Issue Date: 01/23/2025 |
Contract Number: HS22-117-E00 |
Access Control and CCTV System
Description:
RFP: 89th St ACCESS CONTROL AND CCTV SECURITY SYSTEM January 14, 2025 Issued by: Congregation B’nai Jeshurun Contact: Erika Meister emeister@bj.org 212-787-7600
Jonathan Muniz jmuniz@bj.org 212-787-7600
1. Project Description Congregation B’nai Jeshurun (BJ), a campus spanning 88th Street and 89th Street between Broadway and West End Avenue, is currently seeking a qualiSed source to provide equipment for and installation of an Integrated Access Control System and CCTV Security System. This desired system is for both the building’s exterior and interior. This RFP solely addresses a need on the 89th side of BJ campus. BJ’s 89th Street East & West entrances currently only have a basic Access Control system in place, which is operated by BJ’s contracted Security Team. It is imperative to both BJ and its tenants to have increased control over its entrances and individual \oors, as well as an accurate accounting of who and how many people are moving in and out of the building at any given time. BJ’s 88th Street side su]ers from the same lack. The long-term goal is to install a system on the 89th Street side, then install a comparable system to the one that is installed on the 89th Street side on the 88th Street side, and link the two into one comprehensive system. 2. Background and Historic Building Information BJ spans a two-building, 80,000 square foot campus, straddling 88th and 89th Street within New York City’s Upper West Side Landmark District. Its outstanding features include a magniScent, Moorish-style Synagogue and a 7-story Palazzo-style Community House with an outdoor space cut-out of the top \oor. BJ has been placed on the National Register of Historic Places. Given the age and location of our campus, only qualiSed individuals or Srms with proven experience working within historical buildings and with the New York City Landmarks Preservation Committee (LPC) should submit proposals to this RFP. All work done on the BJ campus must preserve the historic integrity of the building’s exterior and interior.
1
Note: As part of the process of receiving funding from FEMA for the work described above, BJ passed an Environmental Planning and Historic Preservation (EHP) review; any and all work that will be performed in accordance with the awarded monies will take every measure to honor the integrity of BJ’s historic buildings. The building’s exact locations are: ? 270 West 89th Street (BJ Community House) ? 257 West 88th Street (BJ Sanctuary) All work pertinent to this Request for Proposal (RFP) will be conducted only in the 270 West 89th Street location. The number of doors requiring Access Control in the BJ Community House relevant to this project are as follows: ? (2) Exterior Doors at 270 West 89th Street (BJ Community House) ? (10) total Interior Stairwell doors at 270 West 89th Street (BJ Community House)
3. Project SpeciMcations This project has two distinguishable but integrated parts: the Access Control System and CCTV System. For grant compliance reasons, in their proposals, Bidders are asked to provide detailed and separate work plans, timelines and budgets for each of the two parts. Part I: The Access Control System will include but not be limited to: a. All hardware proposed must be compatible with and integrated into existing Brivo Access Control software. b. (12) RFID card readers for: a. (2) Exterior Doors at 270 West 89th Street (BJ Community House) b. (10) total Interior Stairwell doors in the BJ Community House c. Building-wide cabling up and down (7) seven \oors d. A system integrated with the current electric locks and mechanical door openers, which are activated by a push button, at BJ’s 89th Street Entrance. The existing wiring and locks at the East and West security doors at BJ’s 89th Street Entrance are compatible with a larger Access Control System. e. Mobile application capable of opening doors remotely. f. Mobile application capable of viewing camera feeds. g. Comprehensive training of BJ’s security company and selected Senior Sta] on all software and system monitoring h. Minimum of a 1-year warranty on any equipment installed
2
i. VTM connection j. A Sta], Tenant and Member Credential System k. Interested in discussing if the proposed system could be wired to easily integrate with BJ’s current Napco, Model number 9600 Alarm System in the future. BJ is interested in the bidder proposing a self-contained, self-managed system for creating customizable ID Keycards (RFID secure technology, such as iClass or DesSre EV2) OR a cardless, badgeless Mobile Credentialing System (NFC or BLE) which would operate through a mobile phone app, which supports both iPhone and Android operating systems Part II: The CCTV System (to be integrated with the Access Control System) will include but not be limited to: Integrating all proposed technologies with BJ’s current video surveillance system (Eagle Eye), as well as capacity to upgrade/replace (25) of BJ’s existing mix of (46) analog and digital cameras. BJ has (4) di]erent DVR’s spanning both buildings, and (3) di]erent DVRs at its 89th Street location, as the system has been built up piecemeal over the years--this was not intentional. Ideally, BJ would like to have all of its cameras on the same DVR, and welcomes suggestions from vendors on how to make this possible. The following DVRs are in place in BJ’s 89th St Building: ? HD DVR is SDI-Magic (12 cameras)* ? Analog #1 DVR is Hikvision (14 cameras)* ? Analog #2 DVR is Northern (6 cameras)** ? HD-SDI Cameras are Unix-SDI ? **Analog Cameras are Northern Analog The cameras are all hard-wired back to their respective DVR’s, and BJ accesses these DVR’s for viewing/searching via their IP addresses, on our network, through a web browser. The cameras themselves are not on our network. Network switches are Cisco Meraki with a Meraki Srewall and WiFi access points. All these systems currently receive real-time network security updates, and the WiFi devices separate sta] and guest network trakc. The proposed Video Surveillance system will include, but not be limited: a. Recording Requirements ? 30 days – full recording at 10 Frames per second 2048x1536 resolution ? DVR Manufacturer – American Dynamics or current best practice equivalent ? Camera Manufacturer – American Dynamics or current best practice equivalent b. Video Surveillance Tracking
3
? The VMS must support multiple advanced Surveillance Tracking functions. c. Incident Builder ? The VMS must be capable of providing a template, compiling appropriate data and/or media, building, exporting, and storing incident reports.
d. Presentation Builder ? The VMS must support presentation building functions. e. Advanced Integrated Mapping ? The VMS must support multiple advanced integrated mapping functions. f. Health Monitoring ? The VMS must provide a health monitoring dashboard that will quickly identify the status of the devices on their system, and of the system itself.
NOTES: a. The bidder will be required to adequately train selected BJ sta] on all proposed and installed technology. b. Bidders will be required to give a demo of any proposed software system to BJ.
4. Bidder QualiMcations Bidders must have a minimum of Sve (5) years’ experience in the installation of Integrated Security Systems in a “multi-site,
” hot redundant environment. Bidder must have a current New York State Security and Fire Alarm System Installer license, as new Access Control System must meet FDNY Sre requirements They must have the technical skills, materials and equipment necessary to design, prefabricate, install, operate, and test the systems under this contract. The successful bidder must be fully qualiSed, certiSed and equipped to complete the work expeditiously and in a satisfactory manner. The successful bidder must keep meticulous records and receipts, and be prepared to provide these to BJ’s Snance department regularly and on-demand. The successful bidder must have completed at least three (3) projects of a similar nature having a value of at least $150,000 in the previous Sve years as documented by veriSable references. The Contractor’s Manager must have successfully completed, before the start of this project, at least one project of a similar nature having a value of at least $150,000 in the last Sve years as documented by veriSable references. Bidders must have all sta] OSHA certiSed. The persons employed by the Contractor on this project must be experienced in installing complex networked security systems and shall have been engaged in the installation of such systems for a minimum of three (3) years. The Contractor is required to have in its employment
4
a Construction Manager assigned speciScally to this Contract, who is required to be on site at all times that work is being done by the Contractor. The successful bidder must prove that it has sukcient resources to complete the project on time. The Bid letter shall contain documentation speciScally stating the contractor’s experience, including that it meets or exceeds the required qualiScations. The contractor shall also furnish a list of projects it has worked on, which demonstrates that it has the required, which list shall include, at a minimum, the name of the project, its location, a contact person for the Owner having personal knowledge of that project including phone number and address, etc. Bidders will note that BJ expects both VMS/access control and CCTV systems to be full turn-key solutions. Budgets must be comprehensive and include all software, hardware such as computers, network switches, cameras, all cabling, and labor to install, set up, and test all system components. Comprehensive training on use and maintenance of all proposed Access Control Systems must be provided to BJ Operations and Security personnel. Any training costs and hours must be included in the Bidder’s budget proposal. Due to the complexity of BJ’s infrastructure, the customer reserves the right, after receipt of the bids but prior to the award of the contract, to request that the apparent low bidder demonstrate the following technical skills: ? ConSguration of redundant server software. Demonstrate ability to establish/break connections. ? Demonstrate Cisco routers and switches conSguration, WAN using TCP/IP based equipment in layers 1,2,3,4. ? Must be comfortable in complex multi-VLAN environments. ? Demonstrate experience with asynchronous conSgurations. ? ConSgure ODBC links to the county’s HR view tables. ? Must have hands-on, command line troubleshooting experience with a Linux operating system. ? ConSgure Victor events for automatic camera call up, gate conSguration, paging and email notiScations. ? Demonstrate ability to interface county owned systems such as remote Sre alarms ? Demonstrate proSciency in using HTTP, FTP and Telnet protocols. ? Demonstrate ability to use available tools such as .NET. C++ and VB to customize reports as needed The prospective bidder must:
5
? Have a 6-person technical team with established access control experience. ? Advanced training CertiScations and certiSed technicians in proposed operating systems, databases, networking and networking infrastructure ? Have a dedicated area for system conSguration staging and testing. ? Have remote internet connectivity for referencing technical information and communications (e-mail), with Seld laptops for remote troubleshooting. ? Have the ability to produce CAD drawings as required in the contract. ? Have an in-house IT department. ? Be OSHA CertiSed.
5. Bidder Evaluation When choosing the winning bidder, BJ will select the lowest responsive evaluated bid. This is deSned as “a bid that has been examined and determined to be responsive to formal qualiScation requirements, evaluated in detail, found to be compliant with pre-deSned evaluation criteria, and found to have the lowest price after price evaluation and comparison.”1 Please see the Evaluation Criteria above. BJ will thus choose the bid that o]ers the best value for the money (VFM), and evaluate bidder’s proposals based upon their relevancy, ekciency, e]ectiveness, impact and sustainability to the task at hand. The Bid Panel will include selected members of BJ’s Senior Sta], Board Members and Security Consultants. 6. Bidder Insurance Requirements Bidders and contractors shall obtain and maintain in full force and e]ect throughout the term of any contract resulting from this solicitation, at their own expense, the following insurance with limits not less than those described below and as required by the terms of any contract resulting from this solicitation, or as required by law, whichever is greater. BJ should be named as an additional insured party on any such policies. Insurance Type Proof of Coverage is Due Commercial General Liability Not less than $2,000,000 each occurrence General Aggregate $2,000,000 Products – Completed Operations Aggregate
$2,000,000
Umbrella Liability $5,000,000 Personal and Advertising Injury $1,000,000 1 https://procurementclassroom.com/the-bid-evaluation-process/
6
Medical Expenses Limit $5,000.00 Business Automobile Liability Insurance Not less than $1,000,000 each occurrence Technology/Professional Errors & Omissions Liability Coverage*
Not less than $2,000,000 each occurrence and in the aggregate
Data Breach Privacy/Cyber Liability Insurance*
Not less than $2,000,000 each occurrence and in the aggregate
Workers’ Compensation Disability BeneMts
B’nai Jeshurun reserves the right to award this project to the bidder that presents the best overall value to B’nai Jeshurun, as determined solely by the B’nai Jeshurun Executive Team and B’nai Jeshurun Board of Trustees.
7
Submission Guidelines The following submission guidelines & requirements apply to this RFP: a. Do not assume anything. b. Only qualiSed individuals or Srms with prior experience on projects such as this should submit proposals in response to this RFP. c. Because both buildings on the BJ campus are listed on the National Register of Historic Places in New York City, only qualiSed individuals or Srms with proven experience working within historical buildings and with the New York City Landmarks Preservation Committee (LPC) should submit proposals to this RFP. d. Note: As part of the process of receiving funding from FEMA for the work described above, BJ passed an Environmental Planning and Historic Preservation (EHP) review; all work performed in accordance with the awarded monies must take every measure to honor the integrity of BJ’s historic buildings. e. Equipment purchased with grant funds must fall within the allowable equipment categories for the NonproSt Security Grant Program (NSGP) as listed on the FEMA Authorized Equipment List (AEL). https://www.fema.gov/authorized-equipment-list. Note: BJ will work with the selected contractor to ensure this requirement is met. f. Expense Tracking. As part of receiving the grant monies, BJ must submit meticulous receipts to FEMA to be reimbursed for dispensed funds. All original receipts must be safely stored and presented to BJ’s Snance department by the selected contractor upon request.
7. Schedule In order for BJ to adhere to the conditions included in the DHS grant supporting this project, the work on BJ’s campus described within this proposal must be completed no later than August 31, 2025. BJ is looking for a partner who can respect the tight timeline outlined below: a. Bidders may request RFPs from BJ from 2/10/25-2/16/25. b. Bidders will have from 2/24/25-3/7/25 to: review the RFPs, schedule and attend site visits at BJ, if they feel that this will help inform their proposal, and submit any questions to the BJ Bid Committee. Bidders have (1) one week to Snalize and submit a detailed proposal for the work they have selected to BJ, adhering strictly to the rules and Bidder Requirements outlined in the RFPs.
8
c. The Proposal Submission Deadline is 3/7/25. d. The BJ Bid Committee will then take one (1) week to review all submitted proposals, pose any questions to bidders, and generate a short list of candidates. e. BJ will respond to all Bidders by 3/17/25 potentially with questions. f. Each Snalist will be given (1) week to review and respond to BJ’s questions. The deadline for bidders to submit answers and any Snal questions to the BJ Bid Committee is 3/28/2025. g. Contract Award Deadline: BJ will choose a partner, and notify them in writing, by no later than 3/31/2025. h. Once the partner is chosen, BJ will expect a detailed Work and Payment plan by 4/30/2025. i. Work will begin by a reasonable and mutually agreeable date between both parties anytime after the Snal plan is Snalized by both project managers. j. Bidder selection may take into consideration a company’s work hour bexibility; the ability to work after 3pm on any given weekday and/or on weekends to accommodate the needs of a grade school tenant of BJ. Willingness to respond to unexpected circumstances in the event of noise is preferred. k. All work and installation must end no later than August 31, 2025. l. BJ must submit all Snal receipts and bookkeeping materials for reimbursement no later than 30 days after August 31, 2025. The chosen vendor must be prepared to respect all of these deadlines. Items needed from the vendor but not limited to are Paid Stamped Invoices, ACH payment proof, corresponding bank statements. m. ConSdentiality. The chosen contractor will be respectful of any and all private information that it may handle while issuing BJ Member, Sta] and Tenant Access Cards, working within rabbinical okces, and handling any other sensitive security information. To this end, the chosen bidder will be required to sign a Non Disclosure Agreement (NDA). n. Bidders intent on submitting a proposal should notify the representative(s) identiSed on the cover page no later than the dates outlined in Section 2.5 above. o. A brief but comprehensive technical proposal must be provided by the successful bidder. This technical proposal must provide an overview of the proposed solution as well as resumés of all key personnel performing the work. In addition, the technical proposal should provide a proposed schedule and milestones, as applicable p. A brief but comprehensive price proposal must be provided. This proposal should indicate the overall Sxed price for the project, as well as hourly rates and an estimated total number of hours, should BJ decide to award a contract on an hourly rate basis. q. An Itemized pricing list of materials and/or equipment to be purchased, as well as all equipment warranties, warranty duration and servicing guarantees should be provided.
9
8. Project Scope (See Appendix 1) & Evaluation Criteria The successful bidder will provide a Work Plan and Payment Schedule incorporating the principles of: pricing, quality, adherence to schedule, and value. Proposals must be signed by a representative authorized to commit the bidder's company. If you have a standard set of terms and conditions, please submit them with your proposal. All terms and conditions are subject to negotiation. Proposals must remain valid for a period of 60 days. Acceptance of the work is contingent upon the following Acceptance Criteria: ? Pricing/value (including future cost/cost to own) ? Quality (both equipment and labor) ? Adherence to schedule ? Support (maintenance/training/recommendations/warranties/added value)
? Bid Evaluation Scoring
9. RFP & Project Timelines The Request for Proposal timeline is as follows:
Begin Date End Date Action 01/27/2025 2/9/2025 Ads Published soliciting bids for RFP’s 2/10/2025 2/16/2025 Bid documents can be requested 2/17/2025 2/21/2025 RFP spec documents delivered to bidders by eMail 2/24/2025 3/7/2025 Bids submitted no later than March 7, 2025 3/10/2025 3/14/2025 Bid review and vendor selection by Board Building Committee 3/17/2025 3/28/2025 Bidder and Bid Committee exchange questions about bids and project 4/1/2025 4/4/2025 Winning bid vendor notiSed 4/7/2025 ongoing Vendor work may commence (non-noise producing activities i.e.: site
10
surveys, equipment ordering, obtaining permits) 6/23/2025 8/31/2025 Physical construction may begin (noise producing) on-going 8/31/2025 All work completed and all receipts submitted to BJ’s Snance department Bidders may propose a date earlier or later, and will be evaluated accordingly. Thank you for your attention and consideration.
Due Date: 02/13/2025
Contract Term: 08/31/2025
Location: New York, NY
Ad Type: General
Primary Contact:
|
Congregation B'Nai Jeshurun
Operations
Erika Meister
Special Projects Coordinator
270 West 89th Street New York, NY 10024 United States
Ph: 917-509-8427
Fax:
emeister@bj.org
|
Secondary contact:
|
Congregation B'Nai Jeshurun
Operations
Erika Meister
Special Projects Coordinator
270 West 89th Street New York, NY 10024 United States
Ph: 917-509-8427
Fax:
emeister@bj.org
|
|