday in May
- Independence Day, July 4th or the Friday preceding or Monday following
- Labor Day, 1st Monday in September
- Columbus Day, 2nd Monday in October
- Veteran’s Day, November 11th or the Friday preceding or Monday following
- Thanksgiving Day, 4th Thursday in November
- Christmas Day, December 25th or the Friday preceding or Monday following
1.2.18 Off-Duty Active Duty Military
1.2.18.1 The Contractor is cautioned that off-duty active military personnel hired under the PWS may
be subject to permanent change of station, change in duty hours, or deployment. Military reservists and
National Guard members may be subject to recall to active duty. The abrupt absence of these personnel
could adversely affect the service provider’s ability to perform; however, their absence at any time shall
not constitute an excuse for non-performance under the PWS.
1.2.19 Air Force Inspection System
1.2.19.1 The Contractor shall implement the provisions of the HQ AFSPC Air Force Inspection System
IAW AFI 90-201 and applicable supplement, Wing, Group, and local instructions. The Contractor shall
conduct self-inspections using appropriate self-inspection, management internal control toolset (MICT) or
current inspection process checklists.
Page | 30
1.2.20 Cyber Security Requirements
1.2.20.1 The Contractor shall provide support to 50 SW organizations conducting Vulnerability
Management and Malware Protection activities and Vulnerability Assessment and Analysis (VAA).
1.2.20.2 The Contractor shall provide technical assistance during cyber security event until mitigated,
isolated or risk is removed to allow for restoration of full system capability and access to logs and
system data for forensic analysis.
SECTION 2 – SERVICE SUMMARY
2.1 OVERVIEW The level of criticality has been associated with all systems identified to be covered
by this contract. The 50 SFS will identify a repair priority job based upon the priority matrix,
Appendix H, when identifying system/component failures to the MOC. The MOC will notify the
Contractor of the priority rated job and determine the applicable performance threshold listed in the
Service Summary Table below.
SERVICE SUMMARY TABLE
SS# Performance Objective PWS
Para
Performance Threshold
1 The Contractor shall respond to a
notification of a system/component
failure, with a red repair priority
rating.
1.1.8.1
1.1.9.1
During duty hours, the Contractor shall arrive
on scene and begin a system/component
failure assessment and repair within 15
minutes of notification. During non-duty
hours the Contractor shall arrive on scene and
begin failure assessment and repair within one
(1) hour of notification for all red repair
priority ratings jobs. The system shall be
repaired to at least a partial failure within 24
hours 100% of the time.
2 The Contractor shall respond to a
notification of a system/component
failure, with an amber repair priority
rating
1.1.8.2 During duty hours, the Contractor shall arrive
on scene and failure assessment and repair
within one (1) hour. If notified within one (1)
hour of the end of the duty day, the
Contractor shall not exceed one (1) duty hour
into the next duty day to start assessment and
repair actions 100% of the time.
Page | 31
3 The Contractor shall return a
catastrophic system failure/major
malfunction to a fully functional
condition and proper configuration.
1.1.9.1 The Contractor shall restore the system(s) to
at least a partial failure status within twenty
four (24) hours for any catastrophic failure(s)
or major malfunction(s). The Contractor shall
provide the 50 SW Chief of Maintenance,
COR and the ESS NCO a detailed verbal
assessment with an estimated time of repair
within four (4) hours, and provide a written
damage/repair estimate as soon as possible
but not to exceed twenty four (24) hours of
notification 100% of the time.
4 The Contractor shall return a
system/component failure with an
amber/green repair priority rating to a
fully functional condition and proper
configuration.
1.1.8.4 The Contractor shall restore the system within
four (4) duty days. If restoration is expected
to exceed four (4) duty days, the Contractor
shall present to the 50 SW Chief of
Maintenance, COR and the ESS NCO a plan
and schedule for restoration 100% of time.
5 Perform checks and monitoring of
broadcast towers
1.1.11.1
Monitor and perform system checks of all the
GV broadcast towers on a quarterly basis.
6 Respond onsite within two (2) duty
hours to public address maintenance
actions
1.1.5.1
When notified by the MOC during normal
duty hours of a mass notification system
failure, the Contractor shall begin repairs
within two duty hours 100% of the time.
7 Respond onsite within two (2) duty
hours to giant voice maintenance
actions
1.1.5.1
When notified by the MOC during normal
duty hours of a mass notification system
failure, the Contractor shall begin repairs
within one duty hours 100% of the time.
8 Respond onsite within one (1)
nonduty hour to giant voice
maintenance actions
1.1.3.4 When notified by the MOC during non-duty
hours of a mass notification system failure,
the Contractor shall begin repairs within one
hour after being notified 100% of the time.
Page | 30
SECTION 3 – Government Resources
3.1 GOVERNMENT FACILITIES
3.1.1 The government will provide standard office, storage space and equipment in Bldg. 442, Room
109, with approximately 3,000 sq. feet. This includes work spaces with appropriate furniture (desks and
chairs), standard computer platform including network workstation with MS Office and Non-Classified
IP Router Network (NIPRNET) access, access to copy and facsimile machines and access to phone
with voice mail.
3.1.2 GOVERNMENT EQUIPMENT
3.1.2.1 The government provides the Contractor with Government Equipment. The Contractor shall
verify and accept all equipment, to include the Contractor’s Information Technology Equipment (ITE)
account number #156. Any defective equipment shall be documented and submitted to the 50 SCS for
concurrence within 30 days of discovery of the defect. The Contractor shall advise and work with the
COR to plan a cost-effective resolution of defective equipment. The Contractor shall verify as
necessary the suitability of any equipment identified during the period of performance of this contract.
The Contractor shall identify deficiencies and may make recommendations regarding equipment, as
appropriate. The Contractor shall communicate requirements to the government for all equipment. The
incoming Contractor shall conduct with the incumbent a 100 percent ITE Account Inventory during the
phase-in period for this contract, and submit the report to the government. The Contractor shall submit
a revised ITE Account inventory report within 10 calendar days after each time the report is revised or
updated. The Contractor shall conduct with the COR an annual ITE inventory to ensure 100 percent
accountability of all ITE equipment for account number #156, a signed copy of the annual inventory
shall be delivered to the Government Base Equipment Control Officer (BECO) when inventory is
completed. The Contractor shall maintain the Information Technology Equipment Custodian (ITEC)
account #156. The Contractor shall also maintain the program continuity binders associated with these
accounts. The Contractor will need PWCS letters to removed government lap tops from the RA to
troubleshoot equipment outside the RA. Contractor will provide their own cell phone for
communicating with BDOC. No cameras on phone are allow inside the RA. If needed the Contractor
can check out Land Mobile Radio’s (LMR) from the base LMR manager.
The government will provide the following specialized equipment:
Infrared Perimeter Intrusion Detection System (IPIDS) Bore Alignment Scope
Infrared Perimeter Intrusion Detection System (IPIDS) IR Pulse Tester
Infrared Perimeter Intrusion Detection System (IPIDS Beam Tester
MC-200 Fiber Sensys (FOSS) Mobile Tester
RM82 Southwest Microwave SW385 Tester
Metal Twist Tie Tools for FOSS
Ridgid Seektech, Utility Line Receiver Model RS-20, S/N: 213-08952
Ridgid Seektech, Utility Line Receiver Model RS-20, S/N: 213-08761
Ridgid Seektech, Utility Line Transmitter Model ST-510, SN: 215-06521
Page | 31
ARC Fusion Splicer Type FS-406
Rocky Mountain RAM Xteralock 500 GB Hard Drive S/N: S1WFJ9AB302179
3.3 GOVERNMENT DATA
3.3.1 TO Accounts and Technical Publication Sets
3.3.1.1 The Contractor shall establish and maintain TO accounts and technical publication sets as
required, for all assigned equipment IAW TO 00-5-1. The Contractor shall establish all sub-accounts
through the 50 SW Technical Order Distribution Office (TODO). The Contractor shall have a technical
publication set in each work center under Contractor control. The technical publication set shall include
TOs, commercial manuals, and other guidelines and directives required for work center use. The
Contractor shall verify technical documentation and initiate Air Force Technical Order (AFTO) Form
22, Technical Manual Change Recommendation, when documentation discrepancies are found IAW
TO 00-5-1. These technical publication sets shall contain all work center documentation required for
the performance of the requirements. The Contractor shall provide documentation support services for
the following types of material (but not limited to):
- Drawings.
- Vendor submittals.
- Commercial manuals.
- Military and DoD standards (limited collection)
D-LINK; DEM-310GT Gigabit Interface
D-LINK; DGS-712 CLI Manual
D-LINK; DEM-211 Ethernet SFP Transceivers Model: 100BASE-FX Multimode LC
D-LINK; DGS-3100 Series Hardware Installation Guide
D-LINK; DGS-3100 Series User Manual
D-LINK; DGS-3600 Series CLI Manual V2.4
D-LINK; DGS-3600 Series User Manual V2.4
D-LINK; DGS 3612G
Honeywell; V5 Intrusion Detection System (IDS) Server User’s Guide
Open Roads Consulting; VICADS Administrator Manual
Open Roads Consulting; VICADS Operator Manual
Vindicator; SAW 5.0 Build Security Archive Workstation: Installation & Operation
Manual
Vindicator; UHS-Net Programming and Operations Manual
Vindicator; UHS-Net Installation and Maintenance Manual
Aiphone; AN-8000 Series IP Network Intercom
Aiphone; Network Intercom System AN-8000 Series Quickstart Guide
Aiphone; AN-8000EX IP Intercom Exchange Specifications
Aiphone; AN-8000EX IP Intercom Exchange Installation Manual
Aiphone; IP Multifunctional Master Station AN-8500MS Installation Manual
Aiphone; SBX-3G Instructions
APC; APC Smart UPS 1500 VA User Manual
Page | 30
ALVARADO; MST/MSTX Controller Turnstile Instructions and Maintenance Guide
V5.3
IEI 2000e Sec-Acc Keypad Manual
IEI 2000e Sec-Acc Keypad Quick Start Guide
Vindicator SAW 4.0 Built 7 Security Archive Workstation Installation and Operation
Manual
IPDS 612: IPID Operating & Maintenance Manual, ECSI International Inc.
West Entrapment Area, IPID Operating & Maintenance Manual, ECSI International Inc.
West Entrapment Area, IPID Operating & Maintenance Manual, ECSI International Inc.
ALVARADO MSTT, CLSTT, CPSTT, Tandem Maximum Security Turnstiles MST-
TX-6X Instructions and Maintenance
Video Manuals
Vicom Heavy Duty Camera Wall Mount
Tipp Lite UPS 300
Tamron Lens 3.0-8.00mm
SANYO VCB 3524
Philips LTC 3274 Lenses
Philips LTC 2009 Nine inch Monitors
Philips LTC 500 Install
Philips LTC 500 Cameras
Philips Bosch LTC 9450 Unity Dome Camera
Philips Bosch LTC 9450 Install Addendum
Philips Bosch LTC 2910 Nine Inch Monitor Manual
Philips Bosch LTC 2375 Processor
Philips Bosch IntuiKey Software
Pelco Enclosure EH8104
Pelco CM9760-CDU-T Code Distribution
Panasonic CT-2786YD
IFS VT-VR7420
IFS VT-VR7220
IFS VT-VR6010DRDT Installation/Operation Instructions
IFS VT-VT6010DRDT Product Specification
IFS VT VT6010 Installation/Operation Instructions
IFS VT 6010 Product Specification
IFS VT VR1500
IFS VT VR 1500 Install
IFS VT 1101M Camera Transmitter
IFS VR 1001 Audio Receiver
HP Procurve 2312 Switch
Fujinon Lens YV10X5R4A-SA2
EDCO Video Surge Suppress
Computar HG1814FCS
Page | 31
Bosch LTC 8768 Signal Distribution Unit
Bosch Flexdome XT Camera LTC 13601
Bosch Enclosure HSG948321
Bosch Camera VG4-332-ESC1M User Guide
Bosch Camera VG4-332-ESC1M Mount Install
Bosch Camera VG4-332-ESC1M Install
Bosch Camera VG4-332-ESC1M Datasheet
Bosch Camera VDC-485V3 Install
Bosch Camera VDC-455V03
Bosch Camera VDC-455V03 Install
Bosch Camera VDC-UNPDN55E
Bosch Camera UPDN55E
Bosch Camera UPDN55E Addendum
Bosch Camera LTC 9349-20MS-38
Bosch Camera LTC 9349-20MS-38
Bosch Camera
Bosch Camera LTC 0510
Bosch Camera LTC 0510 Shutter Speed
Bosch Camera LTC 0510 Cable Comp
Busch Camera LTC 0495 Install
Bosch Camera Lens LTC 3274-41
Bosch Camera EnviroDome
Bosch Camera EnviroDome Install
Bosch Camera Dome Ref Guide
Bosch Camera Basic Dome G3BS Mount
Bosch Camera Basic Dome G3BS Install
Blackbox ServSwitch Manual
Blackbox ServSwitch KV3108SA-R4
WEB BASED DOCUMENTS with Web Links for the IDS/SCS
Altronix AL600ULXB Power Supply/Charger:
http://www.altronix.com/index.php?pid=2&model_num=AL600ULXB
Altronix PD8ULCB Power Distribution Module:
http://www.altronix.com/index.php?pid=2&model_num=PD8ULCB
Altronix Multi-Output Distribution Module (MOM 5):
http://www.altronix.com/index.php?pid=2&model_num=MOM5
Powersonic 12 Volts Direct Current (VDC) 7 Ampere hours (Ah) and 18 Ah Battery:
http://www.power-sonic.com/ps_psg_series.php#12volt
D-Link DGS-3100-24P Managed 24-Port Gigabit Stackable Power over Ethernet (PoE)
Layer 2 + 4 Combo + 20 Gig Stacking: http://www.dlink.com/products/?pid=DGS-3100-
24P
Page | 30
D-Link DEM-211 100Base-FX Multi-Mode (MM) Lucent Connector (LC) SmallForm-
Factor Pluggable (SFP):http://www.dlink.com/products/?pid=DEM-211
D-Link DEM-310GT 1000BASE-LX Mini Gigabit Interface Converter:
http://www.dlink.com/products/?pid=DEM-310GT
D-Link DGS-3612G XSTACK Managed 12-Port Gigabit SFP Standalone L# switch, 4
combo 1000BASE-T Ports, Internet Protocol (IP) Version 6:
http://www.dlink.com/products/?pid=DGS-3100-24P
Garrett CSG14UH Universal Gigabit Converter Switch:
http://www.garrettcom.com/techsupport/hardware/datasheets/csg14uds.pdf
IFS D1315 RS-485 (4-Wire) Tri-state Point-to-Point Transceiver:
http://utcfssecurityproducts.com/ProductsAndServices/Pages/D1315.aspx
AiPhone AN-8000 Series: IP Network Intercom System:
http://www.AiPhone.com/products/alpha-list/detail/an8000
AiPhone AN-8000EX IP Intercom Exchange:
http://www.AiPhone.com/data/pdf/products/instructions/AN-8000EX_Instr.pdf
AiPhone AN-8500MS IP Multifunctional Master Station:
http://www.AiPhone.com/data/pdf/products/instructions/AN-8000EX_Instr.pdf
AiPhone AN-8050DS Weather Resistant Door Station:
http://www.AiPhone.com/data/pdf/products/instructions/AN-8000EX_Instr.pdf
AiPhone AN-8540DS IP Weather Resistant Door Station:
http://www.AiPhone.com/data/pdf/products/instructions/AN-8540DS_Instr.pdf
General Electric (GE) AP669 Ceiling-Mount Mirror Optic Passive Infrared
(PIR):http://utcfssecurityproducts.com/ProductsAndServices/Pages/AP669.aspx
GE/Sentrol 2700 Series Balance Magnetic Switch (BMS):
http://utcfssecurityproducts.com/ProductsAndServices/Pages/2700%20Series.aspx
George Risk Industries (GRI) TSC/TS 20 Tamper Switch:
http://www.grisk.com/roller/pdf/TS-20%20Series.pdf
GRI 8906W and 6644 Resistor Packs:
http://www.grisk.com/specialty/pdf/Magnetic%20Contacts%20with%20Builtin%
20Resistors.pdf
IEI 2000e Security Keypad:
http://www.ieib.com/pdf/manuals/2000_e-eM_Install.pdf
Mercury MR-50 Weigand Interface Board:
http://www.mercurysecurity.com/index.php?option=com_content&view=article&id=
Hughes Identification Device (HID) 5355 Proximity Readers:
http://www.hidglobal.com/prod_detail.php?prod_id=7
Alvarado Turnstiles:
http://www.alvaradomfg.com/images/stories/Alvarado/literature/archive/PUD1208R 5-
4.pdf
Page | 31
Dell Precision R5400 Rack-mount Server:
http://support.dell.com/support/edocs/systems/wsR5400/en/sm/html/index.htm
Dell Optiplex 960:
http://support.dell.com/support/edocs/systems/op960/en/index.htm
Topaz TL 755 Signature Pad:
http://www.topazsystems.com/products/specs/TL755.pdf
NiSCA PR5300 Badge Printer:
http://www.teamnisca.com/secure/downloads/Team%20NiSCA%20Brochure%20FI
NAL%203-14-2011.pdf
Video Associates Lab 8500-630 Badging Camera:
NEW TECH DATE FROM THE BLS PROJECT
Vindicator V5 IDS Server Manual 2014
Vindicator V5 ACS Server Manual 2014
Vindicator VCC 2 IPM Manual
Vindicator SAW 2 IPM Manual
Vindicator VBM 3 IPM Manual 2014
Vindicator UHS-1500 IPM with Ethernet Loop Addendum Manual
VCC 2 Operator’s Guide with Addendum 1 and 2
SAW 2 Operator’s Guide
VBM 3 Operator’s Guide
Senstar (BLS) OmniTrax Product Guide and Maintenance Procedures
Associated Supplemental Data with Flow Charts
Fiber SenSys (FOSS)
PM-ENG-030 Spectra View Manual Rev B
Associated Supplemental Data with Flow Charts
PUBLIC ADDRESS (PA) Manuals and Documentation
Public Address(PA) Dial Listing
Public Address Pairs
Public Address System
PA Modification 2000
Altec Lansing 538A Speaker
Applied Technical System (ATS)
MC4181LV Series Computer Programmable Master
Clocks
Atlas Sound
Attenuator AT10
Atlas Sound
Sequencer SACR-191
Page | 30
Atlas Sound
Speaker SBMS Install
Atlas Sound
Speaker SBMS
Atlas Sound
Speaker TFD-72WC
Atlas/ Soundolier
Sequential Switch System
BIAMP Sys
AudiaFLEX
Bogen
WMT1As
Clarity
SMA-60 and SMA-120 Watt Mixer-Amplifier
Duane Horn
Speakers (GE Security)
RACOM
1200 Series Digital Message Repeater/Announcer
Tripp Lite
ISOBLOK 1-0 Spike and Line Noise Suppressor
Valcom
V-1030C and V1036C Paging Horn Amplifier
Speakers
Valcom
V-1042 Wall Speaker
Valcom
V-1092 Wall Mount Volume Control
Page | 31
Valcom
V-1094A and VL-2094A, Page Port
Preamp/Expander
Valcom
V-2001A Single Zone (Plus) Page Control Unit
Valcom
V-2003A Three Zone Integrated Page Control
Valcom
V-9022 Ceiling Speaker
Valcom
V-9928 5 Watt Amplifier with Volume Control
Valcom
V-9940 Expandable Station Level Page Adapter
Valcom
V-9970 Single Zone One-Way Station Level Page
Control
Valcom
Installation Instructions for Amplified Ceiling
Speakers
Valcom
VP-6124 Power Supply
Valcom
VP-6124/VP-6124-E 24 Volt DC Switching Power
Supply
Valcom VP-624B 24 Volt DC Power Supply
Valcom
VP-9932 Noise Sensing Volume Control
Valcom
Model S-560 Speaker Attenuator
Valcom
VCS Documentation – EEROM Memory Module
Valcom
VCS Documentation – Power and Interface Board
Valcom
VCS Documentation – VLSTX One Way Page
Board
Valcom
VCS Documentation – 24 Telephone/Station Board
Valcom
VCS Documentation – 24 Loop Adapter
Page | 32
Valcom VCS Documentation – VLPCS Software Installation
Guide
Valcom
PA-1
Valcom
PA-2
Valcom
PA-3
GV IIM as Built – AdHoc ENS
GIANT VOICE Manuals
Federal Signal Base Station Wiring Diagram
Federal Signal Federal Signal Commander Digital Sys Datasheet
Federal Signal Federal Signal DSA Sirens Datasheet
Federal Signal Federal Signal DSA Sirens Manual-
Federal Signal Federal Signal Encoder-Status SS2000+
Federal Signal Federal Signal Modulator Sirens Datasheet
Federal Signal Federal Signal Modulator Sirens
Federal Signal Lair Antenna Datasheet
3.4 SPARES
3.4.1 The Contractor shall provide spare equipment IAW 50 SFS guidance to ensure that a sufficient
amount of spare equipment is available work orders. The thresholds for equipment will be inspected on
a quarterly basis to determine any discrepancies IAW 50 SFS guidance.
3.4.2 The Contractor shall be responsible for packing and shipping equipment items that require
repair(s) and shall provide an estimate to the COR for packing, shipping, and repairs costs. The
Contractor shall receive COR approval prior to packing and shipping items. The Government shall be
responsible for all costs associated with packing, shipping and repairs of equipment items.
Page | 31
HAND RECEIPTS
3.5.1 The Contractor shall submit a hand receipt to the CORs for any Government resources leaving
Schriever AFB for repair/maintenance. These hand receipts shall be submitted to CORs in the Contractor’s
desired format but shall include the item’s serial number, manufacturer and model number. AF 1297s will
be inspected on a quarterly basis.
Page | 30
APPENDIX A – REFERENCED DOCUMENTS
GENERAL INFORMATION: The publications listed in this appendix are generally referenced in the
PWS. The Directive/Guidance (D/G) column indicates the extent of Contractor compliance with the
publication that is prescribed by the PWS. A “D” in the column means the publication is a “directive
publication”, that requires mandatory compliance by the Contractor. A “G” in the column means the
publication is a “guidance publication”. These publications provide guidance for the Contractor to
perform particular tasks or operations in a manner compatible with AF procedures. However, the
Contractor is required to comply with the intent of the publication.
Additionally any procedures developed by the Contractor shall be compatible with the intent of the “G”
publications.
PWS Paragraph Short Title Long Title Applicable Paragraph Guidance/Directive
1.1.1., 1.1.2
T.O. 00-33A- 1001
General Cyberspace
Support Activities
Management
Procedures and
Practice
Requirements
1.5.1, , 1.5.1.1 a, b, c, d, 1.5.2,
1.5.3, 1.5.3 a, b, 2.1.1, 2.1.2,
2.2.1, 2.2.2, 2.2.11, 3.2.1,
3.2.2.1, 3.2.3.1, 3.2.4, 3.2.5,
3.2.6, 3.2.8, 3.2.11, 3.2.12,
3.2.13, 3.2.14, 3.2.24 3.8,
3.8.1, a, b, c, d, e, f, g, h, I, j,
k, l, m, n, o, p, q, s, 5.6.1.d,
5.7.2, 5.7.3, 5.7.4, Table 5-1,
6.2.3 a, b, c, d, e, f, 6.4.3, a,
7.1.2, 7.2.3, 7.2.5, 7.2.6, 7.2.7,
7.4.1, 7.4.3, 8.1.1. 8.1.2,
8.2.7a., b., c., (1), (2), 10.4,
10.4.1 a, b, c, d, (1), (2), (3),
(4),10.4.2,10.4.2.1, 10.4.4,
10.5.4, 19.2.3, 19.2.8, 19.2.9,
19.2.12, 19.2.13, 19.2.14,
19.2.15, 19.2.16, 19.2.17,
19.2.18, 19.3.2, 19.3.3, 19.6.6,
19.7.2, 19.7.2.1 a, b, c, d, e, f,
. 19.7.3.1 a, b, c, d, e, f, (a. b.
c. d. e) g, , 19.7.4,
19.7.4.1 a, b, c, d, e, f, g,
19.7.5.1 a, b, c, d, e, f, g,
a, b, c,
a, b, c, d, e, f, g, 20.5.6.1,
20.5.6.2, 20.7,
D
Page | 32
1.2.5.4 T.O.
Monitor/Binder
TO 00-5-1
AF Technical Order
System
Chapters 4 and 5
D
1.2.10.3.
50 SWVA 91-1
50 SW Ground
Mishap
Reporting Procedure
ALL G
1.1.1, 1.1.2
AFI 33-150
Management of
Cyberspace Support
Activities
Chapter 2 D
1.2.11.2, 1.2.11.3
AFSPC 32-
7086
Hazardous Materials
Management
Supplement
ALL
D
1.1.2, 1.1.3, 1.1.5.1
1.2.6.1, 1.2.7.1,
1.2.9.1
AFI 10-2501
Air Force Emergency
Management (EM)
Program Planning and
Operations
Table A4.15
D
1.2.2.1
50 SWI 36-
3801
Snow Plan
ALL
D
1.2.10.1
AFI 91-203
Air Force
Consolidated
Occupational Safety
Instruction
ALL
D
1.2.15
AFI 91-207
The US Air Force
Traffic Safety
Program
ALL
D
1.2.11.1, 1.2.11.2
AFI 32-7086
Hazardous Materials
Management
ALL
D
Page | 33
1.2.11.3
AFI 90-821
Hazard
Communication
(HAZCOM) Program
ALL D
ESD Binder, 1.2.5.4
T.O. 00-25-234
General Shop Practice
Requirements for the
repair, Maintenance,
and test of Electrical
Equipment
Section 7 D
1.2.21
AFI 33-200
Air Force
Cybersecurity
Program Management
ALL D
Information
Technology
Equipment Custodian
Account #156
Binder
AFI 33-112
Information
Technology
Hardware Asset
Management
ALL
D
1.1.2
Unified Facilities
Criteria (UFC)
4-021-01
Design and O&M:
Mass
Notification Systems
ALL
D
1.2.4
50 Space Com
Squadron
Unit Security
Program
ALL D
Appendix D
AFI 31-101
Integrated Defense
Chapter 6 D
1.1.1
1.1.2
1.1.7.3
50 SWI 17-101
C4 Systems
Configuration
Management
ALL
D
Page | 34
Information
Technology
Equipment Custodian
Account
#156 Binder
AFM 33-153
Information
Technology (IT)
Asset Management
(ITAM)
1.1, 1.2.14, 1.2.14.1 thru
1.2.14.13, 2.6.1 thru 2.6.4.2
D
1.1.2, 1.1.3, 1.1.4,
1.1.5.1, 1.1.6.1,
1.2.6.1, 1.2.7.1,
1.2.9.1
AFI 10-2501;
50SWSUP-1
Air Force Emergency
Management (EM)
program planning and
Operations
9.2, 9.2.4., 9.2.5.
9.3, 9.3.1., 9.3.2., 9.3.2.1,
9.3.2.3., 9.3.2.3.1., 9.3.2.3.2,
9.3.2.4.4., 9.3.2.4.5., 9.4.1.
9.4.2., 9.4.3., 9.4.4,
Table A4.14. 1 Table A4.15.
D
Page | 35
APPENDIX B – CURRENT SYSTEMS CONFIGURATION
The following describes the current SCS and GV/PA systems and equipment currently installed
which will be the responsibility of the Contractor to maintain at contract start. This listing serves as
the basis for contract proposal development and shall not be construed as a limit to the coverage of
this contract.
BASE SECURITY SYSTEM Overview:
Intrusion Detection System (Critical)
Installation Video Surveillance System (Non-Critical)
Honeywell Vindicator V5 Security Control System: The Vindicator V5 head-end security control
system replaced the General Electric Infographics head-end system (legacy system) and the Diebold
Predator 7000 system.
System Components:
Total number of alarm points: ~2411 Enrollment Stations: 3
Entry Portals: 36 Card Readers: ~200
CCTV Subsystem: is integrated with annunciator Video Cameras: 155 - Fixed Cameras
23 - Pan, Tilt and Zoom 2 - FLIR
12 - Monitors
Telecommunications Subsystem: IPhone Stations: ~ 40 IPhone Receivers: ~ 2
Sensors Employed: Omnitrax Sensor: ~3.5
Microwave Sensors: 11 ea
Fiber Optic Sensors System: ~2,500ft (9 Culverts and the AEHF/612 Compound) BMS Sensors: ~53
360 Motion Sensors: ~125 Curtain Motion Sensors: ~15 IPIDS Sensors: 3
PIRAMID Sensors 2
FLIR Camera: 2 Camera’s, one on top of building 24 (Southeast Corner) and one located on the
southwest side of the water tower.
THE BASE GIANT VOICE (GV) CONSISTS OF NINE (9) TOWERS
Page | 36
Tower 1 Directional Speaker Base Housing North Horn/DSA 3 (x2)
Tower 2 Directional Speaker Base Housing South Horn/DSA 3 (x2)
Tower 3 Omni-directional Bldg 502 Modulator Speakers 3 Cells
Tower 4 Omni-directional CE Area Modulator 3 Cells
Tower 5 Omni-directional Bldg 730 Modulator 3 Cells
Tower 6 Omni-directional Irwin–Enoch Modulator 3 Cells
Tower 7 Omni-directional Softball Field Modulator Speakers 4 Cells
Tower 8 Omni-directional Bldg 820 Modulator 2 Cells
Tower 9 Omni-directional Base X Modulator 2 Cells
MOD3012: Three modules, four drivers per module MOD4016: Four modules, four drivers per
module MOD2008: Two Modules, four drivers per module
THE PUBLIC ADDRESS (PA)
The SAFB PA consists of approximately 1,300 Valcom speakers. The head-end is a Valcom unit
located in Bldg 400 Mod-2A connected to the Valcom unit is a BIAMP AudiaFLEX digital processor
that distributes audio to external speakers on Buildings 20, 300, 400, 442, 500, and 600. The
AudiaFLEX output goes to a Crown AMP in each building. The external speakers use 70-volt signal
levels. All interior speakers are individually powered with negative 24vdc, and volume levels are
adjusted at each speaker in combination with Valcom 1094A master preamps.
APPENDIX C – EXISTING WARRANTY PERIODS & TERMS
Warranty Services and Repairs:
The Contractor shall track and exercise all available warranties. For new installations, the Contractor
shall assume maintenance responsibility upon warranty expiration.
Page | 37
APPENDIX D – SECURITY CONTROL SYSTEMS TERMS & DEFINITIONS
Catastrophic Failure: Catastrophic failures are defined by the entire system or a major portion if it is
inoperative. Example: Complete failure of the annunciation and display subsystem.
Major Malfunction: Major malfunctions are defined by the following circumstances:
An intruder can penetrate a restricted area boundary without crossing a line of detection.
A facility or individual resource IDS component failure that would allow an intruder to gain access to
a resource without crossing a line of detection or detection capability.
Either the primary or alternate, if required, annunciation equipment fails (not operational). Note: If the
primary enunciator fails or malfunctions, Security Forces must be deployed to perform IVA
(Immediate Visual Assessment) if necessary. In addition, continue to use the Local Display Area
(LDA) alarm monitor if it aids IVA of exterior sensors.
Partial Failure: Partial failures are defined by the following conditions and/or circumstances.
An intruder can cross only one sensor providing a detection capability without being detected, at areas
where two or more sensors form a line of detection at the boundary.
A portion of the facility or individual resource IDS (a line of detection for Priority Level 1 resources)
fails.
Note: Catastrophic failures and major malfunctions must be repaired to at least a partial failure within
24 hours.
IDS: Any component of the Intrusion Detection System (IDS) or components directly tied into the IDS
system.
Non-IDS: Any supporting component of the IDS system not directly tied into the IDS also includes
security devices not associated with the IDS system.
APPENDIX E – ABBREVIATIONS, ACRONYMS & FORMS
50 NOG – 50th Network Operations Group
50 SCS – 50th Space Communication Squadron 50 SFS – 50th Security Forces Squadron
50 SW Form 1 - Cable Installation Data Sheet 50 SW Form 2 - Request for Cable Routing
50 SW Form 19 - Installation/Modification Authorization Request 50 SW Form 20 -
Reservation/Removal Request Form (RRR)
50 SW Form 21 - Activity Scheduling Form 50 SW Form 22 - Work Plan
AC – Associate Contract AC- Alternate Current
ADLS – Advanced Distributed Learning Service AF – Air Force
Page | 38
AF Form - Air Force Form
AF Form 332 - Base Civil Engineer Work Request AFB – Air Force Base
AFI – Air Force Instruction AFMAN—Air Force Manual
AFSPCI—Air Force Space Command Instruction ANSI – American National Standards Institute
BDOC – Base Defense Operations Center
BECO – Base Equipment Control Officer BMS - Balanced Magnetic Switch
C/PD - Communication/ Power Distribution Panel Access control ONLY CAC – Common
Access Card
CB - Circuit Breakers
CCU – Central Computer Unit
CDRL – Contract Data Requirements List CES – Civil Engineering Squadron
CES – Civil Engineering Squadron/Environmental CFR – Code of Federal Regulation
CLIN – Contract Line Item Number CO – Contracting Officer
COM – Chief of Maintenance CONS – Contracting Squadron
COR – Contracting Officer’s Representative
CSRCP – Colorado Springs Regional Command Post DFAR—Defense Federal Acquisition
Regulation
DFARS – Defense Federal Acquisition Regulation Supplement DODI— Department of Defense
Instruction
DRMO - Defense Reutilization Management Organization DSN – Defense Switched Network
ERB – Emergency Response Binder ESD - Electrostatic Discharge
ESS – Electronic Security System FAR – Federal Acquisition Regulation FLIR – Forward
Looking Infrared FOUO – For Official Use Only FPCON – Force Protection Condition GE –
Government Equipment
GP – Government Property GS – Government Services GV – Giant Voice
HAZMART – Hazardous Materials Pharmacy HAZMAT – Hazardous Material
IAW – In Accordance With
IDS - Intrusion Detection System
IMDS – Integrated Maintenance Data Collection System
Page | 39
IP – Internet Protocol
ITEC - Information Technology Equipment Custodian IVA – Immediate Visual Assessment
LMR – Land Mobile Radio
MCCB - Modification and Configuration Control Board MNS – Mass Notification System
MOC – Maintenance Operations Center MSDS – Materials Safety Data Sheet NCO – Non-
commissioned Officer
NFPA – National Fire Protection Association NIPRNET – Non-classified IP Router Network No
Form Number - 50 SW Freeze Waiver Request OSH – Occupational Safety and Health (State)
OSHA – Occupational Safety and Health Act
PA – Public Address
PGI – Procedures, Guidance, and Information PIR - Passive Infrared Sensor Motion Sensor PM –
Program Manager
PMD – Program Management Directorate PMI – Preventative Maintenance Inspections
PWCS – Personal Wireless Communications System PWS – Performance Work Statement
QPP – Quality Program Plan
RCRA – Resource Conservation and Recovery Act RF – Radio Frequency
SAFB – Schriever Air Force Base SCS – Security Control System SE – Safety Office
SS – Services Summary
SSM – Security System Maintenance SW – Space Wing
SWI – Space Wing Instruction SWVA – Space Wing Visual Aid TIM – Technical Interchange
Meeting TO – Technical Order
UFC – Unified Facilities Criteria UPS - Uninterruptible Power Supply UHF – Ultra High
Frequency
VAR – Visitor Access Requests VDC – Volts Direct Current
VGSA – Visitor Group Security Agreement
VICADS – Video Imaging Capture and Display System XML – Extensible Markup Language
Page | 40
Appendix F – CONTRACT REQUIREMENTS DATA LIST (CDRL)
CDRL
NUMBER
ITEM
Description
PWS
Para
DELIVERY SCHEDULE Document ID
A001 Documentation &
drawings
1.1.2.1 Quarterly DI-DRPR-81242
A002 Phase In Plan 1.2.1.1.1 With proposal DI-MGMT-80790
A003
Phase out Plan 1.2.1.1.2 90 days prior to the end of the
contract
DI-MGMT-80790
A004 Contingency Plan 1.2.7.1 30 days after award and provide
revisions and updates within 15
days after changes occur
DI-MGMT-
80004A
A005 Quality Program Plan 1.2.12.1 10 Days After Contract Award
& Annually
DI-QCIC- 81379
Page | 41
Appendix G - Reserved
Page | 42
Appendix H – AECS Work Order Priority/System Status Matrix
BLDG 15, Pass & ID
Any loss of all detection RED
Any loss of single line detection AMBER
Enrollment Operator Station (EOS) Inop (unable to create badges) RED
Any equipment tamper AMBER*
Power Fail on any UPS system AMBER**
Complete UPS failure RED
Building 300, Room 153 (SAM)
Any loss of detection AMBER
Loss of automated entry control AMBER
Any equipment tamper AMBER*
Alarm Terminal/ CPU Malfunction (unable to view/ acknowledge alarms) RED
Access Control Terminal/ CPU Malfunction (unable to view/ acknowledge
alarms) RED
Surveillance System/ Camera Control Malfunctions AMBER
System Admin Workstation (SAW) Inop RED
Enrollment Master Station (EMS) Inop RED
Power Fail on any UPS system AMBER**
Complete UPS failure RED
Duress Button GREEN
Building 700 (Includes compound)
Partial loss of detection AMBER
Loss of all detection capability RED
Loss of automated entry control on the following doors: Dr # 8, Dr # 9, or Dr
# 11 RED
Loss of automated entry control on any other door AMBER
Loss of any/ all Video cameras AMBER
Power Fail on any UPS system AMBER **
Complete UPS failure RED
Any equipment tamper AMBER*
Building 702
Partial loss of detection AMBER
Loss of all detection capability RED
Loss of automated entry control on the following doors: Dr # 1 or Dr # 4 RED
Page | 43
Loss of automated entry control on any other door AMBER
Loss of any/ all Video cameras AMBER
Power Fail on any UPS system AMBER**
Complete UPS failure RED
Any equipment tamper AMBER*
EHFAS Shelter
Any loss of detection RED
Loss of automated entry control RED
Power Fail on any UPS system AMBER**
Complete UPS failure RED
Any equipment tamper AMBER*
Antenna Domes (EPAC and WLANT)
Any equipment tamper AMBER*
Loss of automated entry control RED
External System (Perimeter)
Any manhole/handhole/junction box tamper AMBER*
Any Buried-Line or PIRAMID sensor with no detection RED
Any Culvert Fiber Optic Sensor with no detection capability RED
Any zone/ part of a zone with no detection capability RED
Loss of any/ all Video cameras AMBER
SALF Gate
Any loss of all detection RED
Any loss of single line detection AMBER
Any equipment tamper AMBER*
Duress Button GREEN
Bldg 300, Room 270
Any loss of all detection RED
Loss of automated entry control RED
Any loss of single line detection AMBER
Any equipment tamper AMBER*
Bldg 220, Pharmacy
Any loss of all detection RED
Page | 44
Loss of automated entry control RED
Any loss of single line detection AMBER
Any equipment tamper AMBER*
Duress Button GREEN
Bldg 210, Finance
Any loss of all detection RED
Loss of automated entry control RED
Any loss of single line detection AMBER
Any equipment tamper AMBER*
Duress Button GREEN
Bldg 400, All MODs
Any loss of all detection RED
Loss of automated entry control RED
Any loss of single line detection AMBER
Any equipment tamper AMBER*
Bldg 700, Room 10
Any equipment tamper AMBER*
Any loss of detection AMBER
Loss of automated entry control AMBER
Bldg 712, SBIRS
Any loss of all detection RED
Any loss of single line detection AMBER
Any equipment tamper AMBER*
Loss of automated entry RED
Cameras (WILL NEVER GO RED)
Less than 10% (12 or fewer) cameras down GREEN
Greater than 10% (13 or more) cameras down AMBER
Any perimeter zone with no camera coverage AMBER
Camera control unit (keyboard) inoperative AMBER
UPS Systems
Power Fail on any UPS system AMBER**
Complete UPS failure RED
Page | 45
* Requires immediate investigation by Security Forces despite being AMBER.
**Requires immediate notification of Sensor personnel despite being AMBER.