Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

58 -- Covert Network Video Surveillance Systems and Equipment

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
701 South 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS03-10-R-INS019
 
Response Due
7/12/2010
 
Archive Date
1/8/2011
 
Point of Contact
Name: Gladys Wilks, Title: Contract Specialist, Phone: 571-227-4637, Fax: 571-227-2913
 
E-Mail Address
gladys.wilks@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS03-10-R-INS019 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423620 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Meet or Exceed, to the following: LI 001, Covert Network Video Surveillance System with wide angle reference camera, Pan-Tilt-Zoom (PTZ) camera with preset positions with 18x optical zoom and 12 digital zoom, color.3 lux to.005 lux b/w; 4.1-73.8mm Auto Focus Day/Night lens; 3G/4G cellular modem, wi-fi access point, custom brackets for camera; MJPEG network digital video recorder, recording software, simultaneous record/playback, 500GB hard drive, Windows XP operating system, motion detection, jpeg photo notification on activity. Covert style option. Sprint cellular capabilities: TSA will supply Sprint cellular data service., 1, EA; LI 002, Covert Network Video Surveillance System with wide angle reference camera, Pan-Tilt-Zoom (PTZ) camera with preset positions with 18x optical zoom and 12 digital zoom, color.3 lux to.005 lux b/w; 4.1-73.8mm Auto Focus Day/Night lens; 3G cellular modem, wi-fi access point, custom brackets for camera; MJPEG network digital video recorder, recording software, simultaneous record/playback, 500GB hard drive, Windows XP operating system, motion detection, jpeg photo notification on activity. Covert style option. Verizon cellular capabilities: TSA will supply Verizon cellular data service., 2, EA; LI 003, Rapid-deployment outdoor surveillance system including color IP Pan-Tilt-Zoom (PTZ) camera; DVR with 250GB USB drive, 3G/4G cellular modem, wi-fi access point Sprint cellular capabilities: TSA will supply Sprint cellular data service., 2, EA; LI 004, Rapid-deployment outdoor surveillance system including color IP Pan-Tilt-Zoom (PTZ) camera; DVR with 250GB USB drive, 3G cellular modem, wi-fi access point Verizon cellular capabilities: TSA will supply Verizon cellular data service., 1, EA; LI 005, 12 volt battery, charger, outdoor enclosure, cables for ground-level deployment. Estimated 15 hours continuous peak operation, 4, EA; LI 006, Mobile Network Video Surveillance System with wide operating temperature range for in-vehicle or indoor deployment. Allows motion- or operator-activated recording, remote camera control and monitoring.Includes the following: Miniature auto/manual focus IP camera with.5 lux color & 0.25 lux b/w front-tilt front pivot or 360 pan/tilt and 35x optical and 12x digital zoom, w/ 3.4 119mm lens w/ Auto Iris Ruggedized mobile computer engineered specifically for law enforcement investigations w/ Windows operating system and recording software, 500GB hard drive Internet-based viewing of live & recorded video, camera control and emailed photo notifications. 3G/4G cellular modem.Sprint cellular capabilities: TSA will supply Sprint cellular data service., 2, EA; LI 007, Mobile Network Video Surveillance System with wide operating temperature range for in-vehicle or indoor deployment. Allows motion- or operator-activated recording, remote camera control and monitoring.Includes the following: Miniature auto/manual focus IP camera with.5 lux color & 0.25 lux b/w front-tilt front pivot or 360 pan/tilt and 35x optical and 12x digital zoom, w/ 3.4 119mm lens w/ Auto Iris Ruggedized mobile computer engineered specifically for law enforcement investigations w/ Windows operating system and recording software, 500GB hard drive Internet-based viewing of live & recorded video, camera control and emailed photo notifications. 3G cellular modem.Verizon cellular capabilities: TSA will supply Verizon cellular data service., 1, EA; LI 008, Helmet Camera covert disguise for miniature autofocus IP camera, 2, EA; LI 009, Modem upgrade for Covert Network Video Surveillance System (CLIN 0002 only) Cellular modem with integrated wi-fi, remote relays; National CDMA EV-DO compatibility; dual-band 800/1900; Serial, USB and Ethernet and 802.11 b/g connection; High speed wireless data up to downlink 7.2 Mbps; 4 digital input/outputs and 4 analog inputs; enhanced WAP security; SAE specifications for vibration, shock, drop, rain, splash, sand, dust, humidity, and salt fog, 2, EA; LI 010, Pelican style or equal carrying case for miniature autofocus IP camera systems (for items in CLIN 0008), 2, EA; LI 011, Small Covert Outdoor Surveillance System w/ built-in MPEG-4 and JPEG digital signal output at VGA image size with up to 30 FPS; with Panasonic 22x or equal IP camera with up to 32x automatic electronic sensitivity enhancement; video motion detector with 4 programmable detection areas and 3 sensitivity levels; EV-DO router with USB interface for agency-supplied EVDO USB modem and data service., 2, EA; LI 012, Single pinhole camera (b/w or color), encoder, wi-fi adapter, cables. For use with ruggedized mobile computer engineered (listed in CLINs 0006 and 0007) specifically for remote monitoring and recording., 1, EA; LI 013, Batteries: 31 amp hour gel battery and charger for miniature autofocus IP camera and Small Covert Outdoor Surveillance 22x IP cameras. Estimated 8-10 hours continuous peak operation, 4, EA; LI 014, View Commander or equal recording software (single camera license) for centralized recording, 1, EA; LI 015, Additional camera licenses (for CLIN 0014 item), 13, LOT; LI 016, On-site training (up to 40 hours), 1, LOT; LI 017, Shipping to Arlington, VA 22202 - FOB, 1, LOT; LI 018, 2yr extended warranty for all equipment, 1, LOT; LI 019, Base year - Unlimited remote technical support (24 hours/7 days), 1, LOT; LI 020, OPTION YEAR 1 - Unlimited remote technical support (24 hours/7 days), 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 334220 with a small business size standard of 750 employees / average annual receipts." Offerors and proposed equipment shall meet the technical requirements stated in the attached RFP. (See SF18 for additional details). New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Bid MUST be good for 30 calendar days after close of Buy. All requests for solicitation clarifications and/or other questions related to the solicitation shall be submitted via e-mail to Gladys Wilks at gladys.wilks@dhs.gov or through FEDBID. All questions or requests for clarifications must be submitted in writing no later than 11:00 AM EST, Friday 2 July 2010. Offerors MUST enter exactly what they are bidding (including make, model, and description) for all items into the blank description fields in FEDBID in order for the bid to be considered. Bids must be submitted through FEDBID.com. Faxed or emailed bids will not be accepted. Offerors shall list at least three (3) present or past contracts, either Government or commercial where the Offeror provided the same or similar equipment described within this request for quote. Offerors list of relevant information may include any instances within the past three years Offerors who are newly formed entities without prior contracts should provide a statement to that effect. The list must include the following, as a minimum, for each contract or instance of performance: (a) Name of contracting activity and contract number, if any; (b)Period of performance; (c) Dollar values and contract pricing arrangements (i.e. fixed price, cost reimbursable, etc.); (d) Brief description of the contract work, location(s), and conditions of performance; (e) Contracting Officer name, and current address and telephone number; and Program Manager (PM) name, and current address and telephone number; (f) Name, and current address and telephone number of the Offerors responsible manager(s) for each contract. The Government may award one contract under this solicitation. Offers received under RFP HSTS03-10-R-INS019 will be evaluated in accordance with the instructions stated below. This procurement will be awarded on the basis of the lowest evaluated price proposal meeting or exceeding the acceptability standards. The Government reserves the right to award without discussions. However, the Government also reserves the right to conduct discussions if deemed necessary (i.e., clarifications).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-10-R-INS019/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02201004-W 20100711/100709235112-b8b80f29b8e4153f495024fb115337d5 (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.