Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SPECIAL NOTICE

63 -- Government's intent to solicit, negotiate and award a sole source contract to Signet Technologies, a small business. This is a follow on requirement that must be the same as what is already installed in all ways.

Notice Date
8/9/2011
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ11T0096
 
Archive Date
11/7/2011
 
Point of Contact
mary.a.martin, 910-643-1978
 
E-Mail Address
Medcom Contracting Center North Atlantic
(mary.a.martin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of the Government's intent to solicit, negotiate and award a sole source contract to Signet Technologies. The requirement is to provide all materials, labor and equipment necessary to install 37 additional Closed Circuit Television (CCTV) cameras and servers/storage devices. The equipment installed must connect to and interface with the existing Lenel OnGuard access control/CCTV system at Womack Army Medical Center (WAMC), Fort Bragg, NC 28310. All equipment, software and hardware must be compatible with the existing equipment and software. Any software additions or upgrades must be fully supported by the manufacturer and not proprietary to any other company. If we allow another company to work on our system it may void both Lenel's warranty on our system and Signet's warranty on the work they just completed on our IP infrastructure upgrade. Another company who is not qualified or familiar with our system may very well cause our systems to fail or put our entire access control and CCTV systems in jeopardy due to lack of critical system functionality or system configuration incompatibility issues. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. No compatibles or substitutes accepted. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received after the date of publication of this synopsis 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Parties interested shall provide detailed information of their capabilities and certification to clearly meet requirements stated below, in the attached break down doc and in the attached PWS. The work under this contract includes, but is not limited to, the Contractor furnishing all licenses, material and labor associated with this scope of work. * Contractor will provide all equipment which is specified throughout this PWS or something that is the exact functional equivalent and meets all specifications. This is to ensure the equipment either conforms to manufacturer's recommendations or matches existing installed equipment throughout the hospital or other clinics. The Contractor shall install adequate CCTV cameras in the following areas to provide the desired video coverage. All cameras shall be connected to the existing Lenel OnGuard CCTV system. All cameras shall be indoor Color dome IP megapixel cameras. Most of the locations where the indoor cameras are to be located will either require long range views down hallways or views of waiting rooms. The cameras shall be able to zoom in on recorded video to be able to identify a person between 25 and 75 feet away without the view becoming pixilated and un-viewable. A minimum of "40 pixels per foot" is required for facial recognition. Contractor shall install a total of 15 indoor IP megapixel cameras. All interior cameras shall be as good as or better than the Arecont 2MP IP camera. Recommend using the AV2155-16 camera for all hallway cameras and the AV2155 for wide angle waiting room areas. Ground Floor: Install one (1) CCTV camera near bath rooms and post office to view hallway past the bank. (AV2155-16) Install one (1) CCTV camera near intersection of hallways F&C, view toward dining facility. (AV2155-16) Install two (2) CCTV cameras at the hallway intersection by housekeeping office, one camera view toward loading dock; one camera view toward quality control warehouse. (AV2155-16) Install one (1) CCTV camera in the lobby area outside the Weaver Auditorium viewing toward dining facility. (AV2155) 1st Floor Install one (1) CCTV camera in hallway by elevator 5-8 viewing toward PAD. (AV2155-16) Install one (1) CCTV camera in hallway by elevator 5-8 viewing toward CMD Suite. (AV2155-16) Four Corners; intersection of main hallway and ED/Ortho hallway. Install four (4) CCTV cameras. One camera view toward Ortho; one camera view toward All American entrance; one camera view toward Reilly Road Entrance; one camera inside door BC133100 view toward ED. All four lens shall be (AV2155-16) 2nd Floor Install one (1) CCTV camera on wall outside Gastro waiting room view elevator & escalator. (AV2155-16) Install one (1) CCTV camera on wall near bathroom A20012-1 view walkway and stairs. (AV2155-16) Install two (2) CCTV cameras at the intersection by elevator 14-15 and the OR suite. One camera shall view the elevators and hallway toward clinic mall. One camera shall view toward the PAU & ICU waiting area. (AV2155-16) Exterior Cameras All exterior cameras shall be exterior IP Megapixel color, day/night cameras able to view with minimum illumination of 0.1 lux. All cameras shall be able to view an entire parking lot and be able to zoom in on an individual vehicle at both the near and far ends of the parking lot and identify the vehicle without the view becoming pixilated and un-viewable. All cameras shall be mounted on the top outer portion of the facility where they can be accessed for maintenance from the top of the facility. Recommend contractor use a pendent type of mount that extends over the edge or the type of hinged mount that can be rotated up over the edge of the building. All exterior cameras shall be equal to or better than the Arecont 5MP camera. Contractor shall install a total of 9 IP megapixel cameras. All American (AA) Side: Install one (1) long range view camera able to view the AA gate shack. Install one (1) camera able to view parking lot A. Install one (1) camera able to view parking lot B Install one (1) camera able to view parking lot C. Install one (1) camera able to view parking lot D. Reilly Road (RR) Side: Install one (1) camera able to view parking lotG. 15.8. Install one (1) camera able to view parking lot F. Install one (1) camera able to view parking lot J. Install one (1) camera able to view parking lot K. A minimum of two (2) new rack mounted servers shall be furnished, installed, and configured to manage and archive the video from the new cameras and any existing cameras within the vicinity. All interior cameras will be a minimum of 2 megapixel resolution and all exterior cameras will be 5 megapixel resolution. The video server shall be configured to comply with the Lenel recommended server requirements for this application. The server/storage device shall be a Dell R510, rack mounted server, 8 GB RAM, with (2) internal drives for operating system and video application program, (12) 2 Terabyte (TB) drives configured as RAID 6 for video storage. Total of 24 TB, 14 total drives. The servers shall be installed in the existing racks in the communication room CG1001-1. There is adequate rack space available. All cameras will be hard wired to WAMC provided POE switches in the closest communication room where they will connect to the WAMC LAN. Prior to making any penetrations contractor should consult with the Facility Management personnel to ensure they know the procedures and requirements before proceeding. ROBINSON HEALTH CLINIC The Contractor shall install adequate CCTV cameras in the following areas to provide the desired video coverage. All cameras shall be connected to the existing Lenel OnGuard CCTV system. All cameras shall be indoor, vandal resistant, color dome IP megapixel cameras. Most of the locations where the indoor cameras are to be located will require long range views either down hallways or viewing large waiting rooms. The cameras shall be able to zoom in on recorded video to be able to identify a person between 25 and 75 feet away without the view becoming pixilated and un-viewable. A minimum of 40 pixels per foot is required for facial recognition. Contractor shall install a total of 10 indoor IP megapixel cameras. Recommend all indoor cameras be equal to or better than the Arecont 2.0 megapixel (MP) camera. Recommend using the AV2155-16 camera for all hallway cameras and the AV2155 for wide angle waiting room areas. GROUND FLOOR Install one (1) CCTV camera in ceiling above behavior health hallway door viewing elevator, stairwell and main door. (AV2155) Install one (1) CCTV camera in Behavioral Health waiting room #041. (AV2155) 1ST FLOOR Install one (1) CCTV camera in the lobby area in ceiling near records viewing toward Team 3 info desk. (AV2155-16) Install one (1) CCTV camera in ceiling by Team 2 viewing records and main door. (AV2155-16) Install one (1) CCTV camera in ceiling by Team 2 viewing toward records window. (AV2155-16) Install one (1) CCTV camera in ceiling viewing towards stairs & elevator. (AV2155) PHARMACY Install three (3) CCTV cameras in pharmacy viewing issue windows and doors. (AV1355) Install one (1) CCTV camera in ceiling near front door viewing pharmacy door and waiting area. (AV1355) Exterior Cameras All exterior cameras shall be exterior IP Megapixel color, day/night capable cameras able to view with minimum illumination of 0.1 lux. All cameras shall be able to view either parking lots or areas leading into the facility. Cameras shall be able to zoom in on an individual vehicle at both the near and far ends of the parking lot and identify the vehicle without the view becoming pixilated and un-viewable. All cameras will be mounted on the roof of the new addition of Robinson Health Clinic viewing the parking lots. All cameras shall be mounted on the top outer portion of the facility where they can be accessed for maintenance from the top of the facility. Recommend contractor use a pendent type of mount that extends over the edge or the type of hinged mount that can be rotated up over the edge of the building. Recommend contractor install cameras listed below in 17.2. Access onto the roof is thru room #246. Install a total of three (3) cameras. Cameras shall be mounted on the roof of the new two story section of the clinic. Two (2) of the cameras will view the newly installed parking lots in front of the new addition. Recommend these cameras be the Arecont 2 MP DN camera (AV2155DN-1HK). One (1) camera will view the older existing parking lots from the North to the South end. This camera shall be the Arecont MP HD Color DN camera (AV2155DN-16HK) Contractor shall install one additional video server with storage capable of storing video for a minimum of 90 days. A new direct attached storage shall also be furnished and installed. The storage device shall be a Dell R510, rack mounted server, 8 GB RAM, with (2) internal drives for operating system and video application program, (12) 2 Terabyte (TB) drives configured as RAID 6 for video storage. Total of 24 TB, 14 total drives. All cameras shall be connected to our existing Lenel OnGuard Access control/CCTV Digital Video Management System and programmed and configured so they can be viewed with the rest of our cameras. All cameras shall be wired into the communication room #138 which is located in the new addition of the clinic. Currently there is one Dell MD1000 server with 12TB of storage configured for RAID 5. Contractor shall provide a total of 37 additional camera licenses for this project All wiring for IP cameras shall be either CAT 5E or Cat 6 cable. All exterior camera housing and mounts shall be painted Brown to match the existing cameras already installed at WAMC. ** Requirement to be sold and installed by local company (within 100 miles) for proper site coordination and field visits to ensure proper installation. This is also to include proper support post installation should any service be required. ** See attached Performance Work Statement (PWS) for details. Responses via email ONLY to Mrs. Mary Martin at mary.a.martin@us.army.mil no later than 19 August 2011 @ 3:00 PM EST. No telephonic request will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11T0096/listing.html)
 
Record
SN02527142-W 20110811/110809235429-07321ae5e7a7a82b9ca1a3b138da25c7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.