Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

63 -- This is a combined synopsis/solicitation for commercial item in accordance with FAR Subpart 12.6. The NAIC 334220, SB, 750 employees. Purchase & install CCTV coverage of all roads and buildings at Kilauea Military Camp on the Island of HI.

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACA, Fort Shafter, Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-04-R-0086
 
Response Due
7/30/2004
 
Archive Date
9/28/2004
 
Point of Contact
Robert Batangan, (808) 438-6535 ext 199
 
E-Mail Address
Email your questions to ACA, Fort Shafter
(Robert.Batangan@shafter.army.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. The solicitation number W912CN-04-R-0086 IS ISSUED AS A Request for Proposal (RFP), and incorporates provisions and clauses those are in effect through Federal Acquisition Circular 90-45. The North American Industry Classification System code is 334310, with a small business standard of 750 employees. The acquisition is a firm-fixed contract. Purchase and install CCTV coverage of all roads and buildings at Kilauea Military Camp on the Isla nd of Hawaii. Provide all labor, materials, and equipment to provide an integrated emergency visual response system (Closed Circuit Television surveillance system) with an industry compliant infrastructure that will be Joint Technical Architecture (JTA) c ompliant. The requirement is for CCTV coverage of all roads and buildings at KMC in accordance with the Statement of Work contained herein. STATEMENT OF WORK FOR ANALYSIS DEVELOPMENT AND INSTALLATION OF CCTV EQUIPMENT AT KILAUEA MILITARY CAMP : 1.0 BACK GROUND: The mandate of access control installation, the events of September 11th and now the Global War on Terrorism (GWOT) require Kilauea Military Camp (KMC), a Joint Services Recreation Center, to develop and implement new Force Protection initiatives that will provide the Joint Rear Area Coordinator (JRAC) means to thwart terrorist attempts to compromise the installation. Kilauea Military Camp has a requirement to install a video monitoring network and the necessary ancillary equipment to positively identify in dividuals entering KMC facilities and actions incurring within the facilities. This network will establish an Emergency Visual Response System (EVRS) for KMC facilities and provide integration with the USARPAC EVRS system to be monitored at the Fort Shafte r PMO station.; 2.0 OBJECTIVE: The Contractor shall provide an integrated emergency visual response system, (Closed Circuit Television surveillance system) with an industry compliant infrastructure, that will be Joint Technical Architecture (JTA) compliant . The requirement is for CCTV coverage of all roads and buildings at KMC. Due to light conservation district expectations by the Department of Interior in support of various entities operating optical equipment on Mauna Kea the CCTV devices must be able to fill the visual surveillance requirement without additional visible spectrum lighting being added to the KMC inventory. System shall be capable of being monitored by USARPAC and KMC.; 3.0 TASKS/TECHNICAL REQUIREMENTS: Conduct a site survey and assessment of Kilauea Military Camp installation to determine/identify the requirements to fully integrate an operational EVRS into existing infrastructure IAW information provided on site at KMC based on surveys already conducted by Chief Physical Security, MP Bde- H/USARPAC; 25th Military Intelligence; and Anti Terrorism Officer 25 ID L G3. Design, build and install equipment.; 4.0 ITEMS/DATA TO BE DELIVERED: The Contractor shall provide the following during the term of the contract: 4.1 Survey the KMC facilities to identify KMC requirements of critical areas requiring visual surveillance.; 4.2 Design a solution that addresses the areas requiring visual surveillance that conforms to the fiscal, operational and security goals of KMC.; 4.3 Install a solution that meets the design specifications identified above to include outdoor remote control operated CCTV cameras throughout the KMC installation and monitoring hardware and software to view the system from HQ, KMC and remotely.; 4.4 Integrate a video monitoring headend at the KMC facilities enabling them to monitor the system in real-time as well as perform historical investigations. ; 4.5 Provide hands-on training, custom manuals and videos on the operation of the system.; 4.6 Provide seamless integration of visual monitoring coverage in an Emergency Visual Response System (EVRS) and with the USARPAC EVRS. 5.0 STANDARDS TO FOLLOW Contractor shall be responsible for m eeting all standards enumerated below:; 5.1Installation documents will reasonably describe the intent of the quality and scope of the installation for the project IAW details furnished by Kilauea Military Camp.; 5.2 Contractor shall immediately notify the contracting officer in writing of any proposed alternate methods and materials for consideration.; 5.3 Contractor shall submit in writing any request for modification to the plans and specifications.; 5.4 Contractor shall be held fully responsible for prov iding a fully turn key CCTV system IAW requirements set forth by KMC during the site survey.; 5.5 The contractor shall protect all items, in and above ground within the project site from damage. Damage to buildings, sidewalks, landscaping, lawn, and over p ainted items, shall be replaced and/or repaired to match existing material/finishes at no extra cost to the government.; 5.6 Restore planted and landscaped areas disturbed by new work and/or installation to original condition unless noted otherwise.; 5.7 C ontractor, and their subcontractors, shall visit the site prior to submitting bids to verify and note all existing conditions. POC for KMC is Marc Swanson (808) 967-8341.; 5.8 Contractor shall patch all surfaces exposed from cutting, and or removal work. C ontractor shall coordinate with KMC Directorate of Public Works (DPW) before making modifications to any real property. Any cutting or drilling will be patch shall match the material and finish of adjacent surfaces. Roofs will be patched to prevent leaking where cutting or drilling is necessary.; 5.9 ??????Provide?????? shall mean furnish and install new item(s) as detailed or noted in the contract documents IAW the site survey.; 5.10 Contractor shall meet or exceed all applicable Code requirements.; 5.11 C ontractor shall meet or exceed all applicable DoD regulations.; 5.13 Contractor shall submit as-built schematics of all furnished equipment. The as-built schematic shall consist of the layout of existing and new equipment at each location. Contractor shall provide electrical specifications for all new equipment as a part of the as-built schematic. Delivery shall be made FOB destination (FAR 52.247-34) to US Army Garrison HI, Director of Community Activities, at Kilauea Military Camp on the Island of Hawaii , Contact: Marc Swanson at (808) 967-8341or 438-0361 to schedule a site visit. The provisions at FAR 52.212-1, Instructions to Offerors Commercial, apply. FAR 52.212-2 Evaluation Commercial Items As a minimum, the proposal shall contain (1) Method of accom plishment; (2) Descriptive Literature to determine product acceptability; (3) Listing of materials to be utilized for the completion of the project (4) Listing of past performance (contract references, include name/address/phone); (5) Time schedule; (6) Qu ality Control/Inspection system. Offerors who fail to follow the format and requirements listed in 1 through 6 may be found unacceptable. Proposals will initially be evaluated for product acceptability. Only proposals with acceptable products will be consi dered. Award will be made to the responsible offeror on the basis of the lowest evaluated price with acceptable past performance and ability to meet the delivery schedule. The government may award a contract based on initial offers received, without discus sion of such offers; therefore, initial offer should contain the offerors best terms from a cost or price and technical standpoint. Offerors must include a completed copy of the provision at FAR 51.212-3, Offeror Representations and Certifications Commerci al Items and 52.212-7000 Offeror Representations and Certifications Commercial Items with all offers. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or F ee adjustment for Illegal or Improper Activity 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-14 Limitation on Subcontracting; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veteran s and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-0024 Preaward On-Site Equal Opportunity Compliance Evaluation; 52.203-3 Gratuities; 52.204-4 Printed or Copied Double Sided on Recy cled Paper; 52.204-7001 Commercial and Government Entity Cage Code Reporting; 52.209-7001 Disclosure of Ownership or Control by The Government of a Terrorist Country; 52.212-7001 Contract Terms and Conditions Required to Implement Statutes; 52.232-0017 Int erest; 52.232-0033 Payment by Electronic Funds Transfer Central Contractor Registration; 52.242-13 Bankruptcy; 52.400-4096 Electronic Funds Transfer Payment; 52.233-2 Service of Protest; 52.204-1 Approval of Contract. The following DFAR Clauses applies: 25 2.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7007 Buy American Act Commodities; 252 .225-7014 Preference for Domestic Specialty Metals; 252.225-7015 Preference for Domestic Hand or Measuring Tools; 252.247-7024 Notification of Transportation of Supplies by Sea, The Defense Priorities and Allocations System (DPAS) does not apply. Descripti ve literature and past performance shall be mailed or faxed to the ACA, RCO-HI, ATTN: SFCA-PRH-C, Building 520 (Basement), Fort Shafter, Hawaii 96858-5025, Fax numbers (808) 438-6544 or 438-1337 no later than 07/30/2004, 2:00 P.M. Hawaii Standard Time. For information regarding this solicitation, contact Robert Batangan (808) 438-6535, extension 199. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted.
 
Place of Performance
Address: ACA, Fort Shafter Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
Country: US
 
Record
SN00627771-W 20040723/040721212412 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.