Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2002 FBO #0291
SOLICITATION NOTICE

63 -- CONTROL CAMERA SYSTEM

Notice Date
9/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 LG/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
 
ZIP Code
30069-4824
 
Solicitation Number
F09609-02-Q-0026
 
Response Due
9/26/2002
 
Archive Date
10/11/2002
 
Point of Contact
Mitchell Thomas, Contract Administrator, Phone 678.655.5087, Fax 678.655.5612, - Mitchell Thomas, Contract Administrator, Phone 678.655.5087, Fax 678.655.5612,
 
E-Mail Address
mitchell.thomas@dobbins.af.mil, mitchell.thomas@dobbins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation F09609-02-Q-0026 is hereby issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09, Dobbins Air Reserve Base, (Marietta) Georgia is soliciting for the acquisition of the following in accordance with the attached sttement of work: STATEMENT OF WORK DOBBINS ARB MAIN GATE CAMERA SYSTEM 1. LOCATION AND SCOPE: Location of project installation: These cameras are to be mounted at the Dobbins ARB main gate. 2. PURPOSE: Purpose of project installation: To capture images of vehicles that: a. Attempt to enter the installation without the proper identification and are turned away (turn-arounds). b. Disobey the commands of the entry controller and proceed past the guard shack (gate runners). 2. PROJECT DESCRIPTION: Specifications: Image quality must be color and must be sufficient in quality to determine the make and model of vehicle, color and distinguishing features of vehicle, and license plate number of vehicle. Mounting specifications: Provide an aluminum pole of sufficient height to mount the cameras. Cameras can be fixed type, but must be zoom capable and have low-light capability to work with existing lighting at the project installation location. If low-light capability can only be produced in black and white, this is acceptable as long as image quality remains high. Camera control specifications: Power for the cameras is already in place at the guard shack. There is no fiber optics installed at the project location so it must have a microwave control capability. There are multiple buildings in line of sight proximity that already have fiber optics installed. Security Force Control Center information: The operator controls and system support equipment will be installed in building 833 in the existing security controller's area. Controller must be able to adjust the zoom of the cameras. System must be capable of digitally recording for extended periods of time. Management must have option to save recorded periods at our discretion. System support equipment must be able to expand to accept at least 3 additional pan/tilt/zoom cameras in future upgrades. Training requirement: Vendor must provide an initial training session to security controllers no later than one week after installation. Service: Installer must be able to respond to service the equipment within 12 hours for emergencies and 24 hours for non-emergency repairs. Our unit will ensure access to any needed components. Service agreement: No service agreement will be included at the time of installation. However, installer must be able enter into a future negotiated service agreement meeting minimum response times listed above. CAMERA SYSTEM: CLIN 0001: TO PROVIDE ALL LABOR, TOOLS, PARTS, MATERIAL, TRANSPORTATION, FACILITIES NECESSARY FOR DELIVERY AND INSTALLATION OF A CONTROL CAMERA SYSTEM AS FOLLOWS. CONTROL ROOM 1 - PHILIPS S4SVRLP SYSTEM 4 SERVER, 16 CHANNEL COLOR, WITH 240 GB HARD DRIVE (REMOTE SOFTWARE INCLUDED) OR EQUAL 1 - PHILIPS KBD-UNIVERSAL INTUIKEY DIGITAL KEYBOARD WITH LCD. (FOR SYSTEM 4) OR EQUAL 2 - PHILIPS LTC 2821/90 19-INCH COLOR MONITORS. (16 CAMERAS FOR EACH MONITOR) OR EQUAL 2 - VGA MONITORS BY DOBBINS AIR RESERVE. 1 - FIBER OPTIONS 517R SLOT CARD CAGE. (FOR FIBER MODEMS) ) OR EQUAL 1 - FIBER OPTIONS EPS EXTERNAL POWER SUPPLY. (FOR FIBER MODEMS) ) OR EQUAL CLIN 0002: GUARD SHACK 2 - PHILIPS FIXED 7-INCH PENDANT MOUNT, HEATER AND FAN, CLEAR LENS, 5-50 MM AUTO IRIS LENS. ) OR EQUAL 1 - VIDEO COMM TCO2415L FOUR CHANNEL LEFT POLARITY 2.4 GHZ WIRELESS TRANSMITTERS ) OR EQUAL. 1 - VIDEO COMM TCO2415L FOUR CHANNEL LEFT POLARITY 2.4 GHZ WIRELESS ) OR EQUAL 2 - FIBER OPTIONS TRANSMITTER VIDEO AND DATA ) OR EQUAL. 2 - FIBER OPTIONS RECEIVER VIDEO AND DATA ) OR EQUAL. 1 - ALUMINUM POLE. CLIN 0003: INSTALLATION AND TRAINING FOR CLINs 0001 AND 0002 This procurement is set aside for small business. North American Industry Classification System (NAICS) Code for this procurement is 631110; size standard 500 employees. The DPAS rating is DO-C9E. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, shall apply along with Defense FAR Supplement (DFARS) 252.204-7004, Required Central Contractor Registration (CCR). Evaluation of quotes will be based on price. Quotes shall include a complete copy of FAR clause 52.212-3, Offeror Representations and Certifications--Commercial Items. FAR clauses 52.212-4, Contract Terms and Conditions--Commercial Items, shall apply with FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders--Commercial Items, DFARS 252-212.7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, AFRC 5352.222-9100, and AFRC 5352.237-9102, Permits and Licenses shall be incorporated into any contract resulting from this notice. Applicable clauses cited in 52.212-5 are 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.222-41, 52.222-42 and 52.232-33. Applicable clauses cited in 252.212-7001 are 252.225-7036. The full text of all FAR clauses may be accessed electronically at http: www.arnet.gov. A site visit will not be conducted. This procurement will follow simplified acquisition procedures in FAR Part 12. Please note that prior to award of contract, contractor must be registered in Central Contractor Registration. You may access CCR electronically at http://WWW.CCR.GOV. All interested parties should submit a written quote to 94 LG/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Proposals must be received by 4:30 P.M. (EST), on Friday 27 September 2002. All proposals shall reference RFQ F09609-02-Q-0026 and include all applicable referenced documents.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFRC/94LGLGC/F09609-02-Q-0026/listing.html)
 
Place of Performance
Address: 1354 Atlantic Ave, Bldg 701, Dobbins ARB, Georgia
Zip Code: 30069
Country: USA
 
Record
SN00169755-F 20020919/020917222242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.