Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

K -- MODIFY AND INSTALL CAMERA MAST SYSTEM AND EMERGENCY LIGHTING ON EMERGENCY RESPONSE VEHICLE.

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W912KZ-07-T-0006
 
Response Due
9/28/2007
 
Archive Date
11/27/2007
 
Small Business Set-Aside
N/A
 
Description
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. Statement of Work Vehicle will be availbe for inspection the first week of September 2007. Time must be scheduled in advance with SSG Jeff Valentine 502-607-1522 jeffery.t.valentine@us.army.mil This project consists of two major parts: the camera mast install and the emergency lighting installation. This equipment will be installed on our National Guard Mobile Command Vehicle (NGMCV). The NGMCV has been in operation for more than a year and requ ires these new upgrades to support our mission requirements. Camera Mast The mast will be installed on the back right side of the vehicle and mounted to get the maximum height in the raised position and not go over the height restrictions in the lowered position. This will require mounting not on the bumper but on the back exte rior wall. Contractor must insure proper installation for weight loading to avoided damage to vehicle and or mast. No visible signs of installation on the interior walls will be accepted. All mounting will stay within the walls and not penetrate through t he interior walls. Care must be taken to not penetrate an area that has wiring which will damage the vehicle. The slide-out is also located in this area. Special care must be taken to not interfere with the operations of the slide-out section. (see picture B) A pan and tilt camera will be mounted on top of the mast, this will also need to be under the height restriction when in the lowered position. Also on top of the camera mast will be a fabricated antenna mount that will support an air to ground antenna. This antenna will have to be on a swivel so it can be lower when not in use to stay within the height restrictions. The antenna will have to be in stalled where it wont interfere with operations and view of the camera when the antenna is in either position. (lowered, raised) A custom fabricated mast cover will be installed around the mast to hide the aluminum body of the mast. (see example picture D) A RF coax line will be run from the interior antenna patch panel to the antenna on top of the camera mast. Also the camera video line will run from the camera to the spare video modulator for viewing on all TV monitors. All cables will run inside the vehic les walls. No wire molding will be accepted. The entry point from the mast will be a water tight seal. No silicone or rubber plug will be accepted, must be a connection device that mates to the Nycoil. All outside cables will run through Nycoil to enclose cabling to top of mast. Camera will be per specs outline below. Camera will be what is called a day night color camera. Color during day light and switches to black and white during low light conditions. With no light the camera will switch to IR mode. Built-in backlight compensa tion should allow for minimum object illumination down to 0.07 lux black and white and 0.00 lux under IR conditions. The pan tilt controller will be mounted in the equipment rack located in the back area of the vehicle. All camera power transformers will be mounted in the back of the equipment rack to give access for troubleshooting repairs. All wiring will be located within the vehicle walls. All wiring will be installed in non-metallic Carlon Carflex liquid tight condui t. Wiring will be stranded THHN wire AWG 12 minimum. All electrical circuits shall conform to the applicable national electrical code. A 15 gallon air compressor tank will be installed to increase the air flow for the new mast as well as the other two that are already installed. Space is limited so the compressor will need to be installed under the vehicle in an area that will not interfe re with the operations of t he vehicle in movement. An outside control switch will be installed near the mast for raising and lowering. Air hoses must be routed to the other two masts for operations. Special care must be taken to not scratch white board walls during installation of equipment and wiring. Reroute Night Scan light control to inside the vehicle. The light control is position on the left rear of the vehicle and must be connected at all times while the light is in the operational mode. This causes a problem for security reasons. Need to reroute control from this location outside to inside the vehicle on same wall. There is a compartment on the inside wall behind the outside box that will be used for this location. KyARNG will provide the following 25 ft Pneumatic mast. (removed from old trailer) Contractor will provide the following Mast Interlock Airline filter, lubricator and regulator Control value and dump valve Magnetic mast extension warning kit 40ft nycoil Will-Burt 902526 external mount shelf bracket Will-Burt 902545 external mount support bracket 15 gallon air tank Custom fabricate 0.125 aluminum mast cover and paint same color as vehicle body Custom fabricate swivel antenna mount on mast pan and tilt unit Camera system Pelco PT57024P ( or current model ) Medium-duty pan-tilt Pelco MPTAZ24DT (or current model) Combo pan, tilt, zoom controller with rack mount kit. Pelco EH4722-2 (or current model) 22 outdoor camera enclosure with heater blower Altronix T24130 (or current model) 24VAC / 100VA transformer Sanyo VCC-4374 or current model) 24VAC 1/3 CCD high resolution day/night camera Pelco 13ZD5.5X30 (or current model) 1/3 CS mount CCD lens with a 30Xf1.8lens range from 5.5 to 165-mm Rainbow UF500183 (or current Model) 10 degree narrow Beam 830 nm Illuminator with on and off switch Video cabling will be Belden #1505A RG -59/U precision video cabling RF cabling will be Belden #9116 series 6 broadband coaxial cable All connection material to complete the installation CAD drawings of all lighting and mast locations will be provided. A wiring diagram will also be provided for later troubleshooting of system. Emergency Lighting Equipment The emergency lighting equipment is composed of a light bar, LED flashers and siren. The equipment will be per specifications below. The light bar will be mounted on front of the vehicle. (see example picture E). The LED flashers will be installed on all sides of the vehicle, front, back, right side and left side. The 900 series LEDs will be mounted on the upper portion of the sides 1 toward the front and 1 toward the rear, and 2 each on both sides of the rear upper and lower area. The 700 series LEDs will be mounted on the lower sides, 3 on each side at the front, middle and rear areas and 2 in the front grill. (see example picture F) The LED lights and siren controls will be installed at the drivers area within reach of the driver. The wiring from the light bar will penetrate the vehicle in the inside top compartment area of the vehicle and will have a water tight seal with a so called wall connections. No silicon or rubber plug will be accepted. Wiring from the top compartment will be routed to the controls at the drivers area and will be in Carlon Carfex and will be hidden from view. Siren speaker will be mounted to the engine block under the front hood with the speaker pointed toward the grill for maximum audio coverage. All wiring will be located within the vehicles walls. Interior walls will not be removed for wiring. All wiring will be fished from outside LED light hole access points. No wire molding will be accepted! Wiring for LED lights will be routed from each ligh t to the control box. No inline fuses will be required; fuses are within the control box. All lights will be what are called homeruns, no daisy chain. There will be a switch for each zone of lights to ensure no overloading of switch box. All wiring will be installed in non-metallic Carlon Carflex liquid tight conduit. Wiring will be stranded THHN wire AWG 12 minimum. All electrical circuits shall conform to the applicable national electrical code. Special care must be taken to not scratch white board walls during installation of equipment and wiring. Contractor will provide the following 1 Ea Whelen 295HFS6 siren with 9 high current switches for lighting controls 1 Ea Federal Signal TS-100 (or current model) 1 Ea Whelen Freedom Serious LED light bar FL2RRBBF or current model mounted on custom fabricated 0.125 aluminum bracket painted to match body. Includes the following a 9LLTH72 Custom 72 length b FLDCC add 400 series Linear LED Flashers (white) c FLDCC add 400 series Linear LED Flashers (blue) d FLDSCBL Cable exit on the alternate side of the light bar 1 Ea Whelen SSF2150 2 x 162 watts / outlet headlight flasher 8 Ea Whelen 700 series Linear Super  LED lighthead with internal flasher, red LEDs with clear outer lens, model 70R02FCR (or current model). Includes chrome flange 7EFLANGE (or current model) 8 Ea Whelen 900 series Linear Super  LED lighthead with internal flasher, red LEDs with clear outer lens, model 90RR5FCR (or current model). Includes chrome flange 90FLANGC (or current model) KYARNG will deliver vehicle to contactors location and pickup upon completion. Contractor will perform all testing to ensure optimum performance. Contractor will provide training on new systems. Contractor will be responsible for any damage to vehicle and will repair at their cost. Project must be completed before the 15 November 2007. POC (for Technical information) for this installation is CW4 David Barker at 502-607-1727 but all correspondense must be CC to SSG Jeff Valentine jeffery.t.valentine@us.army.mil 502-607-1522 Vehicle will be availbe for inspection the first week of September 2007. Time must be scheduled in advance with SSG Jeff Valentine 502-607-1522 jeffery.t.valentine@us.army.mil Pictures of the vehicle will be availble upon reqest, for pictures email jeffery.t.valentine@us.army.mil Closing date for this Solicitation is 28 September 2007 at 4:00 pm All offers must be recieved in this office (Attn: Jeff Valentine, USPFO for KY, 120 Minuteman PKWY, Frankfort KY 40601. Late offers will not be considered. Offers can be sent in the following format. Email To jeffery.t.valentine@us.army.mil fax 502-607-1424 US postal or Parcel: Attn: Jeff Valentine, USPFO for KY, 120 Minuteman PKWY, Frankfort KY 40601 Solicitation will be posted to http://www.nationalguardcontracting.org/ for amendments and correspondence.
 
Place of Performance
Address: USPFO for Kentucky Boone National Guard Center, Building 120, 120 Minuteman Parkway Frankfort KY
Zip Code: 40601-6192
Country: US
 
Record
SN01387787-W 20070830/070828222010 (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.