Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOURCES SOUGHT

63 -- Surveillance Camera Upgrade - Package #1

Notice Date
8/17/2010
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
 
ZIP Code
87420-0160
 
Solicitation Number
NNMC-10-BB-001
 
Point of Contact
Bernina M Blackwater, Phone: 5053687031
 
E-Mail Address
bernina.blackwater@ihs.gov
(bernina.blackwater@ihs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SERVICE CONTRACT ACT FOR NEW MEXICO IN THE COUNTY OF SAN JUAN (87420) CL-SATA1TB - I TB HARD DRIVE FOR CCTV DVRS (QTY 3) Statement of Work with appendices and maps Set aside: Small Business, Small Disadvantage Business, Women-Owned Small Business, HUBZone, Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the IHS - Four Corners Regional Health Center. This Sources Sought Notice (SS) is for information purposes only and shall not be construed as a solicitation or as an obligation on the part of Navajo Area Indian Health Service (IHS). The acquisition strategy for this procurement has not been finalized and is subject to change based on the responses received from the sources sought notices. The Government does not intend to make an award on the basis of this sources sought notice or otherwise pay for information solicited herein. The applicable NAICS codes are 561621 - Security Systems Services (except Locksmiths), 334310 - Audio and Video Equipment Manufacturing, and 334119 - Other Computer Peripheral Equipment Manufacturing. The following information is provided to assist the Indian Health Service in conducting Market Research of Industry to identify potential contractors for this effort. Statement of Work - entitled "Surveillance Camera Upgrade (FY10)" (see attached with appendices and maps). The requirements for replacing all surveillance Closed Circuit Television (CCTV) system. The statement of work describes the requirements for replacing 16 surveillance Closed Circuit Television (CCTV) cameras, one sixteen port Digital Video Recorder (DVR), one Pan Tilt Zoom (PTZ) controller and two monitors. The replacement upgrade is necessary to improve the image resolution for day and night viewing, upgrade the DVR for newer camera compatibility, add enhanced performance features to clearer imaging, lengthen the recording storage and extend the coverage areas. The surveillance camera replacement for the security department is located at Northern Navajo Medical Center (NNMC) in Shiprock, NM. The project consists of, but is not limited to, the following: installation of fixed cameras, digital video recorder systems, and tested for connectivity in various locations in/on the NNMC building. The work will consist of installation of security camera equipment, programming cameras for video coverage of the specific areas, establishing camera communication connections, replacing and or upgrading existing cables, and integrating new items within the existing video distribution and monitoring system in accordance with the requirements detailed in the Statement of Work. The proposed requirements are outlined below: Any and all mountings or penetrations will be approved by the Contracting Officer's Technical Representative (COTR) for the installation. As applicable when making wall penetrations, the contractor shall ensure all work is accordance with applicable federal and commonwealth environmental laws and regulations. Proper Firewall Sealants adhere and repair various firewall materials such as Stainless steel, titanium, aluminum, epoxy coatings, polysulfide and silicone sealants, EPDM/fluoro/silicone rubber seals are used. The Contractor shall remove any existing telecommunications cabling in any space that is either abandoned or unsafe as a result of keeping all cabling within regulation standards(NEC sec.80). Exercise care when installing category rated cable. Cable shall not be subjected to a pulling tension greater than 25 LBF, nor shall the cable be kinked at any point. Cables subjected to more than 25 LBF of pulling tension or exhibiting evidence of kinks, as disclosed by a discoloration or deformation of the cable jacket, shall be replaced. The contactor shall be responsible for making any and all electrical connections, circuits (unless otherwise specified) and/or modifications as required to execute this scope of work, and will be approved by the Contracting Officer's Technical Representative (COTR) prior to work execution or installation. The NNMC CCTV system shall be connected into three DVRs to feed into the monitors in the control station for recording capabilities. Command Control Center will have full control of all interior and exterior with capabilities of the DVR and remote access PTZ. Pan tilt zoom cameras will be Day and Night Vandal Proof Dome Camera with 520 TV lines resolution, high accuracy with Micro-stepping control, endless 360 pan rotation; lighting speed (MAX 360 per/sec) smooth manual speed (MIN.05 per/sec). Outdoor video cameras need to be 540 Lines High Resolution, Indoor box camera; auto gain control on/off switchable, digital signal processor (DSP) for image control. Interior cameras need to be low level light high resolution, preferably 480 lines High Resolution, image sensor, long range (this prevents condensation and protects the cameras) or encased in an environmental housing. If all weather cameras are proposed for certain locations are in low level light; high resolution vari-focal infrared Day Night Weatherproof and vandal proof should be used. DVR's should have Max resolution 1280 x 1024, H.264 Hexplex compression, Live real time viewing or smooth video, motion activated, scheduled or continuous recording setting. Quantity of three total 1 (one) terabyte (TB) Hard Drives for each of the DVRs. All systems will require a dedicated 120 VAC 20 AMP power circuit to be provided by Government. All equipment and tools used will be UL 294 and UL 1076 listed. All tools, power cords, and related equipment required to complete the installation shall be provided by the contractor. All electric powered tools, shall be electrically tested and properly grounded. Provide and install all patch cords, power supplies, mountings, programming, and connectors as necessary to make system fully operational. All EIA/TIA; ANSI; REA and UFC recommended design standards for cable installation, testing and CTV system operation shall be adhered to. As a separate submittal, proposals to supply all of the equipment. Contractor shall supply 2 (two) complete sets of operation and user manuals. Line drawing schematics of the new systems to show all new sub systems proposed and installed to include point to point connections. The drawings printed in electronic format for NNMC are also required. The contractor shall provide all labor, tools, transportation, material, equipment, and supervision necessary to replacing and installing the CCTV system in accordance with all applicable laws, regulations, standards, instructions, and commercial practices at Northern Navajo Medical Center at Shiprock, New Mexico. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities (FBO) portal. It is the potential offeror's responsibility to monitor this website for the release of any solicitation or synopsis. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto. Please provide your companies socioeconomic information. The contractor must also have applicable expertise in government acquisition and program management disciplines. This expertise is essential to ensure that cost, schedule, performance, and risk associated with the procurement are effectively applied in support of the IHS mission. All responses must include the following information: Company name, cage code, CCR status (or register at www.ccr.gov), Dunn & Bradstreet number, company address, Point-of-Contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the Sources Sought number. Market Survey Questions: 1. Please provide a narrative how your company has the necessary technical skills, expertise, and knowledge to successfully propose and, if awarded a contract to perform this type of work. 2. Geographic Coverage: Please identify the areas of the United States where your organization operates. 3. Number of years in business; affiliated contractor agreement information: parent company, joint venture partners, and potential teaming partners. 4. References: Provide a list of all private industry or government contracts for similar services that you have performed during calendar years 2007 through 2008. Please include the customer's names, addresses, telephone number, dollar value of contract, and narrative of the services provided on the contract. DISCLAIMER The Request For Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked, as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.204-3 Taxpayer Identification 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.223-6 Drug-Free Workplace 52.223-14 Toxic Chemical Release Reporting 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-8 Discount for Prompt Payment 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest after Award 52.237-2 Protection of Government Building, Equipment, and Vegetation 52.243-1 Changes - Fixed Price 52.246-4 Inspection of Services - Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) 52.249-8 Default (Fix Price Supply and Services) 52.249-12 Termination (Personal Services)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/NNMC-10-BB-001/listing.html)
 
Place of Performance
Address: Northern Navajo Medical Center, US HWY 491 North, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN02243241-W 20100819/100817235152-6969f78a1635cf408fb8ec4726aec9cd (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.