SOLICITATION NOTICE
63 -- CCTV Equipment
- Notice Date
- 6/15/2020 7:25:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- SILL434KJR0046
- Response Due
- 7/1/2020 12:00:00 AM
- Archive Date
- 12/28/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 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. The solicitation number is SILL434KJR0046 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-07-01 14:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Sill, OK 73503 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: 1. Cameras. The minimum requirements for cameras shall be as follows: a. All 106 shall be the same make and model network IR dome camera in a vandal and weatherproof housing. Cameras shall be compatible with the selected Network Video Recorders identified in item #2 below. b. Shall be 2 megapixel high resolution (1920 x 1080) with CMOS sensor, with a 2.8 � 12mm F1.4 motorized variable focus lens. Shall have a frame rate of 30 frames per second. Shall have auto gain control, auto white balance, backlight compensation, image mirror, image flip, progressive scanning, smart Codec, tamper detection, panning range of 0 to 350, tilt range of 0 to 67 and a video format of NTSC. Shall have infrared LEDs with a viewing an infrared viewing distance of 30 meters. c. Shall be Vandal and weatherproof housing that can withstand temperatures between the following: operating temperature - -22 degrees F � 131 degrees F; storage temperature - 22 degrees F � 140 degrees F; ingress protection � IP66; vandal resistance � IK10. d. Shall have local storage support with built in Micro SDHC/SDXC slot (128GB Max.). e. Power: low voltage DC 12 V/ POE Class 3. f. Color/material: ivory/metal, 106, EA; LI 002: 2. Network Video Recorder (NVR). A statement of compatibility must be provided stating that the CCTV cameras and NVR are compatible and will function as required. All programming and formatting must be accomplished prior to delivery. Hard copy manuals (in English) must be provided for the NVRs. Programming instructions and language for the NVRs must be in English. The minimum requirements for NVRs shall be as follows: a. All 4 shall be the same make, model, rack mountable, backwards and forward compatible, standalone NVR. NVR shall be compatible with the selected cameras identified in item #1 above. b. Shall have video inputs up to 128CH; resolution CIF � 12MP; live � local display 1X HDMI, 1X VGA dual monitor. c. Shall have an operating system embedded Linux; recording bandwidth maximum 300Mbps. d. Shall have an Network interface � RJ-45, Gigabit Ethernet x 2; transmission bandwidth 512 e. Shall have connections � VGA, HDMI, audio, Ethernet, Alarm, USB, storage, serial/reset and power cord. f. Environmental; operating temperature +32F to 104F, operating humidity 20% to 85% RH. g. Shall have dual monitor support to permit simultaneous viewing of up to the total amount of hybrid channels (36 in this case) and playback., 4, EA; LI 003: 3. Hard Disk Drives. The minimum requirements for hard disk drives shall be as follows: a. All 50 shall be the same make, model, and size. b. Shall have 10 TB (terabytes) with 256MB (megabyte) multi-segmented cache, 3.5� drives c. Shall have an operating temperature between 32 degrees F and 140 degrees F. d. Shall be SATA transfer rate 6Gb/s, 64MB Cache, 3.5 inch disk drive e. Shall be surveillance grade hard drives, designed for use in security systems and for 24 hour operation. f. Shall be formatted and installed in the NVR item #2 above., 50, EA; LI 004: 4. CCTV Camera wall mounts. The minimum requirements for camera wall mounts shall be as follows: a. All 56 shall be the same make and model and compatible with the Vandal proof dome cameras identified in item #1 above. b. Shall be of aluminum construction. c. Shall match the color of the vandal proof dome cameras in line #1. d. Shall have a pass through for camera pigtail., 56, EA; LI 005: 5. Security monitors. The minimum requirements for monitors shall be as follows: a. All 4 shall be the same make and model and be of surveillance grade capable of 24/7 operation. b. Shall have at least a 49 inch display, 4K UHD 3840X2160, 500 nits brightness, non-glare panel, rated for 24/7 operation, IP5X rating. c. Shall have the following interfaces: HDMI, DVI, DisplayPort 1.2: built-in Wi-Fi and Bluetooth d. Shall have VESA 200 x 200 wall mount in portrait or landscape mode e. Shall have at least a 60 hertz refresh rate. f. Shall have a remote control., 4, EA; LI 006: 6. Monitor ceiling mounts. Shall have similar characteristics of the VideoSecu brand �Adjustable Ceiling TV Mount�, item model number MLCE7-1O2, ASIN B001KPILLE. The minimum requirements for monitor ceiling mounts shall be as follows: a. All 2 shall be the same make and model and compatible with the monitors listed in line #5 above. b. Shall be of able to support at least 66lbs. c. Shall be compatible with the following VESA 100x100, 200x200, 300x200, 300x300, 400x200, 400x300, 400x400mm. d. Shall have be able to tilt 15 degree forward and 5 degree backward, 360 swivel and 90 degree rotate adjustment. e. Shall have adjustable height ranges of 19�-34� from ceiling in 2� increments. f. Shall have an adjustable ceiling plate that may attach to a flat or sloped ceiling., 2, EA; LI 007: 7. Monitor wall mounts. Shall have similar characteristics of the Fleximounts brand �A21 47-84 inch Big TV Wall Mount Bracket Fulll Motion Swivel Tilt Flat Screens, Adjustable Ceiling TV Mount�, item model number MLCE7-1O2, ASIN B001KPILLE. The minimum requirements for monitor ceiling mounts shall be as follows: a. All 2 shall be the same make and model and compatible with the monitors listed in line #5 above. b. Shall be of able to support at least 66lbs. c. Shall be compatible with the following VESA 100x100, 200x200, 300x200, 300x300, 400x200, 400x300, 400x400mm. d. Shall have be able to tilt 15 degree forward and 5 degree backward, 360 swivel and 90 degree rotate adjustment. e. Shall have adjustable height ranges of 19�-34� from ceiling in 2� increments. f. Shall have an adjustable ceiling plate that may attach to a flat or sloped ceiling., 2, EA; LI 008: 8. Network Switch. The minimum requirements for cameras shall be as follows: a. All 5 shall be the same make and model. b. Shall have 48 port POE switch, 16x10/100 Mbps RJ45 Ports, 2 RJ 45 Ethernet Gigabit uplink ports, 2 SFP Fiber Optical Gigabit uplink ports, powers up to 16 POE cameras, POE output of 250 watts, 7.2Gbps switch capability, IEEE 802.3af compliant +UL Listed. c. Shall connect to network devices over category 5/5e/6 cable, with an effective range of up to 100m/328 feet. d. Shall require no configuration and automatically detect network device speeds, adjust to provide optimum performance. e. Shall feature built in LEDs to provide constant status feedback and provide easier trouble shooting., 5, EA; LI 009: 9. Wireless computer mouse. The minimum requirements for the wireless mouse shall be as follows: a. All 4 shall be the same make and model. b. Shall have a 2.4 GHz wireless connection receiver. c. Shall be compatible with Windows 10 or later. d. Shall a laser grade optical type sensor. e. Shall use 2 AAA batteries., 4, EA; LI 010: 10. HDMI Cable. Shall have similar characteristics of the brand �BlueRigger 4K HDMI Cable (35 feet, Black, 4K 60Hz, High Speed, Nylon Braided�, item model number HDMI-NB-CL3-10m, ASIN B005LJQM3Y. The minimum requirements for the cable shall be as follows: a. All 4 shall be the same make and model. b. Shall be at least 35 feet in length. c. Shall support latest HDMI Standard � 4K, UHD, 3D, Audio Return Channel (ARC) , Category 2 Certified, 18 Gbps /600 MHz refresh rate . d. Shall have 100% pure copper conductors, triple cable shielding, 24K gold-plated full metal connectors. e. Shall be compatible with HDMI components � connect Blue-Ray Player, laptops with HDMI output to 4K UHD TV, projectors, A/V receiver., 4, EA; LI 011: 11. Un-interruptible power supply (UPS). Shall have similar characteristics of the brand �APC UPS, 2200VA Smart-UPS Sine Wave UPS Battery Backup with Extended Run Option, 2U Rack/Tower Convertible, Line-Interactive, 120V (SMX2200RMLV2U)� item model number: SMX2200RMLV2U, ASIN B004FIP7MY. The minimum requirements for the UPS shall be as follows: a. All 3 shall be the same make and model. b. Shall be rack mountable. c. Shall have output power capacity of at least 1.98kWatss/ 2.2kVA. d. Shall have a rack height of 2U e. Shall have the following output connections: (6) NEMA 5-15R and (2) NEMA 5020R. f. Shall have a nominal output voltage of 120v. g. Shall have a nominal input voltage of 120v. h. Shall have an input connection NEMA L5-30P i. Shall have a power cord length of at least 8FT. j. Shall have a transfer time of 2-4ms. k. Shall have the following interface ports: RJ-45 Serial, USB. l. Shall have a control panel with LED status display with �on Line�, �on battery�, �replace battery and overload indicators, multi-function LCD status and control console. m. Shall have an emergency power off. n. Shall have full time multi-pole noise filtering, 3, EA; LI 012: 12. Un-interruptible power supply (UPS) external battery pack. Shall be have similar characteristics of the brand �APC External Battery Pack for Smart-UPS Extended Run SMX-Series (2000VA and higher), 48V, 4U Rack/Tower (SMX120BP)� item model number: SMX120BP, ASIN B00DQOAEWG. The minimum requirements for the UPS shall be as follows: a. All 3 shall be the same make and model and be compatible with the UPS identified in line item number 11. b. Shall be rack mountable. c. Shall the capability to replace battery cartridges without disconnecting the battery pack or interrupting UPS operation (hot swap). d. Shall have offer plug and play installation of the battery packs. e. Shall have scalable runtime. f. Shall have rack-mounting brackets included. g. Shall have at least a two year warranty., 3, EA; LI 013: 13. CAT 6 Cable. Shall have similar characteristics of the brand �trueCable Cat6 Riser (CMR), 1000ft, Blue, 23AWG 4 Pair Solid Bare Copper, 550MHz, ETL Listed, Unshielded Twisted Pair (UTP), Bulk Ethernet Cable�, item model number 6ECMRBLU_1Kbx, ASIN B01JAVL5OE. The minimum requirements for the cable shall be as follows: f. All 24 shall be the same make and model. g. Shall be at least 1000 feet in length. h. Shall have riser rated cat 6 LAN cable 23AWG with 4 pairs (8 conductors). i. Shall be suitable for 1 Gigabit up to 328ft and 10-Gigabit Ethernet up to 165ft. j. Shall have 100% pure copper conductors. k. Shall be packaged in tangle free, easy pull box. l. Shall be FLUKE Certified, tested with a Fluke DSX-8000 Versiv CableAnalyzer and be compliant with ANSI/TIA 568.2-D standards, RoHS-3 compliant and cETLus certified., 24, EA; LI 014: 14. Portable Locking Rack. Shall have similar characteristics of the brand �Middle Atlantic Products PTRK-2726�, item model number PTRK-2726. The minimum requirements for the wireless mouse shall be as follows: a. All 3 shall be the same make and model and accommodate above items #2 NVR, item #8 POE switch, item #11 UPS and item #12 external battery pack. b. Shall have a black powder coated finish on all structural elements. c. Shall have a weight capacity of at least 500lbs. d. Shall be a Rackrail type 10-32. e. Shall be of fully welded construction. f. Shall have a top, bottom and sides of 16-gauge steel, front door shall be 18-gauge steel. g. Shall have a vented, locking and latching rear door. h. Shall have a rackrail of at least 11-gauge steel with tapped 10-32 mounting holes in universal EIA spacing with black e-coated finish and numbered rackspaces. i. Shall have 4� locking cushion type casters. j. Shall have a grounding and bonding stud in base of enclosure. k. Shall be RoHS EU Directive 2002/95 EC compliant. Rack shall be manufactured by an ISO 9001 and ISO 14001 registered company., 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf ""AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."" ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. Wide Area WorkFlow Payment Instructions In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6d58df19a7ad476698a59140e9170b48/view)
- Place of Performance
- Address: Fort Sill, OK 73503, USA
- Zip Code: 73503
- Country: USA
- Zip Code: 73503
- Record
- SN05691338-F 20200617/200615230216 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |