|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132U.S. Environmental Protection Agency, 26 W. Martin Luther King Dr.,
Cincinnati, OH 45268 63 -- VIDEO SURVEILLANCE SYSTEM SOL 98-13 DUE 072098 POC Pam Legare
(513/487-2015) WEB: office of Acquisition Managemnt-Cincinnati
Contracts, http://www.epa.gov/oam/cinn_cmd. E-MAIL: U.S. EPA Contracts
Management Division, legare.pamela@epamail.epa.gov. The U.S.
Environmental Protection Agency (EPA) seek a contractor to furnish and
install the following equipment, providing a turnkey installation,
meeting all specifications listed below. Vendor shall provide at no
additional cost, project management, system start-up and operator
training. Warranty shall be for a period not less than two years and
include two (2) preventative maintenance checks on the entire system
annually. Warranty shall cover all equipment, accessories, cables,
associated wiring, and labor to repair. All installation of equipment
shall occur between the hours of 8:00 am -- 5:00 pm, Monday through
Friday, excluding Government holidays. EQUIPMENT INSTALLATION: Provide
and install eleven (11) exterior pan/tilt/zoom (p/t/z) cameras and
three (3) interior p/t/z cameras. See attached Schedule for location of
cameras. All cameras shall be fully integrated, high speed p/t/z
devices each mounted independently inside detention rated lexan domes.
Each of the exterior cameras shall be equipped with an independent
outdoor rated power supply installed at the individual camera location.
Exterior cameras shall be installed using parapet/wall-mount brackets,
with the exception of the S.W. Loading dock camera which shall be
mounted with a pole mount adapter. The four (4) cameras covering the
North and South employee parking lots shall be install with wall-mount
brackets. The interior camera covering the Lobby shall be in a
flush-mount dome. The cameras covering the N.E. Loading dock shall be
installed using wall-mount brackets. Video from all cameras shall be
recorded at the main security console located within the Rear Guard
Station, through a sixteen-camera, duplex multiplexer. This device
shall provide monitoring capabilities of all cameras, or a variety of
other screen configurations. The video shall pass through the duplex
multiplexer to a high density video recorder and 17" monitor. A second
17" monitor shall be installed opposite the Rear Guard Station,
providing a "call-up" of a specific camera. Control of the t/p/z
cameras shall be accomplished with a controller interfaced through the
matrix switcher for individual camera call-up to any monitor. FIBER
AND CABLE INSTALLATION: Vendor shall supply and install 1-1/4" schedule
40 conduit from the main building to the vault for cable installation
to cameras 6,7,8, and 9. Conduit from the vault to the existing light
poles supporting these cameras shall consist of 1" schedule 40 conduit.
All conduit installed above ground to secure wiring for cameras
2,5,6,7,8,9,10,11,12,13, and 14 shall be heavy wall schedule 40
galvanized steel conduit with matched, galvanized malleable conduit
bodies and fasteners on order to preserve the exterior appearance of
the structure and assure durability of the proposed system. All buried
conduit shall be placed at a depth not less than 18" to the top of the
conduit from final grade. All sidewalks and driveways are to be bored
at a depth of not less than 24" from the top of the conduit to the top
of the curb. All bores shall be equipped with a 2" schedule 40 sleeve.
All trench lines shall be restored to original grade by compaction and
restored with grass seed and straw to original appearance. Conduit
vaults are to be 24" x 36" as measured horizontally and a depth of not
less than 24". Vaults are to be constructed of composolite (or
equivalent) with covers designed to withstand a load of not less than
15,000 lbs per 100 square inches. Vertical cable suspended throughout
the building shall be suspended with self-sustaining support system
(steel cable) and attached to said support system with fasteners
installed at not more than four (4) foot spacing. All conduit installed
as part of the fiber optic system is to be placed with a bend radii not
less than Nine (9) inches. Video from Cameras 6,7,8, and 9 shall be fed
to the duplex multiplexer and related equipment via fiber optic cable,
ECC or equivalent. All coaxial cable utilized shall be the equivalent
to West Penn # 25815 plenum-rated RG-59 or West Penn # 25806 RG-6. All
power cable utilized shall be West Penn plenum-rated # 25226 or
equivalent. EQUIPMENT DESCRIPTIONS -- SPECIFICATIONS: (I) Pan/Tilt/Zoom
Cameras -- Total 14 (11 Exterior and 3 Interior) ;High-speed video
surveillance system with high-resolution CCD camera. Approximately 8"
diameter, detention-rated lexan dome; Preset variable rotation speeds
up to 400 degrees per second; Manual variable rotation speed of 1 to 80
degrees per second; Integrated black & white camera; 12X Optical Zoom
Lens, F 1.6, 4-48mm; Automatic/Manual Focus; 64 Preset functions
(tours) with titles for each preset; 16 Zone Titles; 360 Degree Pan
capability; Joystick Controller for all programmable functions, capable
of controlling up to 512 cameras; Signal Format NTSC; Composite Video
output, 1 Vp-p, BNC Connector; Control Signal via RS422;Horizontal
resolution of 380 TV lines; (II)Mount Arms for Cameras- Total 13: Four
(4) Mount Arm with 100VA transformer; Three (3) Mounting Arm; One (1)
Roof Mount; Five (5) Roof Mount; (III)Duplex-Multiplexer -- Quantity
One (1): Matrix Keyboard and Multiplexer with Rack Mount Kit RMDS;16
looping video inputs; Full Duplex Operation with separate
Record/Display Live and Record/Display Play Modes; Live or playback
display formats of: Full Screen, Picture-In-Picture, 2 x 2, 3 x 3, or
4 x 4; Power Zoom of 2x available on Full Screen; Call Monitor Output
in addition to Main Monitor. Dynamic time division activity detection;
16 Alarm Inputs -- Dry contact closure; Alarm held high at +5 to +15
volts or TTL active high; Alarm Output Normally Open or Normally Closed
contacts rated for 2A @ 30VDC; VCR Input and Output 1.0V P-P, Composite
Video, BNC Connectors; EIA Standard: 525 Lines, 60 Fields per second.
(IV)High-density Video Recorder -- Quantity One:Triple-density
recording and playback; Six record/playback speeds of 6,18,30,72, and
96; Single-Field advance in forward or reverse; Reverse play,
programmable fast scan and freeze field; Split time/date display; 400
lines horizontal resolution; Programmable timeroutput; Individual
formatting for time, date and system code; Selectable azimuth playback;
High-density Video Recorder (Continued) Self-cleaning heads; Utilizes
standard 1/2" VHS T-120 video cassettes; EIA Standard: 525 Lines, 60
fields per second; NTSC Signal Format, 400 lines resolution --
monochrome; Composite Video input/output, 1 Vp-p, BNC Connectors;
End-of-tape alarm; Alarm memory with alarm index search; (V)Video
Monitors Quantity Three (3) total: One (1)with Rack Mount Kit;15"
diagonal High-Resolution; Monochrome; 850 lines of horizontal
resolution; Two (2) video inputs -- Front panel switchable;
Loop-through with 75 ohm termination; EIA Standard video input .05 --
2 Vp-p, BNC Connectors; (VI) Video Transmitter/Data Receiver --
Quantity 14: Transmit @ 1300nm; Output power 62.5/125u; Input Video
signal via 75 ohm coax feedline; Data @ 19.2KBaud, RS232, RS422 and
TTL; (VII) Video Receiver / Data Transmitter -- Quantity 14: Receiver
sensitivity 1300nm; Data @ 19.2KBaud, RS232,RS422 and TTL; (VIII)Card
Cage for Video Receiver / Data Transmitter -- Quantity One (1). CAMERA
LOCATIONS:(#1)N.E. Loading Dock -- Lower Level -- Interior;(#2)S.W.
Loading Dock -- Exterior Pole Mount ;(#3)Main Lobby --
Interior;(#4)Credit Union -- Interior;(#5)Full Containment Facility --
Roof-Mounted N.E. Lot;(#6)North Employee Lot -- East View; (#7)North
Employee Lot -- West View;(#8)South Employee Lot -West View;(#9)South
Employee Lot -- East View;(10)Roof -- N.E. Corner;(#11)Roof -- N.W.
Corner; (12)Roof -- S.E. Corner; (#13)Roof -- S.W. Corner; (#14)Roof --
Circle. Copies of the drawings for the location of each camera is
available upon request. Offerors are encouraged to contact the point of
contact to schedule a visit of the site prior to submitting an offeror.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with the format in FAR Subpart 12.6, as supplemented
with additional informatioon included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect through the
Federal Acquisition Circular. This is a small business set-aside. The
sic code is 3999 and the small business size standard is 500 employees.
Work must be completed by 9/30/98. The place of performance is the U.S.
EPA, 26 West Martin Luther King Drive, Cincinnati, Ohio 45268. The
provision at 52.212-1, Instructions to Offerors -- Commercial, applies
to this acquisition. Offerors must include a completed copy of the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items, with its offer. The clause at 52.212-4, Contract
Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required To
Implement Statutes Or Executive Orders -- Commercial Items, applies to
this acquisition. The following additional FAR clauses cited in the
clause are applicable to the acquisition: 52.222-35, Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212);
52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793);
52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212);52.225-3, Buy American
Act. Supplies (41 U.S.C. 10); 52.225-18, European Union Sanctions for
End Products (E.O. 12849); 52.225-19, European Union Sanctions for
Services (E.O. 12849); 52.225-21, Buy American Act. North American Free
Trade Agreement Implementation Act. Balance of Payments Program (41
U.S.C 10, Pub.L. 103-187); 52.222-41, Service Contract Act of 1965, As
amended (41 U.S.C. 351, et seq.); and 52.222-26, Equal Opportunity
(E.O. 11246). Offers are due on Monday, July 22, 1998 at 4:30 p.m. and
should be submitted to the following address: U.S. EPA, 26 West Martin
Luther King Drive, Cincinnati, OH 45268, Attn: Pam Legare
(513-487-2015) or by fax (513) 487-2107. Posted 07/06/98. (0187) Loren Data Corp. http://www.ld.com (SYN# 0381 19980708\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|