Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2003 FBO #0580
SOLICITATION NOTICE

D -- Provide and Install security cameras

Notice Date
6/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F41652-03-T-0002
 
Response Due
7/14/2003
 
Archive Date
7/29/2003
 
Point of Contact
Todd Butler, Contract Administrator, Phone %28915%29+696-2546, Fax %28915%29+696-4078, - Gloria Dix, Contracting Officer, Phone (915) 696-2160, Fax (915) 696-4078,
 
E-Mail Address
todd.butler%40dyess.af.mil, Gloria.Dix@dyess.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation F41652-03-T-0002 is issued as a request for quote (RFQ). This solicitation as well as all provisions and clauses are current through Federal Acquisition Circular 2001-13. This procurement is a small business set-aside under SIC Code is 5731/NIACS code is 443112. You must be registered in the Central Contractor Registration (CCR) to bid on this solicitation. DESCRIPTION: Install security camera system to include the software IAW Statement of work. Proposed Delivery Date: _______. FOB Destination Install six (6) 25 foot Galvanized Poles ____________ Install five (5) Spectra III Dome Camera system __________ Install one (1) Spectra III Dome Low Light Camera System_________ STATEMENT OF WORK FOR INSTALLING CLOSED CIRCUIT TELEVISION (CCTV) CAMERAS FOR THE MAIN, TYE AND DELAWARE GATES AT DYESS AFB, TX: 1. DESCRIPTION OF SERVICE: The contractor shall provide all management personnel. These personnel will watch over all work and men necessary to complete all work. The contractors will provide all labor and material. The contractors will install six (6) 25 foot galvanized poles with mounts and cameras. The main gate shall have three galvanized poles (25ft ea) and 3ea Spectra III Dome cameras systems installed with fiber optic (Single Mode-Armored Cable) lines in conduits connecting the three cameras to the preexisting lines in Bldg 9265. The Tye gate shall have two galvanized poles (25ft ea) and 2ea Spectra III Dome Cameras systems installed with fiber optics (Single Mode-Armored Cable) lines in conduits connecting two cameras to the preexisting fiber optic line in Bldg 9045. The Delaware gate shall have one galvanized pole (25ft ea) and one Spectra III Dome Low Light Camera system installed with fiber optics (Single Mode-Armored Cable) line in conduit connecting one camera to the preexisting fiber optics line in Delaware guard gate. All gates will be tied in with the preexisting fiber optic (Single Mode) system to bldg 6117. Fiber Optics (Single Mode) in-house cable shall be install from the communication room demarcation point in Bldg 6117 to the SFCC monitored office and the contractor shall connected all six cameras to the new equipment (monitor shall be no less than a 25in). All cameras will be monitored from the Security Forces Control Center (SFCC) located on Dyess (390 4th AVE, BLDG 6117). All systems must have constant viewing and recording capabilities at the SFCC. The performance period for installation shall be 180 days. The performance period for maintenance shall be one year. All installation shall be done in accordance with all commercial practices, manufactures specification, and recommendations. The Contractor shall engineer the cameras layout for each gate and software configuration and provide to the user for their approval before starting construction. The contractor shall supply all electric work. 1.1 SYSTEM INSTALLATION: The contractor shall supply all material and labor to perform IAW the SOW. All installation shall be done in accordance with manufacture specifications, recommendations, and Air Force specifications. The Contractor shall acquire an AF Form 103. 1.1.1. BASE SYSTEM: The CCTV system shall be the Spectra III Dome positioning System and software “Smart Site by System Work”. The system should have the ability to be programmed to reduce or increase the number of frames per second recorded. System should have auto-track capability once locked on an item (usually a car or person). Full recording and playback capability will be recorded to a stand-alone computer for 30 days storages (to be provided by the contractor) with DVD write capability, and the system must be expandable to add more cameras (50 total). System should have back up power to continue powering the system in case of power failure for a minimum of 4 hours at camera location that is self-contained. System must have user-friendly control pads, multiple control pad capability and lock out capability at one control pad. System should be able to store footage from memory in camera and must have digital and analog signal and a self-diagnostic alert signal. The cameras should have low light (night time operations) capability and excellent zoom capability (30X) with auto focus. They should be all weather, color and capable of panning 360 degrees and need to have an anti-fog/lens heater. Cameras will be controlled from SFCC, 390 Fourth Avenue. The control center must have the ability to switch cameras to monitor specific gates. Recording equipment and monitors compatible to the type of cameras used are also required. 1.2. SYSTEM MAINTENANCE: The contractor shall maintain the system for one year after completion of installation of all units. All issues with the system will be diagnosed and corrected by the contractor during that period within 48 hours of notification by the contracting office. When the system is installed, the contractor shall provide training for the SFCC workers so that they can operate and determine the system is working properly. All future software up-grade will be free. 1.3. LONG TERM MAINTENANCE: After completion of one-year warranty period the system will be transferred to the Base Camera Contract. This award will be made on the basis of lowest cost, technically acceptable. Please provide a price breakout of labor and parts The following provisions and clauses apply to this acquisition: FAR 52.212-1 Instruction to Offerors-Commercial items; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications – Commercial Items (Contact TSgt Todd Butler for copy of Representations and Certifications if necessary); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Items. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. In addition, the following clauses shall also be applicable to this solicitation: DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.225-7000 Buy American Act and Balance of Payment Program, DFAR 252.246-7000 Material Inspection and Receiving Report, AFFAR 5352.242-9000 Contractor Access to Air Force Installation, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items. Quotes are due to 7 CONS/LGCB, 381 Third Street, Dyess AFB, TX 79607 no later than 14 July 2003, 2:00 P.M. Central Standard Time.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/7CONS/F41652-03-T-0002/listing.html)
 
Place of Performance
Address: Dyess AFB
Zip Code: TX
Country: USA
 
Record
SN00360939-F 20030702/030630221710 (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.