SOLICITATION NOTICE
58 -- SECURITY ALARM SYSTEM
- Notice Date
- 8/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC Jacksonvile, Pensacola Detachment, 690 San Carlos Road Suite A, Pensacola, FL, 32508-5014, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N0020407RC093V3
- Response Due
- 8/31/2007
- Archive Date
- 9/1/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All references to Federal Acquisition Regulation clauses can be viewed at http://farsite.hill.af.mil This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-24 and DFARS Change Notice 20040625. It is the contractor??s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil.dpap/dfars/index.htm. The NAICS code is 561621 and the Small Business Standard is $11.5 million. This is a 100% Small Business Set-Aside The FISC Jacksonville Pensacola Detachment Purchasing Department request responses from qualified sources capable of providing: SECURITY ALARM SYSTEM FOR BUILDING 600, BACHELOR HOUSING OFFICE AT NAVAL AIR STATION PENSACOLA, FL. Statement of Work Surveillance camera installation 1. OVERVIEW Building 600 is two-story masonry structured building. Rooms are accessible from interior corridors and stairwells and partially enclosed exterior stairwells. Building has: a. 3 hallways with approximately 9900 square feet in area. b. 51 rooms with approximately 42,550 square feet. c. 20 common areas with approximately 6,320 square ft. 2. Specific Requirements: Bids that do not address all items in the specification will not be considered for award. The Contractor shall, during the period of the contract, provide the installation of surveillance cameras in all contracted areas. Below is government estimate of materials/labor required. QTY PART # DESCRIPTION 2 DB30C5100R2 BOSCH DIBOS VIDEO RECORDER/TRANSMITTER, 30 CH, 1 TB 2 MON150CL BOSCH 15" LCD FLAT PANEL DISPLAY COMPOSITE MONITOR 2 EDR19FM45U HOFFMAN 19" 2 POST OPEN FRAME EQUIPMENT RACK 2 ESH19KBM HOFFMAN 19" KEYBOARD/MONITOR SHELF 2 SVIEW04 LINKSYS KVM 4 PORT INTERGRATED SWITCH 2 EZXS55W LINKSYS ETHERFAST 10/100 5 PORT AUTO SWITCH 2 SUA750RM1U APC RACK MOUNT 750VA / 480 WATT SMART BACKUP 2 DBSR002 BOSCH REMOTE SOFTWARE KIT 2 DIM1100 DELL DIMENSION XP PRO WRK STATION W/ MONITOR 2 R2432300UL ALTRONIX 32 CHANNEL RACK MOUNT CAMERA POWER UNIT 59 LTC 1461/20 BOSCH HI RES COLOR 540TVL 2.8-6 MM AI VANDAL RES DOME 18 RG59U/18-2 SIAMESE VIDEO CABLE RG59U / 18-2 CABLE 380 LABOR LABOR - MAN HOURS (INSTALLATION/CONFIG/TRAIN) 3. INSTALLATION: 1. COLOR HI-RES VANDAL RESISTANT FIXED DOME CAMERAS TO BE LOCATED THROUGHOUT ALL HALLWAYS COVERING BOTH DORM ROOM TRAFFIC (BOSCH VDC-455V03-20S) AS WELL AS ALL EXIT DOORS (BOSCH VDN-495V03-20S), FRONT DESK AND TV ROOMS. 2. A PAN/TILT/ZOOM DOME (BOSCH G4 AUTODOME) WILL BE ADDED TO COVER PARKING AREAS. HEAD END SERVERS (BOSCH DiBos 30CH ?V 1TB) SHALL BE LOCATED IN ELECTRICAL / COMMUNICATIONS CLOSET AT SOUTH HALL FIRST FLOOR . 3. CONTROL AREA SHALL CONSIST OF ONE (1) 42?? PLASMA AND TWO (2) SPOT MONITORS IN OFFICE OFF QUARTERDECK. ELECTRICAL POWER OUTLET REQUIRED TO BE SUPPLIED BY OWNER AT BOTH THE COMMUNICATIONS CLOSET AND CONTROL OFFICE. 4. NAS PENSACOLA ?V BACHELORS HOUSING ?V CCTV DIGITAL VIDEO RECORDER AND VIDEO TRANSMISSION SYSTEM is for application on all VQ buildings. Buildings 34, 600, 3246 3251, and 3252. SYSTEM REQUIREMENTS: Multi-building system providing LAN access to individual buildings, floors & cameras based upon individual login credentials. Cameras are to be vandal resistant and mounted to allow best possible view of each common area and hallway. Each building to include one or more 32 channel server with 1 TB of on-board storage. BH Director, and any other designated individual, will have workstation software to allow all buildings to be integrated into one seamless system for global control of live and archived viewing. ARCHITECTURAL AND ENGINEERING SPECIFICATION Section 13740 ?V Closed Circuit Video Surveillance Systems 1.0 MANUFACTURER A. This product shall be manufactured by a firm whose quality system is in compliance with the I.S./ISO 9001/EN 29001, QUALITY SYSTEM. B. The manufacturer shall be ISO 14001 Certified and adhere to an Environmental Management System that strives to reduce the impact its products and processes have on the environment. 2.0 DIGITAL RECORDER AND TRANSMISSION SYSTEM REQUIREMENTS A. The product specified shall be a digital video recorder and transmission system designed to provide, but not be limited to, the following functions: 1. Live video surveillance with simultaneous event-driven or continuous image recording capability. 3. View live or recorded images at the local recorder or via a network connection from another compatible remote recorder or from a remote workstation via Internet Explorer 5.0 or higher. 4. Transmit live video images to a remote recorder location during an alarm or trigger event. 5. Record video images to a local hard disk drive or to a remote recorder via a network connection. B. The system specified shall be a digital video recorder and transmission system based on the Windows?? embedded XP operating system and enclosed in a standard EIA 19-inch rack mountable enclosure and provided with a keyboard and mouse for full system control. The recorder shall be equipped with a CD-RW for archiving and removable of recorded video, floppy disk, sound card, hardware watchdog and Ethernet card. Each recorder unit shall be designed to be a transmitter or a receiver. C. The digital recorder and transmission system specified shall be a 32 channel unit 480GB disk drives on board. The system record rate shall be 120 images per second (ips) and stored using JPEG compression to an internal and external hard disk systems that can provide instant access to the video for assessment. Each camera shall have an adjustable record rate and a selection of up to five (5) compression level settings. D. The recorder and transmission system specified shall display live or recorded video in a full screen or multi-screen format on an SVGA monitor with up to 32 images per display screen. 1. All cameras in a multi-screen view shall be displayed in the same size. 2. All camera displays shall be auto sized and arranged as cameras are added for display. 3. The multi-screen view shall automatically change to add cameos as cameras are selected for viewing. 4. When full screen video is selected, the operator shall have the option to display it with or without the Windows GUI being displayed. E. A sequence shall be user-programmable that allows any or all of the video inputs to be sequenced (automatic changeover)on the SVGA monitor as a full-screen display with an adjustable global dwell time (interval). F. The system shall allow the stored video to be played back in the forward or reverse direction, frame by frame, and from beginning or end of the clip using standard VCR-like buttons. Reviewed video clips or still images may be zoomed in or out. The images may be printed to a printer connected to the parallel port of the local recorder or via a network printer. Single JPEG or HTML images or video clips may be exported to a CD-RW for recorded video removal. Images shall be exported in a proprietary format with a stand alone player. Playback of the exported images from this CD shall be possible from any Windows?? based PC. G. Secure operation shall be provided via a watchdog function for all software modules. In the event of a power loss there will be virtually no data corruption and the system will automatically recover when power is restored. H. The recorder shall provide embedded Internet Web Browser access that allows a remote PC using Windows Explorer 5.0 or higher to communicate with the recorder via a network. The browser shall be a secure connection using log-on and authorization levels during transmission. From the remote site using the browser, the live video images shall be displayed in single or multi-screen format; video displayed as single screen sequences; status of the inputs shall be displayed; remote relays shall be controllable; I. The recorder shall provide automatic network bandwidth throttling that prevents the recorder from using bandwidth used by other applications running on the network. J. An optional remote receiver software program shall be available from the specified digital recorder manufacturer that will operate on a remote Windows XP PC that has the same functionality and user interface as the specified digital recorder system. Operation of this remote receiver software shall require installation of a manufacturer supplied Dongle key to the remote PC. K. Images shall be recordable on a scheduled weekly/daily, day/night/ holiday, and special exception days basis. The digital video recorder shall be capable of searching recorded by camera number, date/time, and in specific archives. The recorder shall allow network wide searches of archived video images and be capable of receiving multiple network transmissions simultaneously. L. The recorder shall provide video motion detection for each camera input. The recorder shall provide a smart search mode that searches programmed areas of images that have been recorded during motion. This smart search feature shall be supported by the digital video recorder specified either on the local recorder or via the network. Smart search shall also be possible between any two specified recorder units in the entire network and also via the optional remote receiver software running on a remote PC workstation operating on Windows XP. M. The recorder shall provide video storage for up to 254 dedicated, labeled, disk location archives. 2.01 System Administration A. The recorder shall allow 255 definable users. User profiles shall be programmable that restrict access to live or recorded video and also defines who shall have permission to delete images. B. The recorder shall log who starts up or shuts down the system, who logs on or off, any connections made via the network, any images that were archived, any system malfunctions, and who searched for events. C. The recorder shall provide two setup configuration programs: 1. Basic Configuration Wizard- Intended for use by an untrained user. System automatically recognizes the video hardware, such as camera inputs, that are connected and then sets the configuration accordingly. 2. Standard Configuration ?V allows for more customization of the system by users who are more familiar with the system. 2.02 Integration or Alarm input capability: A. Images shall be recorded manually, via motion detection, via alarm input triggers from up to sixteen (16) NO/NC relays in the 16 channel unit and up to thirty-two (32) NO/NC relays in the 32 channel unit. Images may also be recorded from commands sent via RS-232 communication. The system shall be capable of recording 1 to 10 seconds of Pre-alarm video images in addition to recording post alarm video. B. The recorder and transmission system specified shall be compatible via the RS-232 interface with the Bosch (Radionics) Security Systems D9412 and D7412 alarm panels revision 6.3 and higher. C. Events that may occur when the recorder is triggered: 1. Record images to the hard drive. 2. Transmit images to remote stations. 3. Activate relay 16 outputs. 4. Backup the recorded video. 2.03 External Archive of Storage (RAID 5) A. A SCSI adapter port shall be included by the manufacturer with each 32 channel unit as part of the standard digital video recorder and transmission system specified. The SCSI adapter port shall be operational with an optional external archiving device that has been tested and approved by the manufacturer of the specified digital video recorder and transmission system. The archive storage unit shall be an array that provides up to 4 terabytes of additional image storage per 32 channel recorder. 2.04 Networking capability for Image transmission and remote control: A. PSTN via modem (optional) B. Internet C. Ethernet 10/100 Base T 2.05 MECHANICAL SPECIFICATIONS A. Dimensions: 7.0 H x 19 W x 19 D inches (17.5 x 48.5 x 48.5 cm) B. Weight: Approximately 33 lbs. (15kg) 2.06 SAFETY COMPLIANCE A. Complies with CE regulations, UL, CSA, EN and IEC Standards. 2.07 Electromagnetic Compatibility (EMC) A. Complies with FCC Part 15, ICES-003 and CE regulations. 5. GENERAL REQUIREMENTS: a. Packaging and Delivery: All items shall be packaged and packed to withstand transportation without damage. Interior blocking or bracing will be supplied as required by the National Motor Freight Classification (NMFC) and Uniform Freight Classification (UFC). All packages shall bear the customer's name, contract or purchase order number and destination address. b. Warranty: The manufacturer shall provide written warranty to the Using Agency, guaranteeing all material used in the manufacturing, against defect or failure, for a period of 1 year when used in the manner and for the purpose for which it is intended. All warranty periods begin from date of delivery. 6. RESPONSIBILITIES OF THE CONTRACTOR (GENERAL) Delivery shall be FOB Destination to Pensacola, Fl. (Details of shipping address in clauses section) Contractor shall be responsible for all costs. The Contractor shall be responsible for providing labor and material capable of accomplishing the work in a professional and workman like manner. Materials shall be new, unless otherwise indicated. All material and workmanship shall be completed in accordance with the product or material manufacturer??s specifications and installers/technicians shall be factory certified for warranty work. The Government expects to retain warranties for eligible material/product installations and material product performance. The Contractor must provide a Service Supervisor or designee and he or she must be on-site while work is being performed under this contract. All of the Contractor??s project supervisors and trade/work crew supervisors must be able to speak read and write English. The Contractor shall provide the BMA with the name and telephone number of the person(s) to contact in case of an emergency five days after award of contract. The Contractor must coordinate and obtain BMA approval of project material delivery times, truck loading/unloading, dumpster positioning, loading dock use and the positioning and use of any heavy equipment use to move materials or furniture. Contractor will ensure that floor finishes, wall finishes, and doorjambs are not damaged during delivery and installation. Any damage to floors or wall finishes will be repaired at the expense of the contractor to the satisfaction of the customer. The Contractor is responsible for cleaning up work areas immediately after their services have been completed. The Contractor shall remove all rubbish, tools, equipment and materials. All vehicles are subject to inspection while on base. All corridors, loading dock areas, driveways doors, means of egress and aisles must remain clear at all times of project debris. In cases where debris is left from a previous day??s work, the Contractor shall reimburse the Government for cleaning services or costs shall be deducted from the Contractors?? invoice. Government will not incur cost for overtime or extra manning. In addition: Do not use the telephone in any room for personal calls. Do not watch television, eat, or smoke while inside the building. Smoke at designated smoking area only. All contracted personnel shall check in through the base Security Department and shall wear an approved contractor nametag or identification badge at all times. Contractor must park their vehicle or vehicles at designated customer??s parking spaces only. Delivery Instructions: Contractor is responsible for all shipping and delivery costs. Shipping/delivery for cost: Bachelor Housing, Bldg. 685N Warehouse Rd. NAS Pensacola, FL 32508 Note: Mark for Bldg. 600 Contractor must provide temporary storage near the contracted building pending installation. Attached building drawing: . Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instruction to Offerors- Commercial items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This announcement will close at 11:00AM on 8/31/2007. Contact John Carro who can be reached at 850-452-9918 or e-mail john.carro@navy.mil .A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. Please see numbered note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and a determination of responsibility/technically acceptable low bids/past performance. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, gsa contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements
- Place of Performance
- Address: BACHELOR HOUSING, BLDG 600, NAVAL AIR STATION, PENSACOLA, FL
- Zip Code: 32508
- Country: UNITED STATES
- Zip Code: 32508
- Record
- SN01380067-W 20070823/070822071307 (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 |