MODIFICATION
63 -- Upgrade & Install CCTV- Cameras - Camera Drawing
- Notice Date
- 7/27/2011
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG811-Q-PFP187
- Archive Date
- 8/19/2011
- Point of Contact
- Moe FILALI, Phone: 202-372-4071
- E-Mail Address
-
Mohamed.filali@uscg.mil
(Mohamed.filali@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawing & Distance Scale DESCRIPTION: The U.S. Coast Guard intends to purchase the service of a contractor to set up and install and upgrade the current CCTV and equipment in accordance with the attached Statement of Work. In order to comply with the requirements in this Solicitation # PFP187, the responses should be based on our interpretation of the general requirements provided below. NOTES AND ANSWERS TO YOUR QUESTIONS: 1. Can you provide a map indicating the proposed camera locations and a distance scale? - Included 2. Can you provide requirements for determining the need for 12TB of video storage capacity? - Potential to store up to 01 year of data 3. How many days are you required retain video? - No requirement currently 4. Is event-based recording acceptable vs. continuous recording? - Event based 5. Number of cameras requiring wireless transmission? - 02 across street, up to contractor to decide others on premises 6. List of approved wireless transmission devices and protocols? - Unknown 7. The requirement for pressurized environmental housings is not necessary if the proper enclosures are selected. Ingress Protection (IP) ratings are determined via standardized definitions and testing. For an IP-66 rated enclosure, the first digit (6) indicates the camera is dust tight giving complete protection against any solid matter entering the equipment. The second digit (6) indicates the camera is protected against powerful jets of water meaning that a powerful jet can be aimed at the camera from any direction with no harmful effect. This rating would indicate that the camera is completely impervious to damage from natural elements and can be placed in any outdoor location. Can IP-66 rated camera enclosures be proposed? This will save on purchasing cost as well as life cycle maintenance costs associated with pressurized systems. - Only requirement is that they are marine environment friendly as stated in SOW. 8. Can we use the existing base network or must we provide a dedicated network for the system? - Yes, if system can handle it 9. If a dedicated network is required, can we use "dark fiber" already installed on the base? - Not sure what "dark fiber" is 10. How many monitoring and control stations are required? - One 11. Do you require video analytics (e.g., automated motion detection/tracking, virtual fences, left item detection, etc.)? - Yes Interested persons may identify their interest and capability to respond to the requirement and submit proposals. This notice of intent is a request for competitive proposals and, all proposals received within time and date on this solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered for the purpose of determining of conducting a competitive procurement. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and submit a Cost Proposal by 10:00 am, ET, August 4th,2011. Offerors may either submit one copy of the quote to MOHAMED FILALI, SILC- DET Washington, Room 1615, 2100 Second St. SW, Washington, DC 20593 by mail, fax (202-372-4905) or preferably by email. Electronic transmissions to Mohamed.Filali@uscg.mil are acceptable, but must be timely. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Evaluation Criteria: Award based on lowest cost technically acceptable as well as best value determined by an Evaluating team. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail ONLY. Telephone inquiries are STRONGLY discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received before 10:00 am, ET, August 4th,2011. Primary Point of Contact: MOE FILALI Contracting Office Address: U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411 Washington, District of Columbia 20593-0001 Email: Mohamed.filali@uscg.mil Fax:202-372-4905
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG811-Q-PFP187/listing.html)
- Place of Performance
- Address: US COAST GUARD, Station Channel Islands Harbor, 4201 Victoria Ave, Oxnard, CA 93035, OXNARD, California, 93035, United States
- Zip Code: 93035
- Zip Code: 93035
- Record
- SN02512053-W 20110729/110727234900-9d4a2ca5642e7a14c0626bc312ff59c0 (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 |