Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
MODIFICATION

58 -- Hidden Wireless Surveillance Cameras - Questions and Answers

Notice Date
11/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-10-Q-0001
 
Archive Date
12/5/2009
 
Point of Contact
Juan M. Fernandez, Phone: 9546301132
 
E-Mail Address
FernandezJM@state.gov
(FernandezJM@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers Amendment 003: Items operating at a frequency other than 2.4 GHZ will be considered for award as long as they meet all other requirements of this combined solicitation / synopsis. Amendment 002: The questions and answers (Q&As) period for this combined solicitation / synopsis will close November 6, 2009. All interested parties must submit any questions via e-mail (fernandezjm@state.gov) or facsimile (954-630-1165) not later than 03:00 PM EST on November 6, 2009. Telephone requests will not be answered. The Government cannot assure that questions received after the cutoff date will be answered on time. All questions and or comments received that are relevant to the combined solicitation / synopsis will be answered through a posting on FebBizOpps. Please note that individual responses will not be provided. Amendment 001: The following FAR clause is incorporated by reference: 52.228-4 -- Workers Compensation and War-Hazard Insurance Overseas (Apr 1984) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for wireless surveillance cameras and recording equipment to be used by the Government of Panama pursuant to an agreement with the U.S. Department of State. 1. DESCRIPTION 1.1. The U.S. Department of State, Narcotics Affairs Section (NAS), U.S. Embassy Panama City, Panama, has a requirement for the purchase of wireless surveillance cameras and recording equipment, to be donated to the government of Panama for NAS program purposes. 1.2. This acquisition is unrestricted. The NAICS code applicable to this acquisition is 334310. 2. REQUIRED ITEMS: LINE ITEM 001: PORTABLE VIDEO COMMUNICATIONS BRIEFCASES - Wired and wireless Ethernet capability to include signal amplification and RF networks. Transmit and store incoming and outgoing video and audio up to 160 GB capability, 8-channel receiver. Self contained internet provider-less encrypted communication between briefcase and peripherals. Encrypted VoIP capability. Point to point closed transmission. Climate proofed to withstand extreme weather with average humidity percentage of 80%. Aluminum case material. QUANTITY: Two (2) EA, New LINE ITEM 002: INK PENS WITH WIRELESS VIDEO AND AUDIO CAMERA - 2.4 GHZ video / audio transmitter. 300-450ft range line-of-sight. Transmit encrypted video / audio signal to video communications briefcase. High resolution pinhole color camera with 60 degree viewing angle. Minimum run time 45 minutes, charge time 10 minutes. Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: Two (2) EA, New LINE ITEM 003: BUTTON WITH WIRELESS AUDIO / VIDEO CAMERA - 2.4 GHZ video / audio transmitter. 300-450ft range line-of-sight. Transmit encrypted video / audio signal to video communications briefcase. High resolution pinhole color camera with 60 degree viewing angle. Minimum run time 45 minutes, charge time 10 minutes. 4 hour external lithium-ion battery operating time. Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: One (1) EA, New LINE ITEM 004: JACKET WITH HIDDEN WIRELESS VIDEO / AUDIO CAMERA - 2.4 GHZ video / audio transmitter. 300-450ft range line-of-sight. Transmit encrypted video / audio signal to video communications briefcase. High resolution pinhole color camera with 60 degree viewing angle. Minimum run time 45 minutes, charge time 10 minutes. 4 hour external lithium-ion battery operating time. Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: One (1) EA, New LINE ITEM 005: BASEBALL CAP WITH HIDDEN WIRELESS VIDEO / AUDIO CAMERA - 2.4 GHZ video / audio transmitter. 300-450ft range line-of-sight. Transmit encrypted video / audio signal to video communications briefcase. High resolution pinhole color camera with 60 degree viewing angle. Minimum run time 45 minutes, charge time 10 minutes. 4 hour external lithium-ion battery operating time. Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: One (1) EA, New LINE ITEM 006: WOMAN’S POCKET BOOK WITH HIDDEN WIRELESS VIDEO / AUDIO CAMERA - 2.4 GHZ video / audio transmitter. 300-450ft range line-of-sight. Transmit encrypted video / audio signal to video communications briefcase. High resolution pinhole color camera with 60 degree viewing angle. Minimum run time 45 minutes, charge time 10 minutes. 4 hour external lithium-ion battery operating time. Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: One (1) EA, New LINE ITEM 007: BRIEFCASE WITH HIDDEN WIRELESS VIDEO / AUDIO CAMERA - 2.4 GHZ video / audio transmitter. 300-450ft range line-of-sight. Transmit encrypted video / audio signal to video communications briefcase. High resolution pinhole color camera with 60 degree viewing angle. Minimum run time 45 minutes, charge time 10 minutes. 4 hour external lithium-ion battery operating time. Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: One (1) EA, New LINE ITEM 008: DVR/RECEIVER WITH EXTERNAL WIRELESS TRANSMITTER AND EXTERNAL BATTERY PACK - 80 hour recording time with 60GB HD and 16GB SD card. 500ft range line of sight. Internal 2.4 GHz 8 Ch wireless audio/video receiver. Transmit encrypted video / audio signal to video communications briefcase. Externally mounted 2.4 GHz 8 Ch wireless audio/video transmitter. Built-in 3.5" Color TFT-LCD Monitor. Built-in Speaker. Video Quality: High/Medium/Low. A/V Input for wired camera. Video and Audio Output. Play Mode Forward/Backward/Fast/Slow. Internal lithium-ion battery. External mounted lithium-ion battery accessory to extend record time to 6 hours + 6 hours transmit time. Size: 5.25" x 3.25" x 1.0" (excluding external battery pack and transmitter module) Climate proofed to withstand extreme weather with average humidity percentage of 80%. QUANTITY: Two (2) EA, New LINE ITEM 009: UTILITY POLE CAMERA SYSTEM. HVAC CAMERA JUNCTION BOX - Color CCD Camera with IR Illuminator. 160 GB DVD recorders (2) for 10-14 days of continuous video recording. 8 CH 2.4GHz Audio/Video Transmitter. 300 - 450ft range. Case Material: Steel with anti rust alloys. NEMA 4 Rated. Case Size: approximately 16” x 12” x8” Transmit encrypted video / audio signal to video communications briefcase. Transparent switching between primary and backup battery for continuous recording and transmitting. Water sealed. Climate proofed to withstand extreme weather with average humidity percentage of 80%.QUANTITY: One (1) EA, New LINE ITEM 010: UTILITY POLE CAMERA SYSTEM, HVAC BATTERY JUNCTION BOX - 2200 Watt lithium-ion battery pack assembly. Built-In Battery Charger device (charges from 115VAC source). Built-In On-Board specially designed Automatic SMART Charger System. Water sealed. Case Material: Steel with anti rust alloys. NEMA 4 Rated. Case Size: approximately 16” x 12” x 8”.Climate proofed to withstand extreme weather with average humidity percentage of 80%.QUANTITY: One (1) EA, New LINE ITEM 011: WARRANTY, MAINTENANCE, SUPPORT, AND TRAINING. QUANTITY: One (1) Lot WARRANTY – Contractor shall provide one (1) year warranty on parts and labor with a response time of 8 hours (maximum) for corrective measures onsite anywhere in the country of Panama. SUPPORT AND TRAINING – Contractor shall provide onsite training in the use of acquired equipment (to include rural and jungle areas). Contractor shall provide after-sale onsite support for up to 20 hours monthly during the first 6 months of use to ensure the proper utilization of the equipment. MAINTENANCE – Contractor shall provide preventive maintenance for all items during the warranty period to guarantee proper operation. Preventive maintenance at a minimum shall include: • Refocusing or lens correction as required • Communication and encrypting elements • Audio and video transmitters • Housing fabrics where applicable (jackets, baseball caps briefcases, pocketbooks) • Refurbishing of equipment (every 6 months) to remove any residues or correct any weather-related damages due to Panama’s extreme weather conditions in the rural and jungle areas where the equipment will be in operation. 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: 45 calendar days after receipt of purchase order. 3.2. DELIVERY TERMS: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to: 3.2.1. Despatch/CRP: Just In Time Services, Inc. 11450 NW 34th Street, suite 100 Doral, Fl 33178 Ph. 305-477-4140 Fax 305-477-4745 3.2.2.American Embassy Panama City, Panama Please note that the actual shipping location will be determined at the time of award. Quotes must provide pricing for both shipping options (i.e. 3.2.1. and 3.2.2.), and award decision will take into consideration the lowest overall price to the Government including shipping and related charges (i.e. customs, value added tax, etc.). The items being acquired will be donated to the government of the ultimate destination Panama. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. 3.3. MARKING REQUIREMENTS: American Embassy NAS – Project No. IN23PMM4 Video Recording and Reproducing Equipment POC: Luis Quinzada Purchase Order No. (To be provided upon award) Panama City, Panama 4. EVALUATION OF QUOTATIONS: 4.1. Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. Award decision will take into consideration the lowest overall price to the Government including shipping and related charges (i.e. customs, value added tax, etc.). 4.2. Additional Considerations: The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ). The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 4.3. Award will be on an “all or none” basis. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, inclusive of delivery charges. Please note that the actual shipping location will be determined at the time of award. Quotes must provide pricing for both shipping options (i.e. 3.2.1. and 3.2.2.), and award decision will take into consideration the lowest overall price to the Government including shipping and related charges (i.e. customs, value added tax, etc.). 5.2. DESCRIPTION: Description/nomenclature of the item being proposed; product literature may be provided. 5.3. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR. 5.4. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). In addition, complete DOSAR 652.228-70. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. However, please see the exceptions at FAR Subpart 4.1102. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-10-Q-0001 is issued as an RFQ under subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-37. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors – Commercial Items 52.212-3, Offeror Representations and Certifications – Commercial Items 52.212-4, Contract Terms and Conditions – Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items [The following clauses are selected under paragraph (b):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 Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration] 52.214-34, Submission of Offers in the English Language 52.228-3, Workers Compensation Insurance (Defense Base Act) 52.228-4, Workers Compensation and War-Hazard Insurance Overseas DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.206-70, Competition Advocate/Ombudsman (AUG 1999) 652.225-70 Arab League Boycott of Israel (AUG 1999) 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.242-73, Authorization and Performance (AUG 1999) 652.242-72, Shipping Instructions (DEC 1994) 652.243-70, Notices (AUG 1999) 652.228-70, Defense Base Act – Covered Contractor Employees (JUN 2006) [Fill-in paragraph (b) Panama; Workers’ compensation laws exist that will cover local nationals and third country nationals.] 652.228-71, Worker’s Compensation Insurance (Defense Base Act) – Services (JUN 2006) [Fill-in paragraph (c) $3.60 per $100] 652.228-74, Defense Base Act Insurance Rates – Limitation (JUN 2006) [Fill-in paragraph (b) Services $3.60 per $100 of employee compensation; Construction $5.50 per $100 of employee compensation] 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 7. QUOTATIONS ARE DUE by 3:00 p.m., November 6, 2009, local (Ft. Lauderdale, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-10-Q-0001. Mail to Juan M. Fernandez, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail (preferred) to: fernandezjm@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items paragraph (f). 8. AWARD TYPE: The Government will award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/S-WHARC-10-Q-0001/listing.html)
 
Place of Performance
Address: Ciudad de Panama, Panama, Panama
 
Record
SN02002298-W 20091112/091111000606-be80d3769e0e44c41a3a30ee2f093af6 (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.