Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2004 FBO #1014
MODIFICATION

58 -- Mobile Day/Night Surveillance System

Notice Date
9/3/2004
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-20002781
 
Response Due
9/15/2004
 
Archive Date
9/30/2004
 
Point of Contact
Brenda Lopez, Contracting Officer, Phone 520/670-6871, x4986, Fax 520/883-0628,
 
E-Mail Address
brenda.lopez@dhs.gov
 
Description
This synopsis is for the purchase of day/night video surveillance equipment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The NACIS code is 334220. The Simplified Acquisition procedures of FAR Part 13 are applicable to this procurement. This solicitation is to purchase day/night video surveillance equipment designed to be compatible with existing Border Patrol sky-watch tower systems. Three separate packages are being acquired through this solicitation. All items are to be procured through a single vendor. The intent of this purchase is to provide the Border Patrol with the following systems: A tripod mounted system that includes both day and night cameras and is operated via a wired control system connected to a control unit and portable video monitor. The monitor and control unit shall be installed in a suitable transport container (Pelican Case). All hardware should be able to be transported in a single passenger vehicle. A four-unit remote controlled system. Each of the remote units shall include day and night cameras, a video transmitter and remote control/telemetry package, associated antennas and video monitor. In addition, this package includes a remote control console (installed in a Pelican Case) utilizing a 6.5” quad-split screen for monitoring all remote sites simultaneously and a 12” screen for monitoring the remote site being controlled. The intent is to operate the remote control console from a vehicle that is not in the same area as the camera unit (Sky-watch tower). A pair of remote operated units capable of being controlled remotely and independently. Each of the remote units shall include day and night cameras, a video transmitter and remote control/telemetry package, associated antennas and video monitor. The control unit and video monitor shall be placed in a weather/shock resistant (Pelican) case. The following packages are: Package #1: “Tripod System” 1 Hitachi KP-D590 or similar color camera, w/25mm x 350mm Lens, w/2X Extender, (enclosed) 1 Raytheon 300D Thermal Eye or similar, w/100mm Lens, (enclosed) 1 Wired Command Control Video System* f/Tripod (preferred model of tripod: Hercules QHT-1, w/elevator assy., P/N 4-53021-8) *Mounted in Pelican Case Package #2: 4 Unit Remote System 1 Radio Frequency Remote Control Observation Control System, capable of controlling 4 observation units Each system includes: 4 ea. DSX-1840, 10-watt (L-band) video transmitters 4 ea. DSR-1800-4CS, video receivers 1 ea. DSR-ACO5NM-18, 5.5dBi gain Omni antenna 4 ea. DSR-ACO12NB-18, 12dBi gain directional antenna 1 ea. 5-watt telemetry control transmitter, w/antenna 4 ea. Telemetry control receiver, w/antenna 1* ea. 12” LCD (TFT) color display 1* ea. 6.5” LCD (TFT) color display, w/quad splitter 1 set cables and accessories required to install and operate 4 Hitachi KP-D590 or similar color camera, w/25mm x 350mm Lens, w/2X Extender, (enclosed) 4 Raytheon 300D Thermal Eye or similar, w/100mm Lens, w/Pan and Tilt tripod, (enclosed) *Mounted in Pelican Case Package #3:Two: 1 Unit Remote System (each of the two systems includes the following) 1 Radio Frequency Remote Control Observation Control systems for placement on existing Border Patrol sky-watch towers (http://www.sky-watch.net/) Each system includes: 1 ea. DSX-1840, 10-watt (L-band) video transmitters 1 ea. DSR-1800-4CS, video receivers 1 ea. DSR-ACO5NM-18, 5.5dBi gain Omni antenna 1 ea. DSR-ACO12NB-18, 12dBi gain directional antenna 1 ea. 5-watt telemetry control transmitter, w/antenna 1 ea. Telemetry control receiver, w/antenna 1 ea. 12” LCD (TFT) color display in Pelican Case 1 Hitachi KP-D590 or similar color camera, w/25mm x 350mm Lens, w/2X Extender, (enclosed) 1 Raytheon 300D Thermal Eye or similar, w/100mm, w/Pan and Tilt tripod, (enclosed) (Border Patrol requirements necessitate using the Quickset QPT-90 Pan and Tilt mount.) The following provisions in their latest editions apply to this solicitation: FAR 52.212.1, Instructions to Offerors-Commercial Terms and Conditions-Commercial Items; 52.212.3, Offeror Representations and Certifications-Commercial Items; 52.212.4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following additional clauses therein apply: 52.222.21; 52.222-26; 52.222-35; 52.222-37; 52.225-13; 52.232-33 and 52.252-2. To be considered for award, all potential contractors must be registered in the Central Contractor Registration. For contractor registration information, call 888-227-2423 toll-free; registration can be completed through the website: www.ccr.gov. Clauses and provisions may be accessed in the full text at http://www.arnet.gov/far/. Quotes may be submitted in contractor format and shall include (1) Company name, address, telephone number, e-mail address and fax number, (2) Solicitation number, (3) Price (including shipping), (4) Number of days required for delivery of the item after receipt of order, (5) Prompt payment terms, (6) Taxpayer Identification Number (TIN), Contractor DUNS number and Commercial and Government Entity (CAGE) code, (7) A completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items, must be submitted with quote. All Offerors assume full responsibility for ensuring that quotes are delivered by close-of- business (date). Offerors responding to this announcement shall submit their written quotes, and Representations and Certification to Brenda Lopez, Tucson Sector Headquarters, 1970 W. Ajo Way, Tucson AZ 85713. Point of contact is Mrs. Lopez, telephone 520-670-6871 (ext. 4986). All questions regarding this combined synopsis/solicitation shall be provided in writing to Brenda.Lopez@dhs.gov or by fax to 520-883-0628. Telephone inquiries will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-SEP-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-BT/USCS/PDDC20229/Reference-Number-20002781/listing.html)
 
Place of Performance
Address: Douglas Border Patrol Station, P.O. Box 1175, Douglas AZ
Zip Code: 85607
Country: USA
 
Record
SN00665786-F 20040905/040903213313 (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.