Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

63 -- Digital Surveillance System

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Pensacola, 6000 West Highway 98, Pensacola, FL, 32512-0003
 
ZIP Code
32512-0003
 
Solicitation Number
N00203-04-Q-7008
 
Response Due
5/29/2004
 
Archive Date
6/13/2004
 
Point of Contact
Maria Foisey, Contracting Officer, Phone 850-505-6683, Fax 850-505-6340, - Carleton Leary, Contracting Officer, Phone 850-505-6436, Fax 850-505-6340,
 
E-Mail Address
mafoisey@pcola.med.navy.mil, jcleary@pcola.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIAL INSTRUCTIONS **SPECIAL NOTICE: ALL BIDS RECEIVED ON THE FIRST 10 DAYS FROM POSTING DATE OF THIS REQUEST FOR QUOTATIONS (RFQ) WILL BE CONSIDERED FIRST. CLAUSES INCORPORATED BY REFERENCE 52.203-2 Certificate Of Independent Price Determination APR 1985 52.203-3 Gratuities APR 1984 52.203-7 Anti-Kickback Procedures JUL 1995 52.204-3 Taxpayer Identification OCT 1998 52.204-6 Data Universal Numbering System (DUNS) Number OCT 2003 52.204-7 Central Contractor Registration OCT 2003 52.211-5 Material Requirements AUG 2000 52.211-6 Brand Name or Equal AUG 1999 52.211-8 Time of Delivery JUN 1997 52.211-16 Variation In Quantity APR 1984 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.219-1 Small Business Program Representations APR 2002 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-6 Davis Bacon Act FEB 1995 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-20 Walsh-Healey Public Contracts Act DEC 1996 52.222-41 Service Contract Act Of 1965, As Amended MAY 1989 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-18 Availability Of Funds APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.232-25 Prompt Payment OCT 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest AUG 1996 52.233-3 Protest After Award AUG 1996 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.246-16 Responsibility For Supplies APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Digital video recorder and transmissionFFP32 Channel DIGITAL VIDEO RECORDER AND VIDEO TRANSMISSION SYSTEMARCHITECTURAL AND ENGINEERING SPECIFICATION Section 13740 - Closed Circuit Video Surveillance Systems 1.MANUFACTURER A.This product shall be manufactured by a firm whose quality system is in compliance with the I.S./ISO 9001/EN 29001, QUALITY SYSTEM. B. The manufacturer shall be ISO 14001 Certified and adhere to an Environmental Management System that strives to reduce the impact its products and processes have on the environment. 2.0 DIGITAL RECORDER AND TRANSMISSION SYSTEM REQUIREMENTS A. The product specified shall be a digital video recorder and transmission system designed to provide, but not be limited to, the following functions: 1. Live video surveillance with simultaneous event-driven or continuous image recording capability. 2. View live or recorded images at the local recorder or via a network connection from another compatible remote recorder or from a remote workstation via Internet Explorer 5.0 or higher. 3. Transmit live video images to a remote recorder location during an alarm or trigger event. 4. Record video images to a local hard disk drive or to a remote recorder via a network connection. B. The system specified shall be a digital video recorder and transmission system based on the Windows? embedded XP operating system and enclosed in a standard EIA 19-inch rack mountable enclosure and provided with a keyboard and mouse for full system control. The recorder shall be equipped with a CD-RW for archiving and removable of recorded video, floppy disk, sound card, hardware watchdog and Ethernet card. Each recorder unit shall be designed to be a transmitter or a receiver. C. The digital recorder and transmission system specified shall be a 32 channel unit 480GB disk drives on board. The system record rate shall be 120 images per second (ips) and stored using JPEG compression to an internal and external hard disk systems that can provide instant access to the video for assessment. Each camera shall have an adjustable record rate and a selection of up to five (5) compression level settings. D. The recorder and transmission system specified shall display live or recorded video in a full screen or multi-screen format on an SVGA monitor with up to 32 images per display screen. 1. All cameras in a multi-screen view shall be displayed in the same size. 2. All camera displays shall be auto sized and arranged as cameras are added for display. 3. The multi-screen view shall automatically change to add cameos as cameras are selected for viewing.4. When full screen video is selected, the operator shall have the option to display it with or without the Windows GUI being displayed. E. A sequence shall be user-programmable that allows any or all of the video inputs to be sequenced (automatic changeover)on the SVGA monitor as a full-screen display with an adjustable global dwell time (interval). F. The system shall allow the stored video to be played back in the forward or reverse direction, frame by frame, and from beginning or end of the clip using standard VCR-like buttons. Reviewed video clips or still images may be zoomed in or out. The images may be printed to a printer connected to the parallel port of the local recorder or via a network printer. Single JPEG or HTML images or video clips may be exported to a CD-RW for recorded video removal. Images shall be exported in a proprietary format with a stand alone player. Playback of the exported images from this CD shall be possible from any Windows? based PC. G. Secure operation shall be provided via a watchdog function for all software modules. In the event of a power loss there will be virtually no data corruption and the system will automatically recover when power is restored. H. The recorder shall provide embedded Internet Web Browser access that allows a remote PC using Windows Explorer 5.0 or higher to communicate with the recorder via a network. The browser shall be a secure connection using log-on and authorization levels during transmission. From the remote site using the browser, the live video images shall be displayed in single or multi-screen format; video displayed as single screen sequences; status of the inputs shall be displayed; remote relays shall be controllable; I. The recorder shall provide automatic network bandwidth throttling that prevents the recorder from using bandwidth used by other applications running on the network.J. An optional remote receiver software program shall be available from the specified digital recorder manufacturer that will operate on a remote Windows XP PC that has the same functionality and user interface as the specified digital recorder system. Operation of this remote receiver software shall require installation of a manufacturer supplied Dongle key to the remote PC.K. Images shall be recordable on a scheduled weekly/daily, day/night/ holiday, and special exception days basis. The digital video recorder shall be capable of searching recorded by camera number, date/time, and in specific archives. The recorder shall allow network wide searches of archived video images and be capable of receiving multiple network transmissions simultaneously.L. The recorder shall provide video motion detection for each camera input. The recorder shall provide a smart search mode that searches programmed areas of images that have been recorded during motion. This smart search feature shall be supported by the digital video recorder specified either on the local recorder or via the network. Smart search shall also be possible between any two specified recorder units in the entire network and also via the optional remote receiver software running on a remote PC workstation operating on Windows XP.M. The recorder shall provide video storage for up to 254 dedicated, labeled, disk location archives.(SEE CONTINUATION SHEET)PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 3 Each 32-channel digital video recorderFFPSee line item one and continuation sheet for detailed specificationsPURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 3 Each Digital video array, RAID 5FFPwith 14-160 GB minimum HDD, 120/240 VAC, 50/60Hz. See line item one and continuation sheet for detailed specificationsPURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 6 Each Camera(s)FFPHigh resolution CCD camera, 1/4". Accepts AC/DC voltages, with an integral 2.6-6mm varifocal lens, the focal length and focus can be manually selected after unit is mounted to the wall. DC iris capability to allow camera to automatically adjust to fluctuations in extreme light levels. Unobtrusive appearance preferred. Backlight compensation, line-lock with phase adjustment, fixed cameras in 90mm domes. Voltage range: 21-27 VAC or 11-13VDC, NTSC. Horizontal resolution: 480 TVL color. PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 7 Each 20 or 21 inch Color video monitorFFPHigh resolution, high performance color video display monitor, with a 51cm viewable picture area and multistandard compatibility. Built-in loudspeaker and inputs able to accept NTSC, PAL, and S-video standards. Auto termination capability. Must have auto-detect function which identifies whether input signals are NTSC or PAL and automatically switches mode accordingly. Provide a 'no input' on-screen indication in the event of loss of video signal. Monitor adjustments are made via the front control buttons together with the volume data control buttons. Selections and adjustments can be made to monitor functions such as picture sharpness, tint, color, brightness, and contrast. An 'on-screen display' provides feedback information of the selected settings. Speaker volume is also adjustable with push-button switches arranged conveniently on the front panel for easy access. PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 1 Each 15-inch Color video monitorFFP15-inch color LCD XGA monitor, 1024x768, 75Hz, 0.3mm, with monitor stand, Aspect Ratio: 4:3 (Standard), Color Depth: 16.7 Million Colors (24-bit), Contrast Ratio: 400 :1 % , Diagonal Size: 15 in , Interface Type: Video - 15 pin High-Density D-shell (VGA), Mounting: Desktop, Pitch: 0.3 mm, Refresh Rate at Max Resolution: 75 Hz, Resolution: 1024 x 768 (XGA), Viewable Size: 15 in Dimensions, Height: 12.2 in, Width: 13.5 in, Depth: 6.7 in, Weight: 8.2 lbs PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 1 Each 8-port CPU KVM Switch, APCFFP***PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 1 Lot System installation and integrationFFPSTATEMENT OF WORK FOR COMMUNICATIONS CENTER UPGRADEGeneral Description:The contractor shall provide an upgrade to the existing analog recording system with a Bosch Digital recording system that will interface to the current matrix switch and mount into the existing built-in cabinetry (Blueprint avail upon request). Contractor shall provide a server based unit that allows for authorized personnel remote internet-based login capability to view security surveillance and recorded images, real time. Interested contractor may evaluate the current system by contacting Steven Anderson (850)505-6006. Evaluation periods will be conducted by appointment only. The contractor shall provide all labor, material and equipment to:Disconnect and remove all VCR machines and non essential wiring from the existing security console panel.Individually move all existing cameras (approximately 70) from the analog system to the new system to allow for proper channel programming and identification labels.Loop all existing cameras and provide and install 6 new cameras into the digital recorders. The (7) seven new monitors will also be a part of this loop. Four (4) of the new cameras will be installed in the main pharmacy and two (2) will be installed in the communication center.Install the servers and disk drive arrays into the existing "bridge" before making the conversion to the new system. The contractor shall train the appropriate security personnel in how to use the system before the new digital system goes "live".Provide training on the new system to security personnelTest and demonstrate the system in the presence of Security and Facilities personnel. The system must function appropriately and include coverage of all areas that are currently under surveillance. The contractor shall obtain all required permits, adhering to all government and state code requirements. Provide labor and equipment necessary to maintain a clean and safe job site in accordance with OSHA. The contractor is responsible for the disposition of debris and other disposable items that results from the installation.The contractor shall coordinate with the Facilities Management Officer and the Information Technology Officer before and during the installation of wire/cables. All new wiring must be installed in accordance with the latest NFPA and NEC Codes. All work shall conform to state, federal and local laws and industry regulations.The contractor shall provide one (1) year parts and labor warranty for the system including same day service for partial or completes system failure. Information regarding an extended warranty plan which includes semi-annual maintenance is requested. ACCESS TO GOVERNMENT PROPERTY AND FACILITIES: The Contractor will be allowed access to the hospital buildings and facilities as necessary to perform the work. All workers must check in with the security department for necessary clearance and identification badges. COMMENCEMENT, PERFORMANCE AND COMPLETION OF WORK: The contractor will commence all work within fifteen (15) calendar days after the contract is awarded and complete all work with thirty (30) calendar days. All work shall be performed during normal working hours (0730 -1600 Monday thru Friday).PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 1 Lot System training & tech supportFFPMust be included in price of package; Initial training of personnel and troubleshooting must be included without charge upon completion of installation. Phone tech support services must also be included for first 6 months after installation.PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 1 Lot One year parts & Labor warrantyFFPA minimum of one year warranty on all parts and labor must be included without charge.PURCHASE REQUEST NUMBER: N00203-04RC-MF001 NET AMT FOB: Destination CONTINUATION SHEET 2.01 System Administration A. The recorder shall allow 255 definable users. User profiles shall be programmable that restrict access to live or recorded video and also defines who shall have permission to delete images. B. The recorder shall log who starts up or shuts down the system, who logs on or off, any connections made via the network, any images that were archived, any system malfunctions, and who searched for events. C. The recorder shall provide two setup configuration programs: 1. Basic Configuration Wizard- Intended for use by an untrained user. System automatically recognizes the video hardware, such as camera inputs, that are connected and then sets the configuration accordingly. 2. Standard Configuration ? allows for more customization of the system by users who are more familiar with the system. 2.02 Integration or Alarm input capability: A. Images shall be recorded manually, via motion detection, via alarm input triggers from up to sixteen (16) NO/NC relays in the 16 channel unit and up to thirty-two (32) NO/NC relays in the 32 channel unit. Images may also be recorded from commands sent via RS-232 communication. The system shall be capable of recording 1 to 10 seconds of Pre-alarm video images in addition to recording post alarm video. B. The recorder and transmission system specified shall be compatible via the RS-232 interface with the Bosch (Radionics) Security Systems D9412 and D7412 alarm panels revision 6.3 and higher. C. Events that may occur when the recorder is triggered: 1. Record images to the hard drive. 2. Transmit images to remote stations. 3. Activate relay 16 outputs. 4. Backup the recorded video. 2.03 External Archive 60 Days of Storage (RAID 5) A. A SCSI adapter port shall be included by the manufacturer with each 32 channel unit as part of the standard digital video recorder and transmission system specified. The SCSI adapter port shall be operational with an optional external archiving device that has been tested and approved by the manufacturer of the specified digital video recorder and transmission system. The archive storage unit shall be an array that provides 2 terabytes of additional image storage per 32 channel recorder. 2.04 Networking capability for Image transmission and remote control: A. PSTN via modem (optional) B. Internet C. Ethernet 10/100 Base T 2.05 MECHANICAL SPECIFICATIONS A. Dimensions: 7.0 H x 19 W x 19 D inches (17.5 x 48.5 x 48.5 cm) B. Weight: Approximately 33 lbs. (15kg) 2.06 SAFETY COMPLIANCE A. Complies with CE regulations, UL, CSA, EN and IEC Standards. 2.07 Electromagnetic Compatibility (EMC) A. Complies with FCC Part 15, ICES-003 and CE regulations. Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 0004 N/A N/A N/A Government 0005 N/A N/A N/A Government 0006 N/A N/A N/A Government 0007 N/A N/A N/A Government 0008 N/A N/A N/A Government 0009 N/A N/A N/A Government 0010 N/A N/A N/A Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 N/A N/A N/A N/A 0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A 0006 N/A N/A N/A N/A 0007 N/A N/A N/A N/A 0008 N/A N/A N/A N/A 0009 N/A N/A N/A N/A 0010 N/A N/A N/A N/A Section G - Contract Administration Data Section H - Special Contract Requirements CLAUSES INCORPORATED BY REFERENCE 252.232-7003 Electronic Submission of Payment Requests JAN 2004 ELECTRONIC INVOICING INSTRUCTION(S) FOR INVOICE SUBMISSION: Note To Contractor: The Federal Government is implementing faster means for submission of your Invoices via internet under (WAWF Program). ELECTRONIC INVOICE SUBMISSION CONTACT ? MIKE CLARK Email: mtclark@nmlc.med.navy.mil WAWF Customer Support: 866-618-5988 Frederick Office: 301-619-3030 INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF) The vendor shall self-register at the web site http://wawf.eb.mil Vendor training is available on the internet at http://wawftraining.com A separate invoice will be prepared for every two weeks. Do not combine the payment claims for services provided under this contract. Select the 2-in-1 Invoice within WAWF as the invoice type. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding NAVAL HOSPITAL PENSACOLA is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N00203 Acceptor DODAAC: N00203 LPO DODAAC: N00203 Pay DODAAC: N68688 [ Unless other pay office] The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms.
 
Place of Performance
Address: 6000 West Hwy 98, Pensacola, FL
Zip Code: 32512
Country: US
 
Record
SN00587270-W 20040519/040517212306 (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.