MODIFICATION
63 -- CHILD DEVELOPMENT CENTER SURVEILLANCE SYSTEM
- Notice Date
- 8/17/2007
- Notice Type
- Modification
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
- ZIP Code
- 36112-6334
- Solicitation Number
- F2X3B87208A001
- Response Due
- 8/30/2007
- Archive Date
- 9/14/2007
- Point of Contact
- Frank Spencer, Contract Specialist, Phone (334)953-3532, Fax (334)953-3543,
- E-Mail Address
-
frank.spencer@maxwell.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for furnishing and installing a closed circuit television surveillance system in the Child Development Center at Maxwell AFB, AL prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition has been set aside for award to a Small Business. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2X3B87208A001 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 (15 May 2007) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070522. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. The North American Industry Classification System code is 561621 with a small business size standard of $10.5M. Statement of Work: A. Design, provide and install a 42 channel audio/video surveillance system at the Maxwell Child Development Center (CDC). Surveillance system will monitor 24 separate locations. Each classroom will have two color cameras installed in a manner that provides the maximum coverage possible. Each classroom will also have an audio surveillance microphone capable of providing audio capture of normal speaking voice audio levels. B. Display system will be both a 52? (minimum) primary plasma display mounted in the reception area and a 20? minimum secondary display located at the reception desk. Both monitors will display a multiplexed view of all 18 classrooms simultaneously. The multiplexer will also cycle between the two cameras in each classrooms view. The display located in the reception desk will be able to zoom into a single classroom display either by use of touch screen technology or by use of a switcher. When zoomed into a single classroom, the monitor will also play the audio from the selected room. C. A time lapse DVD or Digital Video Recorder (DVR) will be provided. The recorder will be capable of recording the same audio/video information as shown on the secondary display. Material recorded will be able to be played without the use of proprietary software or hardware. D. Provide two extra cameras and two extra microphones for use as operational spares. Provide any cabling, connectors, power supplies or other items needed to install spare camera/mics in the event of primary failure. E. Provide and install all wiring, connectors and hardware required to complete this job. All wiring must be installed in a neat and professional manner. Plastic tie-wraps will be used to secure cabling. All cables must be labeled with source/destination at both ends with machine made labels. Cable numbers can be used only if a master cable index is provided in both hard copy and electronic format. All cable runs must be continuous, no cables splicing will be allowed. F. If any software coding is used, the vendor will provide copies of all code used to HQ AU/SCVE (AUTV). This will include both a copy of any compiled code and the original source codes. G. At the conclusion of the project, project site will be professional looking and safe. Requirements include plugging holes and concealing all cabling. H. Provide AUTV with complete system drawings in AutoCAD, VidCAD or Visio format. Drawings to be provided in both hard copy and computer disk format. Drawings will be detailed and comprehensive. The system drawings will be evaluated as part of the technical evaluation. I. Provide all books, CDs, DVDs, manuals and other documentation on all equipment installed, consolidated into organized reference binders. Provide sufficient training to AF personnel to allow them to proficiently operate the installed system. J. Provide installation and equipment support during the first 90 days after installation is complete. Support will include 24 hour turn-around time for maintenance issues. Thereafter, contractor will provide full warranty support for as long as equipment is under manufacturer?s warranty. This includes removing and replacing equipment, providing loaner equipment, and/or making temporary modifications necessary to keep the system operational. K. All new cabling must be compliant with a Plenum Environment for the heating, ventilation, air conditioning system (HVAC). L. Type and quality of equipment must be included with the proposal as it will also be evaluated along with the layout and placement of the equipment. M. Vendor will be required to attend an on-site visit before any proposal can be accepted. Site visit is scheduled for 10 AM CDT on Tuesday, 21 August. Please advise frank.spencer@maxwell.af.mil or by phone at 334-953-3532 if you plan to attend. Suggested Equipment Guide by Contract Line Item Number (CLIN). This is a major item overview list only to show possible equipment that would might meet the minimum requirements of the government. CLIN DESCRIPTION Quantity 0001 Pelco IS110-CWV9 or equal camera with 3-9.5mm lens 45 each 0002 Pelco DX8132-1000 or equal Digital Video Recorder 2 each 0003 Pelco PCL217 or equal 17? LCD Monitor 2 each 0004 HP or equal 42? flat panel plasma monitor 1 each 0005 Larue ASK-4 or equal classroom sound monitoring kit 17 each 0006 Installation to include all required labor,tools, hardware, 1 each cabling, setup, programming, training, and tech support These items are to be installed at the Maxwell AFB Child Development Center, 302 Twining St, Maxwell AFB, AL 36112. Award will be made based on the best value to the government. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Vendors must be registered with the following Internet databases to be eligible for award: 1. Dept of Defense Central Contractor Registration (CCR), 2. vendor On Line Representations and Certifications (ORCA), and 3. Wide Area Work Flow (WAWF). Both CCR and ORCA registrations can be completed on line through http://www.bpn.gov and WAWF registration can be completed at https://wawf.eb.mil. The following DFARS clauses are included by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005) and the following clauses are applicable under sub-paragraph (a) and (b): 252.232-7003, Electronic Submission of Payment Request (Jan 2004). DFARS 252.204-7004 Alternate A Central Contractor Registration (Nov 2003) is also applicable. Clauses and provisions may be accessed via the Internet at https://farsite.hill.af.mil or http://www.arnet.far.gov . All offers must be received no later than 30 August 2007, 4:00 pm Central Daylight Time and must respond to the information contained herein. Offers may be emailed to Frank Spencer at frank.spencer@maxwell.af.mil or faxed to Frank Spencer, 42d Contracting Squadron, Acquisition Flight A-1, Maxwell AFB AL 36112-6334, fax number (334) 953-3527. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3B87208A001/listing.html)
- Place of Performance
- Address: Maxwell AFB Child Development Center 302 Twining St. Maxwell AFB, AL
- Zip Code: 36112
- Country: UNITED STATES
- Zip Code: 36112
- Record
- SN01377320-F 20070819/070817230537 (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 |