Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

N -- Underground Vehicle Surveillance System

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA7012-07-T-0051
 
Response Due
9/11/2007
 
Archive Date
9/26/2007
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) No. FA7012-07-T-0051. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The service is for the Bolling AFB Underground Vechicle Surveillance System. This is set aside for 100% Small Business. The North American Industry Classification System code (NAICS) is 334310 at a 750 employee size standard. CLIN 0001: Waterproof Under Vehicle Inspection System fixed site series for main gate inspection lane underneath the protective shelter. System includes control unit with 8 channel digital video recorder with jog shuttle, 110v/220v universal power supply & quad splitter, stand alone flat panel 17inch LCD color monitor, in ground camera assembly/housing, 4 color camera modules and 3 LED light modules, camera/lamp cable, IED recognition poster and an operation manual. MFR: Militech International, PN#: UV100-DR8-LCD17-IG or equal. QTY: 1 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0002: Extra 20ft control cable to connect lane #3 to the guard booth. MFR: Militech International, PN#: UV100-EC or equal. QTY: 2 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0003: Waterproof Under Vehicle Inspection System fixed site series for south gate that will be using existing in ground camera assembly/housings for lanes 1 & 2 underneath the protective shelter. System includes control unit with 8 channel digital video recorder with jog shuttle, 110v/220v universal power supply & quad splitter, stand alone flat panel 17inch LCD color monitor for use with customer furnished in ground camera assembly/housing, 4 color camera modules and 3 LED light modules, camera/lamp cable, repair/service kit, 20ft extension control cable, IED recognition poster and operation manual. MFR: Militech International, PN#: UV-100-DR8-LCD17 or equal. QTY: 2 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0004: Extra 10ft control cable to connect lane #2 to the guard booth. MFR: Militech International, PN#: UV100-EC or equal. QTY: 1 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0005: Waterproof Under Vehicle Inspection System fixed site series for south gate lane #3 not underneath the protective shelter. System includes control unit with 8 channel digital video recorder with jog shuttle, 110v/220v universal power supply & quad splitter, stand alone flat panel 17inch LCD color monitor, in ground camera assembly/housing, 4 color camera modules and 3 LED light modules, camera/lamp cable, repair/service kit, 30 ft extension control cable, IED recognition poster and an operation manual. MFR: Militech International, PN#: UV100-DR8-LCD17-IG or equal. QTY: 1 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. CLIN 0006: Extra 20ft control cable to connect lane #3 to the guard booth. MFR: Militech International, PN#: UV100-EC or equal. QTY: 1 EA, UNIT PRICE: $ _____________, EXTENDED PRICE: $ _____________. ALL PRICES INDLUDE INSTALLATION SUPPORT AND TWO DAY TRAINING AT SITE. PERFORMANCE WORK STATEMENT: 1.DESCRIPTION OF SERVICES/GENERAL INFORMATION. 1.1. Scope of Work. Non-personal Services: The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and other services necessary to provide and install Under and Above Vehicle Surveillance System (AVSS/UVSS) located at the Bolling AFB Arnold and South gates Bolling AFB Washington, DC. 1.2. 11th SFS Requirements. The Contractor shall furnish and install an AVSS and UVSS at the Arnold and South gates Bolling AFB, DC. The fixed series waterproof system at the Arnold Gate will occupy one lane and will include a Control Unit, with an 8 channel Digital Video Recorder (w/ jog shuttle), 110v/220v universal power supply and quad splitter, stand alone flat panel LCD Color monitor (17inches) and an in ground camera assembly/housing. System should also include four (4) color camera modules and three (3) LED light modules, camera/lamp cable, repair/service kit, 30ft extension control cable and IED recognition poster and operation manual. The fixed series waterproof system at the South Gate will occupy three lanes in the vicinity of the search pit (covered area) and will include a Control Unit, with an 8 channel Digital Video Recorder (w/ jog shuttle), 110v/220v universal power supply and quad splitter, at least two (2) stand alone flat panel LCD Color monitor (17inches) and an in ground camera assembly/housing. System should also include four (4) color camera modules and three (3) LED light modules, camera/lamp cable, repair/service kit, 30ft extension control cable, LED recognition poster and an operation manual. The AVSS work will be completed by the contractor and will include AVSS installation and support mechanisms. 11 CES will provide power supply only to the equipment. The contractor shall provide and install all equipment, devices, hardware and firmware, wire and cable, device mounting materials, control cabinets, construction materials and any necessary appurtenances to complete this project and provide a turnkey security solution to the Government. 1.2.1. Stand Alone Flat Panel LCD Monitors (17inches) specifications: Password protection, On-Screen alert modes Annunciates based on user settings allowed, On screen Programmable menus, Built in back box memory, Built-in power line surge an555d lighting protection, Constructed of a material to prevent rusting, Capable of functioning in hot or cold environments, Monitors must be sealed to prevent insects from entering, Programmable software with capability of being upgraded. Digital Video Recorder (DVR) specifications: User friendly (Windows 2000 based with service pack), Must have at a minimum sixteen-channel unit with up to 1 terror bite of storage, Must have a CD-R, Ability to connect multiple DVR?s together, Security and lockdown Protection Based on National Institute of Standards and Technology (NIST) and Microsoft to ensure system integrity and to safeguard data, Compression capable of offering high-quality and small file sizes, Capable of memory upgrade. 1.3. Installation of Equipment. 1.3.1. The contractor shall install all equipment to include mounting monitors where best suited on the Arnold and South Gates of Bolling AFB, DC. 1.3.2. The contractor shall install the DVR inside the Security Forces Guard shack located at the Arnold gate and search pit area located at the South Gate. 1.4. Installation of Control Cables. The contractor shall provide all materials to include control cables (except for those specified as Government Furnished Materials), supplies, parts, labor, and contractor-owned tools, equipment and incidentals for this project. Contractor shall install and control cables at Bolling AFB. After each test, contractor shall provide electronic cable test results to the QAP within 5 days of completion. The contractor shall provide all successful test results or provide documentation indicating successful test results. Contractor shall use cables in the vicinity of the Arnold and South Gate (specifically the search pit at the South Gate) and connect cables to monitors mounted in the vicinity of the Arnold Gate and search pit area. The cables must have a direct connection to the Gate Guard shack and Search Pit area for immediate viewing. Contractor shall protect all electrical circuit in ridged conduit away from any unforeseen traffic and weather. 1.4.1. The contractor shall ensure all cable enclosures are labeled appropriately to facilitate easy identification of available cable pairs and ?in use? cable pairs. All cables will be clearly marked to indicate termination points on both sides of the connection. 1.4.2. The contractor shall provide as-built drawings in AutoCAD format and all test results both electronically and printed within 30 calendar days of completion. (Floor plan templates provided by government when available). Contractor format for test results is allowed. 1.5. Damage. It shall be the responsibility of the contractor to pay for all repairs for any damage resulting from his/her negligent actions in accomplishing this project. The contractor shall furnish the Quality Assurance Personnel with the date, location; type of damage occurred and cost to repair the damage within 24 hours after the damage becomes visible. This data shall be recorded and will become a part of the permanent contract record. 1.6. Traffic Lane Obstructions. Traffic lane obstructions shall be limited to seven (7) calendar days maximum for any utility crossing the roadway. Any required cabling that has to cross the road at any point in order to provide connectivity should be done within 7 days to include all digging, cutting and back fills. 1.7. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. Contractor?s vehicles shall enter and exit Bolling AFB through the South Gate (Visitor?s Center). 1.7.1. Base Entry Passes. The contractor shall submit to the Contracting Officer a list of employees which will be working on base, along with the Social Security Number(s) and date of birth not later than three working days prior to start of work in order to ensure base entry passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. AF Form 75, Request for Visitor Registration, proof of insurance, and a valid driver?s license must be presented for all vehicles to be registered. Any lost or stolen passes shall be reported immediately to the QA followed with a written notification within 24 hours. The contractor shall return all base passes issued to employees who separate from the contract before the contract expiration date of the contr act period, including any extensions, to the QA. (Failure to properly account for passes may result in withholding contractor payment.) 1.7.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work shift, all government facilities, equipment, and materials shall be secured. The contractor shall be responsible for providing and placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Act (OSHA). 1.7.3. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 1.8. CONTRACTOR REQUIREMENTS. 1.8.1 Management. The contractor shall provide a full time contract manager on site who shall be responsible for the performance of work. The names of this person and an alternate, who shall act of the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start and updated as necessary. The contract manager or alternate shall have full authority to act on the behalf of the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available at all times to meet at Bolling AFB with government personnel (designated by the contracting officer) to discuss problem areas. The contract manager and alternate must be able to read, write, speak, and understand English. 1.8.2. Contractor Employees. The contractor agrees to utilize factory trained and certified installers. Personnel shall be responsible, experienced, and capable in performing the tasks on this contract. The contractor may be asked to remove persons assigned to this contract if such individual is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.8.2.1. The contractor shall not employ persons for work on this installation if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 1.8.2.2. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force regulations concerning conduct of employees. 1.9. Contractor furnished items and services. Except for those items or services specifically stated as Government Furnished Property/Services, the contractor shall furnish everything required to perform this contract. 1.10. Federal Holidays. The following is a list of Federal Holidays observed by this installation: New Years Day, Labor Day, Inauguration Day, Martin Luther King Jr. Birthday, Columbus Day, Presidents Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas. 1.11. Hours of Operation. The contractor shall establish a work schedule, which requires work to be performed from 0730hrs to 1630hrs, Monday through Friday. 1.12. Clean Up. Daily site clean up shall be accomplished by the contractor. It shall be the responsibility of the contractor to dispose of waste materials from the work site, for example; rags, oil, metal scraps, and cuttings. The contractor shall not use any of the installation dumpsters for disposal. All materials removed shall be disposed of by the contractor at an off base site, meeting all local, County, State, and Federal regulations. 1.13. Performance of Services during Crisis Declared by the National Command Authority or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an authorized government representative. 1.14. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractors performance using periodic method of surveillance. Before commencing work, the contractor shall submit data that demonstrates that the contractor has successfully installed an AVSS/UVSS of the same type and design as specified herein, or that he/she has a firm contractual agreement with a sub-contractor having such required experience. 1.15. Warranties. The contractor warrants that work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contractor shall remedy at the contractors expense any defects noted by the Contracting Officer. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship under this contract. The warranty period shall be one year after the date of completion. Materials provided by the contractor shall be manufacturers standard warranty. 1.16. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractors failure to perform satisfactory services or failure to correct non-conforming services. 2. SERVICE DELIVERY SUMMARY (SDS). Service. Mandatory compliance with Electronics Industry Association/Telecommunications Industry Association (EIAS/TIA) wiring standards and schemes, specifically T568 (structured cabling standards) and T569 (multiple equipment rooms, floors and buildings), during all installation and repair services performed in accordance with statement of work. PWS Paragraph. Paragraph 1.4.1. Performance Threshold. 100% of the time. Service. Contractor shall provide as-built drawings in CAD (Computer-Aided Design) format (floor plans templates provided by the Government when available) to the QAP upon completion of installation. PWS Paragraph. Paragraph 1.4.2. Performance Threshold 100% of the time. Service. Labeling of connection and access points, specifically cable pairs and in use cable pairs. All strands clearly labeled to indicate which camera it corresponds to. All fiber optic cables properly labeled in a fiber optic cabinet meeting industry practices and all EIA/TIA standards. PWS Paragraph. Paragraph 1.4.1. Performance Threshold 100% of the time. Service. Contractor shall provide electronic cable test results to the QAP within 5 days of completion. PWS Paragraph. Paragraph 1.4. Performance Threshold. 95% of the time. 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES. 3.1. Government Furnished Services. The government will furnish utilities for the operation of this contract. These utilities include electricity, fire and police protection. Emergency medical care may be rendered also. 3.2 Appendices 3.2.1 Appendix A ? Picture of South Gates Search Pit Area. INSPECTON AND ACCEPTANCE TERMS: Items shall be priced FOB Destination. Items shall be delivered to: (Arnold and South Entry Gates, Bolling AFB, DC 20032). Services/Installation of work shall take place no late than September 18, 2007. Supplies/services will be inspected at destination/government, accepted at destination/government. The Government reserves the right to cancel this solicitation, either before or after the closing date. For a picture of appendix A, please contact SrA Kenneth Hawkins at 202-404-7771. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Provision 52.212-2, Evaluation-Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR clause 52.212-1 applies as follows: 52.237-1, 52.252-1, 52.252.5: (b) DFARS (Chapter 2), and 252.225-7000. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies and offeror(s) must include, with its offer, a completed copy of provision FAR 52.212-3 in full text obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.211-6, 52.214-31, 52.214-34, 52.214-35, 52.223-6, 52.223-11, 52.224-1, 52.224-2, 52.237-1, 52.237-2, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.232-7003, 252.232-7010, 252.243-7001, 252.246-7000, 252.247-7023, ALT III, 5352.201-9101, 5352.223-9001 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items, (DEV) apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.233-3 and 52.233-4. A site visit will be conducted on 5 Sep 07 at 10:00 a.m. EST at the Arnold and South gate located at Bolling AFB, DC. ATTENDEES MUST HAVE CURRENT DRIVERS LICENSE, INSURANCE AND REGISTRATION TO ENTER BASE. Attendees must enter through the south gate at the visitors center. Offerors planning to attend the site visit must provide the names of each representative by facsimile to Catherine B. Perry at 202-767-7887 or e-mail: catherine.perry@bolling.af.mil no later than 4 Sep 07, 2:00 p.m. est. Each offeror may send up to two (2) representatives. If there are any questions after the site visit regarding this solicitation, they should be submitted IN WRITING (by E-mail or fax) not later than 4:00 p.m. EST, 6 Sep 07 to allow an answer period prior to the proposal due date. (E-mail is the preferred method of communication). Offerors are not required, but strongly encouraged to attend the site visit. All responses must be received no later than 4:30 p.m. EST on September 11, 2007 by mail to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032, by fax to (202) 767-7887 or email to kenneth.hawkins@bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the Internet at www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Questions concerning this solicitation should be addressed to SrA Kenneth Hawkins, Contract Specialist, Phone (202) 404-7771.
 
Place of Performance
Address: Arnold and South Gate/Bolling AFB/DC
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01379702-W 20070823/070822070411 (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.