Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

59 -- CCTV RESTORAL - LAYOUT OF BASE

Notice Date
9/15/2010
 
Notice Type
Presolicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit San Pedro, 1001 S. Seaside Ave. Building 21, San Pedro, California, 90731, United States
 
ZIP Code
90731
 
Solicitation Number
05181987
 
Point of Contact
ANITRA L. KEITH, Phone: 6192787180, THOMAS WINTERS, Phone: 6192787072
 
E-Mail Address
ANITRA.L.KEITH@USCG.MIL, THOMAS.A.WINTER@USCG.MIL
(ANITRA.L.KEITH@USCG.MIL, THOMAS.A.WINTER@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a layout of where the new cameras would need to be placed. The Contractor shall provide all labor, transportation, materials, equipment, hardware listed below (including but not limited to 18 each security cameras to the Control Point in the JHOC, control point for cameras, which includes monitor, DVR and control keyboard/joystick as required as well as the proper installation of the Security System in accordance with the manufacturers specification. Contractor shall remove existing old Security Systems including all existing cameras, control unit and associated hardware and cabling, unless the existing cabling and wireless transmitters can still be used and are compatible with the new equipment. Scope of Work X.3) Installation of New Security System shall include: a) Eleven (11) each Color Day/Night PTZ camera with a stainless steel or plastic marine grade housing and PTZ enclosure. With minimum specifications 5-50mm Varifocal Lens, 550 Lines of Resolution, auto-panning capability and 12VDC. Eight (8) cameras should replace the existing cameras. The three (3) cameras on the front of Hangers 1&2 should have the entire flight line area in overlapping fields of view. Additionally three (3) cameras will be installed in the following places: a) Southwest corner of Bldg F facing the water, b) Northwest corner of the racquetball court facing the water, c) replace and move currently installed camera on the Northeast corner of Bldg F balcony area to under the eave 4 feet away so the camera is facing and has a view of the base armories. Exposed cameras require protection from any bird droppings. The preferred method is to prevent any birds from landing on the camera system. b) Three (3) each Color Day/Night Cameras with minimum specifications of 9mm Varifocal Lens, 550 Lines of Resolution and 12VDC. These cameras will be placed in the following locations: a) Replacing the current camera at the main entrance guard shack with a view of all vehicles entering the base. b) Replacing the 2 cameras installed on the South East corner of hanger 1 so that 1 camera has the base magazines in its field of view approximately 100 yds away and the second has the docks where our boats are moored up. Both cameras require protection from any bird droppings. We prefer the method of prevention of any birds from landing on any part of the camera system. c) Four (4) fixed entrance security cameras with appropriate housings for door monitoring. Three (3) will be replacements on the second floor of Bldg F, 2 indoor cameras monitoring both doors entering the Command Center, 1 with a view of the outer door from the inside, 1 to be placed on the wall next to the inner door to have a view of any visitors awaiting entrance to the space (camera #13 on encl 1). 1 outdoor camera with suitable weatherproof housing to monitor the emergency door at the back of the bldg (camera #12 on encl 1). One (1) additional camera to be installed facing the public entrance door in Bldg A from the inside facing out so that camera has a view of all people at front door. d) Contractor shall provide and install one (1) each monitor, monitor desk mount, camera control point or equivalent system with all cameras connected and DVR/Recording unit in the JHOC with the following specifications and installation details: e) One (1) each: Any compatible DVR with 4TB Hard Drive Storage capable of storing two weeks of footage, at 240 Frames per second recording, 8 video input (for future expansion), USB Port for Archiving of video. This is to be installed in our JHOC in a rack provided by CG. f) One (1) each: Any Compatible Multi-Function Key Controller with Joystick or equivalent system/setup. This system should be able to select desired camera/cameras view, control the selected camera capable of motion and access the DVR. g) One (1) each: Appropriate Power Supply for system with at least 8 Output (for future expansion). h) Two (2) each: Compatible 32" LCD Monitor (if required). One on the watch floor and one in the communications room in the JHOC. i) One (1) each: Compatible desk mount for the 32" Monitor. We request a Full Motion desk mount with Tilt, Swivel and Extend capabilities, one that can extend at least 15". The contractor is to completely install desk mount and 32" LCD Monitor in the JHOC routing cabling from the server/DVR to desk location. The specific location of installation will be decided when on site. j) Cabling in JHOC will be under a raised deck to a rack provided by CG. Contractor will verify with Electronics Support Detachment personnel correct placement of cabling. k) Prior to installation of cameras on the hangers and in the vicinity of the helo ramp, contractor will obtain the permission of the duty Watch Captain in Maintenance Control and inform same upon completion. Movement of vehicles/equipment will be limited during aircraft operations. l) All work areas will be returned to a normal appearance matching the surrounding area upon completion of work. m) All work areas will be returned to a normal appearance matching the surrounding area upon completion of work. Including walls, ceilings, and floor coverings. X.4) Training: a) Contractor shall provide professional training to all required USCG Personnel on the newly installed system in accordance with the manufacturers operational requirements. This includes a breakdown of each Camera, the Control Unit and the DVR. b) This is to be a 100% independent system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/994788ceb06c48b1323ed40b96622c57)
 
Place of Performance
Address: SECTOR SAN DIEGO, 2710 NORTH HARBOR DRIVE, SAN DIEGO, California, 92101, United States
Zip Code: 92101
 
Record
SN02283723-W 20100917/100916000722-994788ceb06c48b1323ed40b96622c57 (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.