Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

58 -- Security camera and monitor installation

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight 700 Suffolk Street, STE 1200, Peterson AFB, CO, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-06-T-6080
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
Point of Contact
David Moreno, Contracting Specialist, Phone 719-556-5395, Fax 719-556-4321, - Robert Brackett, Contract Specialist, Phone 719-556-4712, Fax 719-556-4321,
 
E-Mail Address
david.moreno@peterson.af.mil, robert.brackett@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Camera and Monitor installation for Building 2025 (I) 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. (II) This solicitation is issued as a request for quote (RFQ). Submit written quote (to include price quote for all CLINS) on RFQ reference number FA2517-06-T-6080. (III) This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-12. (IV) This solicitation is a Small Business set-aside. NAICS 561621, small size standard is $11.5 million. (V) This combined synopsis/solicitation is for the following commercial items: CLIN 0001 Materials and Equipment-The Contractor shall provide all associated materials required to accomplish the project in accordance with Statement of Work. CLIN 0002 Non-Personal Service- The contractor shall provide all supervision, management and labor necessary to complete installation in accordance with the statement of work. (VI) Description of requirement: Statement of Work for Camera and Monitor installation for Building 2025 Overview; Contractor shall provide all supervision, labor, transportation, equipment, and tools to install seven cameras on the second floor of building 2025, add a second sixteen channel digital video recorder to existing CCTV system and install a 50 inch plasma screen as monitor. This installation will be an addition to the existing CCTV system at building 2025. The contractor will provide and install seven Honeywell five inch fixed dome cameras (5" Stationary Dome Camera KD5 series, or equal/please see camera specification) at designated locations in Bldg 2025, hallways on second floor area (no specific rooms) and Room 101. The DVR currently in place will remain in place and a new DVR will be installed to record the seven new cameras. The contractor will also provide conduit installation on this project. Conduit will be installed from each camera to the DVR located in room 101. New cable shall be used in the conduit and pulled to all cameras. The cameras above may be identified by brand name; however, equivalent parts of other brands can be substituted. Part numbers and brands shall be identified in contractor quotes. All cabling shall be in conduit and concealed in walls or above the grid ceiling wherever possible. All programming and testing is required for full functionality by the contractor. Contractor agrees to complete all work within 40 days after date of contract award. Contractor shall provide one-year warranty on all material and workmanship related to this contract beginning with the day after the project has been completed. All Work shall be performed in accordance to National Electric Code and industry practices. Camera Specifications ELECTRICAL (HOUSING) Input Voltage 24V ac MECHANICAL (HOUSING) Angular Travel: Horizontal ? 180? Vertical: Dome 0 to 90? up Roll 360? Camera Mounting: Universal mount attached to yoke assembly will accommodate CS-mount & fixed lens board cameras Cable Entry: Dome Conduit knock-out in standard 4 x 4 in. electrical box Cable Connection: Terminal strip & BNC at top of upper housing Construction: Back Can/Box: Dome Plenum-rated steel (standard 4 x 4 in. electrical box) Upper Housing UL-approved, flame-retardant ABS plastic Lower Housing Optically graded acrylic, distortion free Finish: Back Can/Box: Dome Standard galvanized steel Lower Housing: Dome Smoked, clear with liner Trim Ring White, black Dimensions See drawings Weight Dome 1.0 lb. (w/o 4 x 4 in. back box) GENERAL (HOUSING) Optical Losses: Clear/Liner Virtually no light loss Smoked Equivalent F-stop 1.0 ? 15% Filtration Neutral density Environment Indoor Regulatory Agencies/ Approvals: CE ELECTRICAL (CAMERA) Specification: High Resolution Color Image Sensor 1/3" interline transfer CCD (Sony chip set) Active Pixels 768H x 494V Horiz. Resolution 470 lines Min Scene Illum. 0.9 Lux (F1.2, 50IRE) Signal to Noise >45dB (AGC Off) AGC On/Off selectable White Balance ATW/AWC selectable Backlight Comp. Selectable Auto Iris Video or dc (4-pin connector) Video Output VBS 1.0Vp-p 75? Power Req. 12V dc ? 10% Power Consumpt. 190mA Specification: Standard Resolution B&W Image Sensor 1/3" interline transfer CCD (Sony chip set) Active Pixels 510H x 492V Horiz. Resolution 420 lines Min Scene Illum. 0.2 Lux @ F1.2 Signal to Noise >45dB AGC On/Off selectable Backlight Comp. Y selectable Auto Iris Video or dc (4-pin connector) Signal Format RS170/EIA Video Output VBS 1.0Vp-p 75? Power Req. 12V dc ?10% Power Consumpt. 100mA MECHANICAL (CAMERA/LENS) Vari-focal Lens 3.5 to 8.0mm or 5.5 to 33mm Weight 5.0 oz. GENERAL (CAMERA/LENS) Ambient Temp. 32?F to 104?F (0?C to 40?C) Ambient Humidity 0% to 95% (non-condensing) (VII) Delivery FOB Destination to Building 2025 Peterson AFB, CO 80914. Delivery date is 40 days after award date. (VIII) FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004), applies to this acquisition. (IX) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the Government: Lowest responsive offer. (X) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ (XI) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2003), applies to this acquisition. (XII) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (5)(i), (14), (15), (16), (17), (18), (19), (20), (26), (31) C(1) and C(2). (XIII) The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; Clauses Incorporated by Reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 52.222-22, Previous Contracts and Compliance Reports; 52.233-3, Protest After Award. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 52.212-5(dev) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders, 5352.201-9101 Ombudsman. 52.237-1 Site Visit; An organized site visit has been scheduled for Friday September 8th 2006 at 1:00pm. Please arrive one hour prior to start time to get your base passes. Participants will meet at Peterson AFB?s visitors center located next the North Gate entrance. The POC for the visit is A1C David Moreno, you may contact him by phone or e-mail at (719) 556-5395 or david.moreno@peterson.af.mil. In order to attend the visit you must sign up by 7 Sept 2006 4:00 pm Mountain time.Responsive vendors must attend the site visit in order to bid. (XIV) NA (XV) NA (XVI) Quotes are required to be received no later than 2:00 pm Mountain Standard Time, Tuesday September 19, 2006, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; statement that ORCA has been completed (see para X above). Quotes shall be delivered via fax to (719) 556- 4321 or email to david.moreno@peterson.af.mil (XVII) Please direct any questions regarding this solicitation to David Moreno at david.moreno@peterson.af.mil ////Site Visit Questions and Answers///// Q. What model/type DVR is going to be needed? A. A Honeywell (model # Fusion-L) brand name or equal, preferably brand name, is requested by the customer. Q. What type of 50 inch Plasma monitor will be needed? A. There is no brand name for the monitor. Q. Is an extension possible? A. Yes, the new closing time and date is 19 September 2006 12:00 pm Mountain time. Q. How many cameras will the monitor accommodate? A1. The new monitor will provide capacity for the current cameras and the cameras that are to be installed. A2. The customer has given contractors the option to provide one of the following; (i) provide a 50 inch monitor to accommodate the current cameras and new cameras (ii) (ii) provide two monitors that will accommodate the current cameras and new cameras (iii) (iii) Enclose a option in the bid that will offer the 5O inch camera (option A) and two monitors (option B) that will accommodate the current cameras and new cameras
 
Place of Performance
Address: PETERSON AFB
Zip Code: 80916
Country: UNITED STATES
 
Record
SN01140910-W 20060914/060912220856 (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.