Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

58 -- Video Surveillance Camera System

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
423410 — Photographic Equipment and Supplies Merchant Wholesalers
 
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-FA4610-05-T-0023
 
Response Due
8/26/2005
 
Point of Contact
Celeste Cappomagi, Contract Specialist, Phone 805-606-2515, Fax 805-922-1703, - Celeste Cappomagi, Contract Specialist, Phone 805-606-2515, Fax 805-922-1703,
 
E-Mail Address
celeste.cappomagi@vandenberg.af.mil, celeste.cappomagi@vandenberg.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for the following service: 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/cooridors, 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 night time 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 30 days 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 1.1.3.6 Run all wires and cables in overhead ceiling where possible (dropped ceiling) and bundle with zip-ties. Typical construction contract regulations, laws, and USAF Instructions shall be adhered to as amended. Electric equipment shall be Underwriters Laboratory (UL) listed, NEC, NFPA, etc. should be followed 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. Proposal: A proposed layout shall be submitted to the 381 TRSS/TSR for eview and evaluation. Layout shall have sufficient details showing, i.e., where cameras are going to installed for each floor, what type of cameras and DVRs, etc. 3. Shipment: N/A. Contractor is responsible for the entire system. Acceptance will be done after completion of installation and functional check out . 4. Billing and Payment: a. Invoices shall be prepared in accordance with FAR 52.212-4(g). b. Invoices shall be electronically sent 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. 5. Period of Performance: The contractor shall complete installing this surveillance camera system NLT 1 Oct 05. 6. 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. This combined synopsis/solicitation is 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. This combined synposis/solicitation is issued as a request for quote (RFQ) FA4610-05-T-0023. Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and DFARS Change Notice 20040625. North American Industrial Classification Standard 423410, Size Standard, 500 employees, applies to this procurement. FOB: Destination for delivery to Bldg 9192, Vandenberg AFB CA 93437 .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--Commercial Items. Quotes will be evaluated on price related factors only. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. 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 at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. A site visit will be held on 17 Aug 2005 at 10:00 PM PST. It is advised that all interested parties attend this site visit. Please send me the names of the people who will be attending the site visit, by email or fax, by 2:00 PM PST on 16 Aug 2005. Any questions will need to be submitted in writing by 2:00 PM PST on 19 Aug 2005. The answers will be posted on the eps website by Tues, 23 Aug 2005. All quotes must be sent to Celeste Cappomagi at : Fax 805-606-5867; celeste.cappomagi@vandenberg.af.mil; 30 CONS Attn: Celeste Cappomagi Bldg 7015 Sec 2C Vandenberg AFB CA 93437. Quotes are required to be received no later than 2:00 PM PST, Friday, 26 August 2005. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/30CONS/Reference-Number-FA4610-05-T-0023/listing.html)
 
Place of Performance
Address: Building 9192 Vandenberg AFB CA
Zip Code: 93437
 
Record
SN00894538-F 20050915/050913213721 (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.