Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

59 -- Intrusion Detection System Equipment Upgrade

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
GTMO Branch (PARC Amercias 410th CSB), KO DIRECTORATE OF CONTRACTING, JTF GTMO J4, APO AE 09360, AE 09360-0000
 
ZIP Code
09360-0000
 
Solicitation Number
W91WRZ-0006-1403
 
Response Due
3/31/2011
 
Archive Date
5/30/2011
 
Point of Contact
John S. Stacy, 011-5399-3934
 
E-Mail Address
GTMO Branch (PARC Amercias 410th CSB)
(john.s.stacy@jtfgtmo.southcom.mil)
 
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. This is a combined synopsis/solicitation; W91MNW-0006-1403 (0010036350), for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. The applicable NAICS for this requirement is 334290. A single award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below and IAW FAR 52.211-6 Brand Name or Equal. 410th CSB, RCO GTMO, Guantanamo Bay, Cuba is seeking to purchase Brand Name or Equal commercial items as follows: CLINDescriptionQuantityUnit priceTotal 0001Access power controller with specifications: Converts a 115VAC 60Hz input into eight (8) independently controlled 12VDC or 24VDC non power limited fuse protected Fail-Safe and/or Fail-Secure outputs with a total of 6 amp continuous supply current. The fire alarm disconnect feature enables emergency egress in the event the fire alarm system is activated. It is individually selectable for any or all of the eight (8) outputs. Filtered and electronically regulated outputs. Short circuit and thermal overload protection. Maximum charge current.7 amp. Zero voltage drop upon transfer to battery backup. AC input and DC output LED indicators. AC fail supervision (form "C" contact rated @ 1 amp 28VDC). Low battery and battery presence supervision (form "C" contact rated @ 1 amp 28VDC). Altronix Access Power Controller Part # AX-600ULACM Or equal.30 0002Armored indoor/outdoor siren/strobe w/ specifications: 15W armored siren, lightweight rustproof aluminum die-cast housing, 122dB output siren driver and dual-action reed plunger switch for normally closed loop. Amseco Armored Siren/Strobe Part #AS-SSX51 Or equal.10 0003Rackmount DVR w/ specs: Windows XP OS, Video Input channels Analog: 6, 12, 18, 24, 30 IP: 16, 32 (MPEG-4); Video Output: Looping Video, 2 composite outputs, 1 VGA output, 2 spot monitor; Audio Input channels: 2, 4, 6, 8, 10 (plus up to 32 from IP cameras), 1 Audio output channel, compression type G.726, sample rate 32 KHz, no synchronous audio, Yes associate multiple cameras to 1 audio; Alarm inputs 32, Alarm relay outputs 16, call up Pre-position on dome cameras, Increase frame rate on alarm, simultaneous normal and event recording, multiple camera linking on alarm event, notification via e-mail, notification to remote pc, pre-alarm, alarm time, motion detection. Recording compression video MPEG-4, JPEG, Software or Hardware: video hardware, audio software; frame rate (IPS): PAL 75/150-225-300-375 @ CIF, NTSC 90-180-270-360-450 @ CIF; IPS per camera: 25 per camera Max 375 on a 30 channel unit @ CIF, NTSC 30 per camera Max, 450 on a 30 channel unit @ CIF; Recorded Video Resolution: PAL CIF-2CIF-4CIF Analog and IP Cameras, NTSC CIF/2CIF/4CIF Analog and IP Cameras; Individual Camera Adjustment (IPS, Quality), Scheduling Recording Modes: Day/Night/Weekend/Holiday/Specific Day; HDD Overwrite warning; Recording Times: Best Quality/Highest Resolution, 3 IPS Continuous, 50% Motion, Very Busy Scene (Outdoor), No Audio: 6 Ch:19 Days (750 GB) @ 4CIF, 12 Ch: 10 Days (750 GB) @ 4CIF, 18 Ch: 9 Days (1000 GB) @ 4CIF, 24 Ch: 13 Days (1600 GB) @ 4CIF, 30 Ch: 10 Days (1600 GB) @4CIF; Normal Quality/Standard Resolution, 3 IPS Continuous, 50% Motion, Very Busy Scene (Outdoor), No Audio: 6 Ch: 86 Days (750 GB) @ CIF, 12 Ch: 43 Days (750 GB) @ CIF, 18 Ch: 38 Days (1000 GB) @ CIF, 24 Ch: 58 Days (1600 GB) @ CIF, 30 Ch: 46 Days (1600 GB) @ CIF; Internal HDD 250-500-750-1000-2000 GB; Export Supported Devices: CD-RW, DVD, USB 2.0, Network Drive, SCSI; Data Format: Bosch, ASF; Support Backup Mode: Manual or Automatic; Support SCSI Disk Array: DVSA (Lite & Premium), 13.8 TB Max SCSI Array Configuration; Timeline Search Bar; Search Mode: Date/time, Camera Name, Events, Pre-Alarm, Motion, Smart MOtion Search; Smart Motion Search-Motion in specific area; Live Resolution Display: PAL: CIF/2CIF/4CIF Analog& IP Cameras, NTSC: CIF/2CIF/4CIF Analog & IP Cameras; Screen Division (multi-screen): Full, 2x2, 3x3, 4x4, 5x6; Digital Zoom, Camera Lock-outs by user; Unlimited User level control, Add/Delete, Set Viewing Permissions, Centralized User Management LDAP, Event logging by user, Data Integrity Check; Network Connection: 10/100/1000 Ethernet, Protocol: TCP/IP, UDP Tunneling; Web Browser Access; Simultaneous Accessible Users: 20 w/ software, 5 w/ web browser; Remote PC Clieft: Resolution (live) CIF/@CIF/4CIF Analog and IP Cameras; Full Admin Control, Remote desktop; PTZ Control; Export Options Bosch (All Cameras), ASF (Individual and Multiple Cameras); Instant Playback, Bilinx/Up-the-Coax Camera Control, Digital Zoom on Playback, PTZ Joystick Control: Yes_DiBos/Bosch VMS, ATM/POS Interface, OPC Support. BOSCH 900 Series Rackmount DVR DB30C5200R2 Or equal.4 0004BNC Crimpon Connectors for RG59 w/ specs: crimp on connectors for RG59 coax cable. Emerson Cambridge BNC Crimpon Connector for RG59 EMS-279009 Or equal.100 000516 GA AC Grounded Cable Cad Systems part #CAD 55-780 Or equal50 0006B-wire connectors w/ specs: UL listed. Dolphin Super B-wire connectors DOL DC-1000S Or equal2 000712 Volt Rechargeable sealed lead acid batteries 7AH ENERSYS part #YA-NP712 150 0008Winpak SE software w/ specs: Unlimited account support, Unrestricted users, Multiple communications servers, Quick start setup and configuration wizards, Real-time alarm/event monitoring, 99 priority levels, Control and response, including acknowledge, clear, annotate, live video, recorded video, Manual override, lock and unlock doors, shunt/unshunt zones and input points, Manual override of system functions, Lock and unlock doors, Arm/disarm partitions and zone, Bypass/Un-bypass zones, Generate predefined or customized reports using easy templates, Schedule e-mail or printed reports, CCTV control interface to most popular matrix switchers, Schedule guard tours, Enhance elevator control, Global anti-passback processing, Content-sensitive help screens, Dynamic floor plans, Control devices, Floor plan linking, Acknowledge/clear alarms, Visual feedback, Operating systems supported: Windows Vista Enterprise*, Windows Vista Business*, Windows XP Professional SP2 and Windows 2003 Server *SQL Server 2005 orSQL Server 2005 Express Edition must be loaded on the computer before WIN-PAK PE is installed. Honeywell Winpak SE Upgrade Software WPSEU5V Or equal1 0009Hardwire/Wireless control panel w/ specs: 8 to 96 hardwire zones/points including 8 2-wire fire zones, Fuseless, maintenance-free operation, Up to 96 user codes, Up to 8 areas, 3 on-board relay outputs; expandable to 96, 1 on-board programmable lug, Up to 4 RF receivers, Up to 15 keypads, Up to 64 X-10 devices supported, 800 event log, Auto arm/disarm, 255 event scheduler, Alarm-to-pc automation software package interface. Multiplex expandability using built-in EZMs in custom alpha keypads or 8-zone expansion modules, Up/Downloading, including unique PC-preset unattended method, EZ-Programming mode at keypad, Multi-stage lightning protection, Event log with open/close suppression, NetLink intranet/internet alarm reporting option, X-10 Support, Telco line cut supervision,Support for VOIP (voice over internet protocol) communications, Support all major communication formats & secondary pager format, SIA CP01 compliant versions available, Include transformer. NAPCO GEM-P9600 Or equal20 0010Alarm Keypad w/ specs: Intuitive Stay and Away keys, Large soft touch backlit keys with tone, Backlit displays for easy reading, Wireless transmitter signal strength indication, EZ-Programming mode (Q&A format with custom alpha models), Fire, police and auxiliary programmable panic keys, Fingertip reference chart. NAPCO GEM-RP1CAE2 Or equal15 0011Punchdown tool w/ specs: Bayonet style (twist & lock) blade retention socket compatible with industry standard tools and blades with 66-100 Combo blades. Platinum Tools Pro PLT 13109C Or equal.2 0012Tamper switch w/ specs: Closed loop, open loop and SPDT, reed switch hermetically sealed, adjustable plunger from 1/4" to 1/2", supervisory loops available, 3/8" diameter, standard 12" lead. GRI TSC-20 Or equal20 0013USB 2.0 IDE to SATA Cable w/ specs: convert all SATA, 2.5" and 3.5" IDE to USB 2.0 connection. Support plug-n-play, USB hot-swap. Sabrent USB 2.0 to IDE/SATA Cable Or equal.1 0014Backup UPS 1500VA/120V w/ specs: 980 W output power capacity, 230V nominal input voltage, input frequency 50/60 Hz +/- 3 Hz (auto sensing), IEC-320 C14 input connection, input voltage range for main operation: 160-286V, input voltage adjustable range for mains operation: 151-302V; Output connections: (8) IEC 320 C13, (2) IEC Jumpers. APC BR1500 Or equal.10 0015Electric Power Transfer Hinge w/ specs: Four wire Power Transfer Hinge, 5-ft cable, 28 Ga., 1-pair 1 Amp, 1-pair 250 mA, 4.5" x 4.5" standard weight, UL 10B Listed for fire door. DSC Electric Power Transfer Hinge PTH-4 Or equal.30 0016CCTV Housing w/ Heater, Blower, Bracket w/ specs: Sturdy ABS construction, spring assisted forward open lid, mounting bracket, view window should be 2.68" diameter. STI CCTV Housing SF-STI7100K Or equal50 0017IFS 4 channel digital video multiplexer receiver rackmount w/ specs: Pulsed frequency modulation for high quality video transmission, meets requirements for RS-250C short-haul transmission, directly compatible with all NTSC, PAL or SECAM CCTV camera systems, LED status indicators for rapid indication of critical operating parameters, solid state current limiters on all power lines, wide optical dynamic range, exceed NEMA TS-1/TS-2 and Caltrans Traffic Signal Control Equipment Environmental Specifications for Operating Temperature, shock, vibration, humidity and voltage transient protection. IFS 4 channel digital multiplexer transmitter VR7400-2DRDT Or equal.2 0018IFS 4 channel digital video multiplexer transmitter rackmount w/ specs: Pulsed frequency modulation for high quality video transmission, meets requirements for RS-250C short-haul transmission, directly compatible with all NTSC, PAL or SECAM CCTV camera systems, LED status indicators for rapid indication of critical operating parameters, solid state current limiters on all power lines, wide optical dynamic range, exceed NEMA TS-1/TS-2 and Caltrans Traffic Signal Control Equipment Environmental Specifications for Operating Temperature, shock, vibration, humidity and voltage transient protection. IFS 4 channel digital multiplexer transmitter VT7400-2DRDT Or equal.2 001919" Rack mount card cage w/ specs: 115 VAC input voltage, 20 VAC C.T. @ 2.8A power supply; 14 1" module or 7 2" module spacing; 1A slow blow fusing, Detachable, IEC-connectorized AC line card; meet IPC standard circuit board. IFS 19" Rack mount card cage IFS-R3 Or equal2 0020Shipping1 Total Price $ Delivery: 6 Weeks After Receipt of Order. Place of delivery and acceptance is FOB Origin Norfolk Contractor is required to follow all instructions and requirements below. Failure to do so may delay receipt of goods, and result in delayed payment. 1.0 SHIPPING INSTRUCTIONS: If there is anything to be shipped under this contract using Government shipping services, please use the shipping information below. POINT OF CONTACT: JOHN S. STACY CONTRACTING OFFICE: 011-5399 EXT: 3934 FAX: 011-5399-3013 JOHN.S.STACY@JTFGTMO.SOUTHCOM.MIL AIR SHIPPING INFORMATION: (FOB ORIGIN) JTF-GTMO J4 (NORFOLK) OPERATION ENDURING FREEDOM 8449 AIR CARGO ROAD BLDG LP205 PR&C: NORFOLK, VA 23511 TAC: A1KS ATTN: SUPPLY OFFICER TEL: 757-444-4997 BARGE SHIPPING INFORMATION: (FOB ORIGIN) JTF-GTMO J4 8998 BLOUNT ISLAND ROAD JACKSONVILLE, FL 32226 ATTN: SHIPPING REP TEL: 904-751-8886 PACKAGE MARKING: The contractor/shipper must mark all packaging and invoices with the following: PR&C#: W91MNW-0006-1403 (0010036350) ATTN GTMO-J4 CONTRACT #: 011-5399 EXT: 2408 2.0 INVOICE INFORMATION FOR CONTRACTOR: Invoices for products/services rendered under this contract shall be submitted electronically through Wide Area Work Flow (WAWF). The vendor shall self register at the web site https://wawf/eb.mil. Select the appropriate invoice type. 2.1. Invoice Processing: The invoice will not be processed prior to receipt of materials. Once the product is received in Guantanamo Bay, Cuba, a Receiving Report will be completed using WAWF and payment made via DFAS. Net terms begin upon arrival on Guantanamo Bay, Cuba. 3. SHIPMENT TRACKING: The Contractor shall notify, via e-mail to the addressee's below, the following information: CONTRACT NUMBER: NAME OF CONTRACTOR: SHIP FROM ADDRESS: SHIP TO ADDRESS: ITEMS SHIPPED DATE OF SHIPMENT: John.s.stacy@jtfgtmo.southcom.mil The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Offererors must submit quotes on an all or none basis, partial quotes will not be accepted. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical acceptability shall be evaluated on the basis of items provided in the quote are exact matches to the items listed in the bid schedule. If "or equal" products are quoted, documentation showing items match required specification are required to be provided. (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.247-7023 Transportation of Supplies by Sea (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due no later 31 March 2011 at 4:00 pm, EST. Only email quotes will be accepted - john.s.stacy@jtfgtmo.southcom.mil Contracting Office Address: JTFGTMO/J4-Contracting APO AE 09360
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de85a79f324c32193b5dfcc62e62a695)
 
Place of Performance
Address: GTMO Branch (PARC Amercias 410th CSB) KO DIRECTORATE OF CONTRACTING, JTF GTMO J4 APO AE 09360 AE
Zip Code: 09360-0000
 
Record
SN02402326-W 20110318/110316234710-de85a79f324c32193b5dfcc62e62a695 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.