SOLICITATION NOTICE
59 -- Video Surveillance System Upgrade
- Notice Date
- 4/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Rtp Procurement Operations Division, 109 T W Alexander Drive, Rtp, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-02-00397
- Archive Date
- 6/4/2003
- Point of Contact
- Point of Contact, Robin Harris, Purchasing Agent, Phone (919) 541-0955
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(harris.robin@epa.gov)
- Description
- NAICS Code: 235310 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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 solicitation is a 100% SMALL BUSINESS Set Aside. The North American Industry Classification System (NAICS) Code is 235310-Electrical Contractors and the small business size standard is $12 million. The solicitation number is RFQ-RT-02-00397, and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. A firm, fixed-price purchase order is anticipated to result from the award of this solicitation. This procurement is for a video surveillance system upgrade. 1.0 General: All work must be performed at US Environmental Protection Agency, 27 Tarzwell Drive, Narragansett RI, 02882. The contractor will be responsible for providing all labor, materials and equipment necessary to install a 7-camera video surveillance system. See drawing for camera locations at the EPA website http://www.epa.gov/oam/rtp_cmd. 2.0 Objective Statement: The contractor shall provide the necessary personnel, facilities, and equipment necessary to install a turnkey digital video surveillance system to monitor the EPA site and parking areas. Every camera in this system must be capable of zoom (22x) pan and tilt, iris control, and be low light (.3 lx or .03fc), color cameras and be able to withstand the outside local environment. These cameras must provide full coverage (both day and night) of the areas behind and beside the boat house, augment the camera covering the Field Support and Support services parking lot, the main parking lot, the main transformer and the new lobby (see attachment). This system must be capable of being upgraded to a 64 camera system in the future. The system operator must be able to fully control each camera and view multiple cameras at a time. This system must also be capable of recording and time stamping all cameras and store this information for a week. This information must be capable of being stored and ported to a standard DVD format. 3.0 Contractor Responsibilities: The contractor is also responsible for the following: Obtain all necessary permits and licenses. Verify all measurements and dimensions. The dimensions on the drawings are approximate. Install products in accordance with recognized trade practices. Perform all work in accordance with all applicable state, Federal and Local regulations and voluntary codes. Codes and standards shall include but are not limited to the latest edition of: OSHA, BOCA, NFPA, ACI, NEC, ASME, and the Rhode Island fire codes. Install all products by licensed tradesmen, skilled in their fields. Provide signs to adequately warn the EPA AED staff and general public of construction in progress in the construction area(s). Abide by all EPA health and safety regulations, including but not limited to, no smoking in EPA facilities as required. Provide a Delivery and performance schedule (including anticipated start date and required completion date). Request from the Project Officer, at least 72 hours in advance, permission to start work. Notify the Project Officer, at least 72 hours in advance, before any interruption of services. The Project Officer must give the approval to interrupt services and commencement of work. Notify the Project Officer of all problems immediately when problems occur. Note: If the contractor identifies areas of concern during the course of performing any contract services which should be performed in order to insure the finished product will pass any inspections by the State of Rhode Island or local code officials, the contractor shall prepare a RFI(request for information) with a price quotation. This RFI shall be submitted within two working days of discovery of the problem. The contracting officer must evaluate the RFI and must give approval to RFI and price increase if warranted. The contractor is cautioned that all work not included in this statement of work shall not be paid for unless approved by the contracting officer.Call DIG SAFE to arrange for them to locate utilities before digging. Clean up and repairing of any damage to the facility, equipment, or grounds as a result of its activity and to maintain the site free of debris and clean at all times.Provide Warranty requirements (minimum for parts procured by the contractor and minimum for contractor's labor to install all items.) This warranty period must be at least one year. All work shall be performed between the hours of 8:00AM to 4:00PM M-F unless other arrangements are made with the Project Officer. The contractor shall ensure that its employees conduct themselves in a businesslike, professional manner at all times while on site. 4.0 Documentation Requirements: Submital with all proposed equipment will be contained in the contractors proposal for evaluation. All documentation shall be delivered to the Project Officer at the end of the project. (As Builts, 1 copy in Autocad 2000 format, 6 paper copies) Operation manuals, installation manuals on all equipment installed (4 copies.) Site compaction tests. 5.0 Electrical Run wires (power, video signal, and control if needed) to each camera. Note: both video signal and control wires must be from the camera to the multiplexed controller at the guard station. Video and control wires must be from the camera to the multiplexer. There must be no splices anywhere in the run. Electric power must be run in separate conduit as per the NEC (National Electric Code). This power can be obtained from the closest location, and does not have to be run from the guard desk. 6.0 Site Work For PVC (Poly Vinyl Chloride) conduit installation saw cut about 30 L.F. of asphalt and 10 L.F. of concrete (see drawing 1). Legally dispose of asphalt surface covering. Trench 2' deep for conduits from outbuildings to the new Main Lobby. These conduits must contain the video and signal wires if needed. All cabling between buildings must be in PVC conduit and buried below the frost line. Backfill, repair asphalt, concrete and cover lawn cut with sod. Place and compact final backfill of satisfactory soil material to subgrade. Compact soil to not less than the following percentages of maximum dry density according to ASTM 1557: Areas under pavement 95% dry density. All other areas 90%. Install warning tape directly above conduit, 12" below finished grade, except 6" below subgrade under pavement. This warning tape must be acid and alkali resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6" wide and 4 mils thick minimum, continuously inscribed with a description of the utility, with metallic core encased in protective jacket for corrosion protection, detectable by a metal detector when tape is buried to 2'-6' deep. Tape color should follow industry standard protocol. The contractor shall return the site to its original condition. 7.0 General Use 3 hour fire rating fire stop to seal the interstitial space where conduit passes through walls. Use corrosion-resistant aluminum, stainless steel or galvanized fasteners (nuts, bolts, washers, screws, rods.). Provide bushings at all conduit ends to insure nicks and or spurs from the conduit do not compromise wire insulation. All conduits must be schedule 80 PVC conduit. Fire stop all conduits at the ends, when they enter the facility, or pass through fire walls. Leave 1 pull wire in all conduits. The contractor shall properly dispose of all Petroleum, Oil, and Lubrication (POL) waste. Offeror shall provide a minimum of 1 day on-site training for the instrument and equipment warranty. Proposal Instructions and Evaluation Criteria: The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal represents the best value to the Government. For this requirement best-value will be determined based on technical capability, past performance and price. The following is a description of each evaluation criterion, including information which must be included with initial proposals. A. Technical Capability: Demonstrated ability of the proposed offeror to provide a system that meets the requirements set forth in the Statement of Work. Technical proposals must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the Government to determine that the proposed instrument meet the requirements set forth in the Statement of Work. Any specific variances from the specifications shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. B. Past Performance: Proposals shall be evaluated on performance under existing and prior (within the past 3 years) contracts/subcontracts/orders for systems similar to that described in the Statement of Work. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. For each contract/subcontract/order identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of the system which was installed. C. Price: The proposed firm-fixed-price for the entire project shall be provided. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. A site visit is schedule at the U.S. Environmental Protection Agency, 27 Tarzwell Drive, Narragansett, RI 02882 on Monday, April 14, 2003 from 9 a.m. to 12 p.m. EST. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Although prospective offerors are encouraged to attend, if you are unable to attend, a site visit is required before work is to commence. No more than two (2) company representatives may attend. A valid picture i.d. is required for entrance onto the Government facility. If you plan to attend, submit an email with company name, address, phone and fax number along with the representatives name, phone number, and email address to harris.robin@epa.gov no later than Thursday, April 10, 2003 at 12 noon EST. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -Commercial Items. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.236-2 Differing Site Conditions, 52.237-1 Site Visit, 52.237-2 Protection of Government of Government Building Equipment and Vegetation. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52,225-1, Buy American Act, 52.225-3, Buy American Act--North American Free Trade Agreement, 52.232-34, Payment by Electronic Fund Transfer. This solicitation is subject to FAR 52.222-41 Service Contract Act, as such wage determination 1994-2467, rev 21, dated 05/28/2002 is applicable. Offerors should review any other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oam/rtp_cmd. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation. Please submit two copies of the technical and price proposal to U.S. Environmental Protection Agency, RTP Procurement Operations Division (E105-02), Attn: Robin S. Harris, Contract Specialist, Research Triangle Park, NC 27711. The courier delivery address is U.S. Environmental Protection Agency, Attn: Robin S. Harris (E105-02), RTP Procurement Operations Division, 4930 Page Road, Research Triangle Park, NC 27703. All offers are due by May 5, 2003, 12:00 p.m., EDT. No telephonic or faxed requests will be honored.
- Record
- SN00296046-W 20030406/030404214025 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |