SOLICITATION NOTICE
63 -- 74 FGS Camera Replacement
- Notice Date
- 4/22/2025 7:39:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
- ZIP Code
- 31699-1700
- Solicitation Number
- FA483025Q0051
- Response Due
- 5/7/2025 10:00:00 AM
- Archive Date
- 05/22/2025
- Point of Contact
- June Alba, Phone: 2292572053, Maria Spence, Phone: 2292574704
- E-Mail Address
-
june.alba@us.af.mil, maria.spence@us.af.mil
(june.alba@us.af.mil, maria.spence@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- General Statement: This is a combined synopsis/soliciation for the commercial items issued by the 23rd Contracting Squadron, Moody AFB, Georgia. This announcement constitutes the only solicitation being issued for the requirement described herein. STATEMENT OF OBJECTIVES 74th Fighter Generation Squadron Moody AFB CRF Bldg. 772 Video Surveillance System 1.0 SCOPE The 74th Fighter Generation Squadron (74th FGS) requires a surveillance system installed in Building 772. The vendor shall provide all necessary parts, equipment, and software, including installation and training. The system must be fully installed within 60 days of contract award. 2.0 MINIMUM REQUIREMENTS 2.1 The facility requires a closed-network CCTV or security surveillance system for observation. Cameras shall not be connected to the Air Force (AF) network. 2.2 Cameras: Eight (8) interior cameras are required: � Six (6) cameras in the main support room. � Two (2) cameras in the support back room. � Monitor: One (1) monitor is required for system monitoring. � System Components: The vendor shall provide all necessary components, including but not limited to: Cameras (8): � 4K Recording Quality (with zoom capability) � Turret Style Monitor (1): � 27-inch screen � 4K Resolution � 60 Hz Recording Software & Hardware: � 2 TB Storage � Conduit � Cabling � Mounting Hardware � Power Supplies All other ancillary equipment required for a complete and functional system. 2.3 The system shall provide adequate storage for 60 days of continuous recording. Storage will be maintained at the central control point (see 2.4). 2.4 All cameras shall be connected to a central control/monitor located in the Support NCOIC Office, Building 772. 2.5 The vendor shall provide all necessary racks, cabling, servers, and other equipment, including those items identified in the solicitation. 2.6 The system shall provide complete coverage of the highlighted areas in the attached floor plans. 2.7 All system components (hardware and software) shall be compatible with and authorized for use in the facility. All equipment shall comply with the Buy America Act and be TAA compliant. 2.8 The vendor shall bring all cameras and support equipment to the work center during installation to minimize shipping frustrations. Cameras will be inspected by the section lead to confirm the camera type, but no further inspection will be required as no security risks exist. 3.0 INSTALLATION 3.1 The vendor shall install all parts and equipment. 3.2 Building 772 has existing infrastructure. A layout of recommended camera locations is in the attached floor plan. Building modifications will not be required. 3.3 The vendor shall dispose of all previous camera and supporting equipment (Hardware, Conduit, ETC). Additionally, the contractor shall provide their own dumpster for disposal as one will not be provided. 3.4 Installation shall be conducted Monday - Friday, 7:30 am - 5:00 pm EST, under the supervision of support personnel. 3.5 Payment will be made following the completion of equipment install and the installation has been approved by the customer. 4.0 TRAINING 4.1 The vendor shall provide training to two government personnel on the use of the new system, a training guide that the trained personnel can use to facilitate future training, a 3-year warranty, and troubleshooting assistance (equivalent to support provided to commercial customers purchasing a similar system). ATTACHMENTS: � Floor Plan Bldg. 772 with recommended locations and facing direction for cameras and intercom system. SITE VISIT: A site visit will be held on Monday, April 28, 2025 at 1:00 PM EST. Base Map attached for guidance and location details, please refer attachments. Note: meeting point is Bldg 771 and then we will be escorted to the install site. While attendance is not mandatory, it is highly recommended. Vendors are encouraged to inspect the site in order to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that information is reasonably obtainable. Inno event shall failure to inspect the site constitute grounds for a claim after contract award. To ensure a timely start to the site visit, please arrive at the Moody Air Force Base Visitor's Center no later than 12:30 PM EST for check in (required for all contractors prior to entering the base) to ensure on time arrival for the site visit. Prompt attendance will be expected by all contractors. *Contractors with authorized base entry are still required to respond by the due date to ensure accountability and inclusion on the site visit roster. For completing the attached base pass forms: please fill out document and follow formatting provided for NAME, SSN/DOB, and ORGANIZATION/COMPANY NAME. Failure to do so will result in denial of base access. Replace the name JOHN DOE with the full name of the member requesting base access for the site visit, include last 6 of SSN / DATE OF BIRTH, and ORGANIZATION / COMPANY NAME. Input information for all additional members that may be attending. All requested information is required for base access and will be required by Security Forces at the Visitor's Center prior to entering the base. When complete, email the base pass to june.alba@us.af.mil no later than Friday, April 25, 2025 at 1:00 PM EST. *Please provide a contact phone number(s) for the member attending the site visit. This will allow us to reach you if necessary regarding any updates or changes on the site visit date. All contractors are responsible for thoroughly reviewing and understanding all provided documentation related to the project and the visit itself. This includes site maps, schedule, and any specific instructions or protocols outlined in communications regarding the visit. Question deadline due by Thursday, May 1, 2025 at 9:00 AM EST. �Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds areavailable. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancelsthis solicitation, the Government has no obligation to reimburse an offeror for any costs.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/572d70b6d3d24908a796c16b2bd3aabd/view)
- Place of Performance
- Address: Moody AFB, GA 31699, USA
- Zip Code: 31699
- Country: USA
- Zip Code: 31699
- Record
- SN07417614-F 20250424/250422230045 (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 |