Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

N -- Pan Tilt Camera

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-F3H3G3615A100
 
Response Due
6/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Fedbizopps Announcement F3H3G3615A100 This is a combined synopsis/solicitation, no separate solicitation document will be issued. The statement of work for this project includes, but is not limited to, design, material, and procurement, to provide a complete and usable product to the Government. The contractor shall provide all labor, materials, equipment, transportation, and supervision required to provide video surveillance from a Mobile Command Post. All work shall be accomplished in accordance with, but not limited to the contract, statement of work, common work practices, and industry standards. 1. Scope of Work: The 55 CES/CEX Readiness shop requires a telescoping 45? mast system, all weather remotely operated optical zoom camera system mounted on a remote operated pan-tilt platform, and support an additional load capacity of 40 lbs in the erect position (above the weight of the pan-tilt and camera equipment). 2. The mast system shall be self-erecting with a manual capability able to operate erect conditions listed in paragraph 9. The mast system shall be capable of being fully erected in 10 minutes by a properly trained technician. The mast system shall include all necessary hardware and cable management systems to support four category five (Cat-5) cables and four LMR 600 coaxial cables. The cable management system shall be constructed in such a manner as to prevent entanglements or cable breakage in both the erect and lowered position. The mast erection system shall be capable of operating with 12 Volt Direct Current (DC) and 120 Volt, 60 Hertz Alternating Current (AC) with a load of not to exceed 8 Amperes (Amps). 2.1 The vendor shall provide all installation equipment and services to mount the mast system on a government owned 22? Wells Cargo tandem axel trailer capable of handling 70 mph speeds in the lowered position. The mast system and installation shall be balanced and not compromise the safety of structural integrity of the trailer during transit or during operational use. 2.2 The vendor shall provide such deliverables as all mast system engineering, maintenance and warranty documentation, and maintenance procedures. The vendor shall offer maintenance services, to include Government Services Agency (GSA) pricing if applicable, as optional services each listed separately. 3. The vendor shall provide a remotely operated pan-tilt-zoom color camera system capable of capturing, storing, and transmitting high resolution color images with an Internet Protocol (IP) capability in a 360 degree horizontal and 120 degree vertical radius. The camera system shall be equipped with 3.1 The camera system shall be mounted inside weather proof heated housings capable withstanding the weather identified in para. 9. The camera system shall be mounted on a remotely operated pan-tilt platform able to withstand weather conditions listed in para 9. The camera system shall at a minimum be capable of 10x remotely controlled power optical zoom. 3.2 The camera system and pan tilt platform shall be mounted in such a fashion as to allow quick and easy removal and installation for transportation or maintenance. 3.3 The camera system shall include software/hardware able to store 30 days worth of continuous video data and be configured to share video images using standard Microsoft products. The camera system video storage equipment shall be have removable media where possible. The camera system software shall have the capability transmit video images via email and 64 Kilobit per sec (64Kbps) satellite connection. The camera system software shall be able to compress and edit video images on site using standard personal computers (PC) 4. Major Items of Work: a. 45? Mast b. High Definition/HD Camera & Internet Protocol/IP Camera c. Climate Control Dome or Housing Unit d. Power and communication support for equipment e. Software & Hardware 5. Location of Work: Installation and maintenance work shall be accomplished within the Omaha, NE metro area. 6. 45? Mast: - The mast must be self lubricating and electric, cable pulley operated with manual backup that will extend to 45? when fully deployed. The mast shall extend 30? above the trailer when fully extended and not exceed 8? above the trailer when fully lowered. The mast shall be rated to withstand a 70 mph winds when fully erect, all external wiring shall be run through coiled conduit, and all connections shall be weather resistant. The mast shall be able to support the camera housing unit with quick connect and disconnect assembly and support an additional 40 lbs. The mast shall be constructed of heavy-duty aluminum that is self lubricating for low maintenance. 7. HD Camera: Shall be able to convert images to 1280x720 resolution using the installed software, 3 Mega pixel CMOS, Sensitivity: 0.1 Lux, Sensor: ? inch CMOS progressive scan, Video Output: 2 BNC (Multiview, and ZUP or electronic PTZ), Dynamic range: 125db, Communications: RS232; RS485, White Balance: Automatic, BLC selectable. 8. IP Camera: Shall meet or exceed the following requirements. 2 Mega pixel CMOS Image Sensor, 1600(H) x 1200(V) pixel array, ? inch optical format, 4.2um pixel pitch, Bayer mosaic RGB filter, sensitivity 0.5 Lux @ F1.4, Dynamic Range 60db, Maximum SNR 45 db, Date Rate up to 55 mps, Video Frame Rate up to 24 fps @ 1600x1200 Motion JPEG with 21 levels of quality, TFTP & HTTP transmission protocol, 100Base-T Ethernet network interface. 9. Climate Control Dome or Housing Unit: The unit shall be a quick disconnect unit from the mast for storage to prevent damage during transit. The unit shall be climate controlled to allow operation during in inclement weather. Unit must be water and dust proof able to operate within -10 degrees F to 130 degrees F. 10. Power and Communication: Support for Equipment: POE or DC input, UPS 950KVA, Wireless protocol 11. Software & Hardware: The software is the key component to the capture and playback of High Definition video, or 1280 X 720 progressive scan video, using unique high definition cameras, which produces a NTSC (1280 X 720 progressive scan video)/Pal (720x480, 720x576) with frame rates of 7.5 fps with the High Definition, and up to 30 fps per channel with an average frame size of 60K for the High definition, and 20K the standard analog capture. Other desired features: Supports network storage Supports IP (Internet Protocol) cameras/converters from all major manufactures Software wizard will search for IP cameras on network Pan, Tilt, Zoom (PTZ) control, IP/Hardware Smart search Bandwidth throttling Motion based client viewing (update client image when the image changes) Motion based recording at different rates Software must meet the Department of Defense and United States Air Force network security requirements. 12. The contractor shall provide all necessary excavation conduits and wiring, as well as restoration back to original condition. The control location is toward the front drivers side of the trailer 13. Codes: The contractor shall ensure that all electrical work complies with the latest applicable rules of the National Electric Code. National Electrical Safety Code, and the National Fire Protection Association. Electrical equipment and material shall be UL Approved, whenever applicable.. 14. The contractor shall ensure modifications do not exceed the trailers specifications or compromise the safe towing requirements listed by Wells Cargo. 15. Work Schedule: Work shall be accomplished during the normal duty hours of 0800-1600 hours excluding Saturday, Sunday, and Federal Holidays. 16. Power Outages: No outages are anticipated; however, if required, the contractor shall request in writing 14 days in advance of the outage. All outages shall occur during non-duty time. 17. Report: The contractor shall submit three copies of all work accomplished. To include wiring diagrams, as built drawings, trailer modifications accomplished to include the scope of this modification, warranty documentation, and maintenance documentation. Completion: Ensure all quotes contain an estimated completion date. 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 synopsis/solicitation is issued as a request for quote (RFQ) F3H3G3615A100. Any prospective contractor must be registered in the Central Contractor Registration (CCR) database & have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Go to: http://www.ccr.gov/ for additional information about CCR. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. ORCA?s website is https://orca.bpn.gov/. 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 561621, Size Standard, $11,500,000, applies to this procurement. FOB: Destination for delivery and performance to Offutt AFB, Nebraska. The provision at FAR 52.212-1-- Instructions to Offerors (Jan 2005)- Commercial Items apply to this acquisition. Quotes will be evaluated on price related factors only. Offerors will be required to guarantee their price through 30 November 2006. A site visit WILL BE HELD ON MONDAY 26 June, 06. CALL TO CONFIRM THE TIME OF THE SITE-VISIT time no later than 23 June, 06 @ 3:30 PM 402 232 0103. This site visit is not mandatory, however, it is recommended due to the nature of this work. Please send an email to eric.williams@offutt.af.mil or fax to 402-294-4069 with the name of persons who will be attending by 4:00 PM CDT on 23 June 06. Offers must be submitted as written responses, mailed, faxed 402-294-4096, or e-mailed to eric.williams @offutt.af.mil and received no later than 10:00 AM CDT on 27 June 06 to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107. Oral responses will not be accepted. Any questions or comments must be in a written form addressed to Eric Williams and must be submitted no later than 4:00 p.m. CDT on 26 June 06. Each offeror shall sign his/her quote. Responding sources must provide their company name, contact with telephone number, and their signature. SERVICE CONTRACT ACT WAGE DETERMINATIONS: Can be found at: http://www.wdol.gov/sca.aspx#8 Nebraska, Sarpy County: Continue Were these services previously performed at this locality under an SCA-Covered contract? ANSWER NO Are the contract services to be performed listed below as Non-Standard Services? If so, high-light the service by clicking on it, and click "Yes". If the contract services are not listed below then click "No". ANSWER NO WAGE DETERMINATION NO: 94-2325 REV (31) THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE The provision at 52.212-1, Instructions to Offerors ? Commercial and 52.212-2, Evaluation -- Commercial Items applies. 52.237-1, Site Visit applies. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontrator Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligibile Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, Central Contractor Registration with 252.204-7004 ALT; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 252.204-7003, Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications.(x) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 52.203-3, Gratuities; 252-225-7001, Buy American Act and Balance of Payment Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowaacki@langley.af.mil.52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive offerors will be considered by the agency THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUNE 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. LOCAL REQUIREMENTS (CONDENSED) INV-B INVOICE SUBMITTAL Contractors can register and begin submitting electronic invoices immediately through the Wide Area Workflow Receiving and acceptance Internet site: https://wawf.eb.mil/. On-line training is available at this Internet site to vendor and government receiving officials. Contractors using Wide Area Work Flow, use the Combination Invoice/DD250. Per DFARS 252.232-7003, (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. Information regarding EDI formats is available on the Internet at http://www.X12.org. (4) Another electronic form authorized by the Contracting Officer. (5) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (6) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. A COPY of the invoice (to be used for verification and receipt) shall be submitted to: 55 CES/CEX ATTN: Mr. Alan Monte De Ramos 106 PEACEKEEPER, SUITE 2N3 OFFUTT AFB NE 68113 ELECTRONIC SUBMISSION OF INVOICES AND RECEIVING REPORTS IS MANDATORY in accordance with DFARS 252.232-7003 (1) ELECTRONIC SUBMISSION VIA WIDE AREA WORKFLOW (WAWF): Contractors must register and begin submitting electronic invoices immediately through the Wide Area Workflow Receipt and Acceptance Internet site: https://wawf.eb.mil. On-line training is available at http://www.wawftraining.com Use the following data elements to invoice for construction, services, or supplies procured via this contract. The award document number is located in the lower right-hand corner. Invoice Type: Invoice and Receiving Report: Supplies = Combo Description SF1449 DD1155 SF 1442 Located in Block Contract Number 2 1 4 Delivery Order 4 2 - Cage Code 17a 9 14 Paying Office 18a 15 27 Inspection See Schedule: INSPECTION AND ACCEPTANCE Acceptance See Schedule: INSPECTION AND ACCEPTANCE Issue Date 3 3 3 Issue By DoDAAC 9 6 7 Admin DoDAAC 16 7 26 Ship to Code 16 7 26 Ship to Code Extension 15 14 - Services or Supplies Based on majority of requirement as determined by monetary value Shipment Number Contractor Shipment Number, Invoice Number (supplies) or period of performance (service). Limitation: 13 characters Final Invoice? Changing "N" (no) to "Y" (yes) will terminate your ability to invoice against this contract and deobligate remaining funds. Change "N" to "Y" for the final invoice ONLY. Contractor MUST Send Additional Email Notification To: Contract Administrator: Eric.Williams@offutt.af.mil Contracting Officer: Cindy.Sand@offutt.af.mil CE POC: Alan.MonteDeRamos@offutt.af.mil (2) PAYMENT WILL BE MADE BY: Defense Finance and Accounting Service DFAS-FVB/LI 27 Arkansas Road Limestone, ME 04751-1500 SALES TAX Offutt Air Force Base is exempt from paying state and local taxed per 4 U.S.C. 104-107. The State of Nebraska State Revenue Statutes, Sec 77-2704.02 and regulation 1-12 and 1-72 implement 4 USC 104-107 and are applicable to this purchase. 55 CONS can no longer provide signed NE Form 17?s for contractors. Per FAR 52.229-3 and/or 52.229-4, applicable NE State tax costs should be included in the bid/proposal submitted by the offeror/contractor. REQUIRED INSURANCE (IAW FAR 28-306(b)) Reference FAR clause entitled "Insurance...? the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. (1) Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. (2) General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. (3) Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. ENVIRONMENTAL COMPLIANCE: In addition to the FAR and DFARS clauses included in this contract, (1) Contractor warrants that it is familiar with all local, county, state and Federal environmental regulations. (2) Contractor agrees to perform all required training and notifications concerning hazardous waste or materials related to contractor's activities and maintain an on-site listing of employees so trained. (3) Contractor agrees to properly manage all hazardous waste and materials related to contractor's activities. (4) Contractor agrees that it shall reimburse the Government for any penalties assessed against the Government by any Environmental Regulatory Agency for environmental violations related to Contractor activities. (5) Contractor agrees to include this provision in each subcontract.
 
Place of Performance
Address: Offutt AFB, Nebraska
Zip Code: 68113
Country: USA
 
Record
SN01075541-W 20060624/060622220857 (fbodaily.com)
 
Source
FedBizOpps 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.