Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

63 -- Video Security/Surveillance System

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, Section 2C 806 13th Street, Ste 2, Vandenberg AFB, CA, 93437-5226
 
ZIP Code
93437-5226
 
Solicitation Number
Reference-Number-F4D5A15046A100
 
Response Due
5/2/2005
 
Archive Date
5/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation 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 30th Space Wing, Vandenberg AFB, is soliciting offers to install a video surveillance system at the dormitory facilities assigned to the 381st Training Group, Vandenberg AFB, California. This solicitation number is F4D5A15046A100 and will be issued as a request for quotation. This solicitation will be awarded as one line item and one each of unit measurement, using contract line item number 0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and DFARS Change Notice 20040625. The North American Industry Classification System Code is 561621 and the SIC code is 7382. The Size Standard is $10.5M. This acquisition is a 100% SMALL BUSINESS SET-ASIDE. SCOPE OF WORK: 1. Scope of Work: Contractor shall provide all labor, parts, materials, tools, supplies, transportation and equipment to install a surveillance camera system in the 381 TRG dormitory, bldg 9190 including charge of quarter (CQ) area and the adjacent dayroom and video room in bldg 9192. Contractor shall be responsible for installing any electrical and data wiring, electrical panel modifications, and circuit breakers as required for this surveillance camera system. 1.1. The surveillance camera system shall meet the following requirements: 1.1.1. System shall be easy to operate (user friendly), produce and store historical color images (except at night), and be expandable for future requirements. 1.1.2 Sufficient cameras to monitor, record all activities in common areas, i.e., hallways/corridors, stairways, laundry rooms, dayroom, media room, and parking lots (back and front). 1.1.2.1 Each camera must have a least 350 lines, and light capability (Lux level)-1.0 Lux. 1.1.2.1.1 Each camera must have a built-in iris lens that adjusts automatically to light level. 1.1.2.1.2 Outdoor cameras must include day/night capability. Color during day and black and white at night is acceptable. Outside camera mounts shall be resistant to corrosion and capable of withstanding average local weather conditions. 1.1.2.1.3 Each camera shall have auto focus feature. 1.1.2.1.4 Cameras shall have a remotely adjustable viewing zoom range (vary-focal feature) of 3mm (wide-angle/field of view) to 6 mm (narrow and zoomed angle/field of view) at a minimum. This will allow for framing and adjustment to the ideal and desired viewing area for each camera. 1.1.3 Two digital video recorders (DVR) and two monitors. One is to cover the dorm areas to include the laundry rooms and the other is to cover the dayroom, CQ area, media room, and parking lots. 1.1.3.1 Each DVR shall have the day or nighttime recording capability, color during day and black and white at night. 1.1.3.2 Video motion detection feature and capability to record images continually from all video inputs. Capability to filter out images that do not have activity with them and only save the images that include activity and store those images clips into the hard drive 1.1.3.3 Record and store historical digital data (images) for at least 4 to 5 weeks 1.1.3.4 Each DVR shall have a recording rate of 60 pictures per second share between the connected cameras 1.1.3.5 Each DVR must have an Uninterrupted Power Supply to protect the DVR from voltage spikes and minor electrical outages 1.2 Warranty: Contractor shall provide a warranty to the surveillance camera system for a period of one year upon acceptance by 381 TRSS personnel. This warranty includes parts and labor 2. Shipment: N/A. Contractor is responsible for the entire system. Acceptance will be done after completion of installation and functional check out by 381 TRSS personnel 3. Billing and Payment: a. Invoices shall be prepared in accordance with FAR 52.212-4(g). b. Invoices shall be electronically sent to 381 TRSS/TSR, Attn: Mr. Binh V. Tran, for verification of services and payment initiation in accordance with Wide Area Workflow instructions included in this purchase order. c. Payment will be made by organization identified in block 18a of the purchase order. 4. Period of Performance: The contractor shall complete installing this surveillance camera system NLT 3 June 05. 5. Base Passes and Controlled Area Badges: Permission for Contractor Personnel and Vehicles to enter Air Force installation is subject to approval by the Contracting Officer and the Security Forces Squadron. The Contractor shall be responsible for obtaining all necessary cards, passes, buttons, decals or other items required for access to the areas in which the work will be performed. The Contractor is required to apply for vehicle and individual identification media at the 30th Security Police Squadron, Pass and Registration Section, Building 11777. Identification media shall be surrendered to the Pass and Registration Section upon completion or termination of the contract, or upon termination of an individual's employment. APPLICABLE FAR REFERENCES: The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors?Competitive Acquisition (Jan 2004), 52.212-2, Evaluation ? Commercial Items (Jan 1999) apply to this acquisition. This item is being procured and will be awarded using simplified acquisition procedures in accordance with FAR 13.0. Offerors must submit completed copy of the FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, on-line at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Jan 2005). Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. Wide Area Work Flow ? Receipt and Acceptance (WAWF-RA) Invoicing System is now mandatory for use by DoD Contractors. WAWF-RA will expedite your payment processing time and allows monitoring of your payment status online. There are no charges or fees to use WAWF-RA. To register for WAWF-RA, log on to https://wawf.eb.mil. A site visit is scheduled for Tuesday, 26 April 2005, at 0930 local time. Due to the nature of this project, it is highly encouraged that all offerors attend the site visit. All bidders who plan to attend the site visit must submit the names of personnel from your firm no later than 4 p.m. local time on Monday, 25 April 2005. Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) at http://www.ccr.gov. FOB: Destination for delivery to 381st Training Group, Vandenberg AFB CA 93437. The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to Mary Avants at: Fax 805-606-5867; mary.avants@vandenberg.af.mil, 30 CONS, Bldg 7015 Vandenberg AFB CA 93437. Quotes are required to be received no later than 5:00 P.M. PST, Monday, May 2, 2005. Quote validity is for 60 days from the date of the quote.
 
Place of Performance
Address: 381st Training Group, Air Education & Training Command, 1472 Nevada Avenue, Vandenberg Air Force Base, California
Zip Code: 93437
Country: USA
 
Record
SN00791056-W 20050421/050419212108 (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.