Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

99 -- Upgrade to Intec video scene surveillance system

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SP3100-7080-3095
 
Response Due
4/10/2007
 
Archive Date
4/25/2007
 
Description
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. This solicitation is issued as a request for quote, solicitation number SB3100-7080-3095. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070327 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr. 2007-03. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil This is a brand name justification for upgrade to the Intec video scene surveillance system. Brand Name Justification: There is currently an Intec Scene Surveillance System, Video Sentinel, Model #VSS2100 on board the DDSP Fire Department. The equipment upgrade must be compatible with the Intec Scene Surveillance System on the rescue vehicle. Any other brand would not be compatible or adaptable to the current system. This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) Code is 334310 and the small business size standard is 750 employees. The Defense Distribution Depot Susquehanna (DDSP) located in New Cumberland, PA has a requirement for a contractor to furnish all necessary labor, equipment, accessories, engineering and material necessary to upgrade the Intec video scene surveillance system with a 5W Coded Orthogonal Frequency Division Multiplexing (COFDM) wireless video link Radio Frequency (RF) system to transmit a secure encrypted video signal from our rescue vehicle mounted scene surveillance system back to the FCC within a 5 mile range. A one year warranty for parts and labor is required. The Government will install through our Facilities Department conduit required in building 911 for the contractor to run their coaxial cables from the RX Antenna mounted at roof as demonstrated and terminating at the FCC audio visual system equipment rack location. The Government will provide 5 radio frequencies for the RF upgrade system. Upgrade consists of the following:. 1 ea, 5W COFDM wireless option for mast camera system for transmission of video signal only from mast camera to FCC including the following components: 1 ea, Video Transmitter ? Digital COFDM MPEG2 Video Compression 5W, External Amp. Includes all mounting brackets and cabling for video output of processor to transmitter and transmitter to antenna installed on the rescue vehicle. 1 ea, Video/Data Transceiver ? Digital MPEG COFDM Video RX rack mount, 120VAC. Includes all necessary cabling to antenna for typical base station installation. Does not include monitor. 2 ea, RX Antennas ? 10dBi collinear Omni-directional. L-Band. Includes LNA and mount. To be installed at roof of DDSP fire station building 911. 1 ea, TX Antenna ? 5 dBi Collinear Omni-directional antenna to be installed on low roof of rescue vehicle. Cable to transmitter in cab. Installation ? On site includes mounting antenna at designated location, running coaxial cables in Government provided conduit and terminating at video receiver to be rack mounted in training room-FCC. Rack mount and 120VAC to be provided by the contractor. Also includes mounting video transmitter and antenna on rescue vehicle and training on how to use the system and modifying existing Extron Switcher installed in Fire-station Control Center (FCC) Audio/Video System to accommodate the video input feed from the receiver. Equipment/Operator Manual and operator training to be provided after installation is complete. Delivery and installation to be approximately 10 weeks after receipt of order. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version may be viewed at http://farsite.hill.af.mil/ FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition. To receive an award resulting from this solicitation, offerors MUST be registered in the DoD Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov FAR 52.212-2 Evaluation ? Commercial Items Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government intends to award a Firm-Fixed price contract resulting from this notice to the responsible offeror whose offer is the lowest price which meets product requirements. FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition. The following clause is hereby added as an addendum to FAR 52.212-4: FAR 52.247-34 F.O.B. Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items apply to this acquisition. The following additional FAR clauses are applicable to this requisition: FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercials Items. The following additional clauses/provisions are applicable to this requisition: DFARS 252.232-7003 Electronic Submission of Payments Requests DFARS 252.247-7023 (ALT III) Transportation of Supplies by Sea DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM). Price quotations and certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00 PM EST, 10 April 2007: (1) email to: Vonda.debolt@dla.mil (2) facsimile to: Vonda DeBolt, 717-770-7591 In accordance with the above date and time, failure to submit all of the above requested information may result in the proposal being eliminated from consideration for award. The Point of Contact for further information regarding this synopsis/solicitation is Vonda DeBolt, Contract Specialist, phone: 717-770-6145.
 
Place of Performance
Address: Defense Distribution Depot Susquehanna, Federal Fire Department (DDSP-PSF), 14th Street, Building 911, New Cumberland, PA
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01262681-W 20070401/070330220113 (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.