Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
MODIFICATION

67 -- IN CAR VIDEO CAMERA SYSTEM

Notice Date
9/26/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
BUILDING 5700, FORT RUCKER, AL 36362
 
ZIP Code
36362
 
Solicitation Number
0010096920-01
 
Response Due
9/26/2011
 
Archive Date
3/24/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
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 0010096920-01 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 with a small business size standard of 100.00 employees.This requirement is unrestricted 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 2011-09-26 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT RUCKER, AL 36362 The U.S. Army ACC MICC Fort Rucker requires the following items, Brand Name or Equal, to the following: LI 001, DP3 MDVR, 32GB SSD, Video & Audio Encoding H.264/AVC (MPEG4 part 10) & AAC, Processor and Operating System Intel ATOM x86 with Linux 2.6, System Start Up Time <60 seconds (including power-on self test), Storage Method Options for 32GB or 64GB Solid State Drive, Video/Data Storage Module Capacity 12 hours with 2 cameras using a 32GB SSD, Pre & Post Event Recording Up to 15 minutes, Power over Ethernet 6 x PoE (Power over Ethernet interfaces) 10M/100M/1Gb (802.3AT), Triggers 11-(6 configurable GPIs plus ignition, radar, GPS, Wireless microphones x 2), Power 40W, Battery Back-Up (UPS) Enclosure, UPS circuitry within MDVR - 30 minutes with specified battery, Part # 800-0000000, 5, EA; LI 002, Digital Video recorder software for each unit. Part # 355-0000006, 5, EA; LI 003, Digital Video Recorder Installation Kit for each unit, Part # 800-0000004, 5, EA; LI 004, DP3 Encoder Kit, Cameras 2 at D1, Microphones 2 External & 1 Internal, Power PoE 10M/100M/1Gb (802.3AT), Dimensions 157mm x 99mm x 46mm, Inputs-1 PoE 10M/100M/1Gb (802.3AT)-1 S-Video Input with full PZT controls)-1 Composite Video Input (no PZT controls)-2 Wireless Microphone inputs (or line level inputs as needed)-1 Microphone input, Part 3 800-0000002, 5, EA; LI 005, Touch Screen LCD Kit for each unit, Processor and Operating System- Intel ATOM x86 with Linux 2.6, Monitor Dimensions-157mm x 98mm x 27mm, Screen Type-LCD Touch screen (TFT), Size:108mm x 64.8mm, Viewing Angle : Horizontal +/-65 degrees, Vertical -/+45, Resolution 800 x 480, Key Controls (6 buttons), On/Off/Night mode, Start/Stop Recording,License Plate Zoom, Live/Review Mode, Initiate Docking, Create Bookmark, Touch Screen Video Controls-Record Stop/StartPlay, Pause, Mark, Add Bookmarks, Jump to Bookmarks, Brightness Control Day or Night (automatic control via sensor)Night Mode Yes, dims screen and buttons. USB Interface 2 x USB, Memory Card Interface SDHC (32GB max), Wireless Interface Wi-Fi 802.11n (MIMO), Connection to DVR Ethernet PoE (1Gb), Power 802.3AT via MDVR, Part # 800-0000005, 5, EA; LI 006, Low Light Color Rear Camera with cable, Image Sensor 1/3? Sharp CCD, IR Array Range 12 ft, IR Sensitive Yes, Resolution 420TV Lines, Lux 0 Lux @ F1.2, Lens 3.6mm, Part # 700-0094V4, 5, EA; LI 007, Front Camera Kit 22X with cable, Image Sensor ? Super HAD CCD, Resolution 720H x 480V @30fps, Optical Zoom 22x or 27x, Angle of View (H) 51? or 62?, Minimum Illumination 1 lux (normal shutter mode), 0.01 lux (digital slow shutter mode), Electronic Shutter 1/60 to 1/50,000, Automatic Gain Control (AGC) Yes, AE Control Yes, Back Light Compensation Auto, Focusing System Auto, Part # 700-0092V7, 5, EA; LI 008, Enhanced Wireless Mic Transmitter Kit, Charging Time 3 hours, Operating Frequency and Range 2400MHz ~ 2483MHz, Up to 1200 feet, line of sight, LED Indicators, Transmitter: Low battery warning, out of range, TALK, MUTE, synchronization, Base: Charging indicator (BATT), Transmitting (TALK), synchronization, Jacks-Base: 8 pin RJ-45 for power, audio out, and controls.Microphone: External microphone jack, Battery Type Lithium-Ion-Polymer 3.7V DC/1300mA, Dimensions-Receiver & Charger 55 mm x 78 mm 78 mm, Transmitter 70 mm x 50 mm x 25 mm, Part # 701-0000065, 5, EA; LI 009, Enhanced Wireless Mic Receiver Kit, booklet, receiver mounting bracket, screws, antenna, connecting cables, Part # 701-0000066, 5, EA; LI 010, Enhanced Wireless Mic Home Charger Kit, booklet, power adapter charging cradle, Part # 701-0000068, 5, EA; LI 011, GPS WASS including 3m cable, part # 701-0000100V2, 5, EA; LI 012, Bracket Kit for chevy Impala, year 2006+, Part # 700-0060, 5, EA; LI 013, Ethernet, 6.0m (DVR to Encoder extension), Part # 602-0000031, 5, EA; LI 014, RJ45 Data Port, 0.5m (RJ45 Jack Docking Port), Part # 701-0000103, 5, EA; LI 015, Installation of purchased equipment, per unit, Part # 275-3000, 5, EA; LI 016, New DP3 Back Office Software Installation, includes software installation, configuration, test of 1 VRS and 1 Docking server. Training up to 2 people. Part # 275-3100, 1, EA; LI 017, 2nd year warranty and phone support per unit, Part # 325-3000, 5, EA; LI 018, 3rd year warranty and phone support per unit, Part # 325-3001, 5, EA; LI 019, 2ND YEAR EXTENDED WARRANTY ON DP2 UNITS, 8, EA; LI 020, SHIPPING, 1, EA; 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, U.S. Army ACC MICC Fort Rucker 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. U.S. Army ACC MICC Fort Rucker 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 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 https://www.acquisition.gov/far/. Any EQUAL offer submitted is required to list the detailed specifications of their offer within their line item details. Additional attachments may also be emailed to clientservices@fedbid.com
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d308416e7a265ee5f65b79bc1a04867d)
 
Place of Performance
Address: FORT RUCKER, AL 36362
Zip Code: 36362-5000
 
Record
SN02592840-W 20110928/110926235812-d308416e7a265ee5f65b79bc1a04867d (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.