Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2002 FBO #0288
SOLICITATION NOTICE

58 -- VIDEO/AUDIO SURVEILLANCE SYSTEM

Notice Date
9/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-02-T-0121
 
Point of Contact
Loida Toledo, Lead Purchasing Agent, Phone 619-532-8122, Fax 619-532-5596, - Joan Balazs, SPVY, Contract Specialist, Phone 619-532-5944, Fax 619-532-5596,
 
E-Mail Address
lctoledo@nmcsd.med.navy.mil, jbalazs@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement action is for the Naval Medical Center, San Diego, CA, 92134. 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. This announcement constitutes the only solicitation, and no written solicitation will be issued. The solicitation number, N00259-02-T121, is issued for reference purposes. This acquisition is 100 percent small business set-aside and order will be a firm fixed price order. NAICS: 421450, size: 100 employees. All responsible small businesses may submit a proposal that shall be considered. Closing date for this solicitation is 20 Sep 2002. Required walk-thru scheduled for Wednesday, 18 Sep 2002 at 1000. Site map available at time of Walk-thru. Schedule attendance by contacting Purchasing Agent. All inquiries and/or quotations should be directed to the Purchasing Agent, Kohala Hembre, e-mail: kohembre@nmcsd.med.navy.mil, or fax 619-532-5596. No phone quotations will be accepted. Award will be made based on technical ability, past performance, and price. These evaluation factors have equal levels of importance. For past performance evaluation, provide at least three (3) references of sources for whom you have provided the specified materials and/or service(s). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-09. CLIN 0001: 24 hour wireless video/audio surveillance (CCTV Canopy) system IAW the following STATEMENT OF WORK: Naval Medical Center (San Diego) is going to purchase a wireless security surveillance system that encompasses interior and exterior camera coverage of our 43,560 sq. ft. compound. All eleven (11) cameras must have Pan, Tilt and Zoom (PTZ) capabilities, with at least 12X digital zoom, and a waterproof housing. The cameras will feed all data to dispatch (Bldg. 1); into a console of eight (8) ea, twenty inch (20") monitors with 550 TV lines of resolution with audio capability. In addition, a digital video/audio recorder will be needed to record all monitored areas. All camera locations are preexisting, which simplifies mounting and locations. Some existing working cameras will remain and feed into dispatch as a separate system. All other replaced cameras and equipment will be disassembled and turned over to the Naval Medical Center, San Diego, Security Department for possible re-distribution/reutilization. The project is a two-fold design. The principle system should be conventional National Televideo Standard Code (NTSC) video surveillance and digital recording. The communications aspect should be radio frequency medium that provides secure transmission of addressable internet protocol (IP). The conduit for video transfer to capture recording should operate at 5.2 GHz freq. bands and should be free from interference from the 2.4GHz bands. The NTSC format should be converted to IP for transmission specifically for a wireless design. Part numbers referenced in the following line items are Panasonic, Motorola, Pelco, or generic. The Cell Configuration (Canopy) uses Motorola parts. CLIN 0002: DIGITAL VIDEO/AUDIO RECORDER (DVR) AND ACCESSORIES: Digital hybrid, time lapse recorder that utilizes a 20GB HD and DV tape archiving. Digital video base recorder that offers over 500 lines of TV resolution. Simultaneous monitoring, recording and playback. Unit will be installed inside the control room (dispatch) in Bldg 1, NMCSD. CLIN 0002AA: Part # PA-WJHD500AV (1 ea). CLIN 0002AB: Part #PA-PH500KITA (1 ea). CLIN 0002AC: Part #PA-WVCU50 (1 ea). CLIN 0003: MONITORS: 20? color monitor with 550 TV lines resolution and with audio. Units will be installed inside the control room (dispatch) in Bldg 1. CLIN 0003AA: Part #PA-WVCK2020A (8 se). CLIN 0004: MULTIPLEXERS. CLIN 0004AA: Part # PA-WJMP204C, multiplexers for channel(16) (1 ea). CLIN 0004AB: Part # NTSC-IP-MUX, IP to NTSC MUX (11 ea). CLIN 0005: CAMERA CELL CONFIGURATIONS: CLIN 0005AA: Part # HK1023A, 5.2 GHz access point transceivers (6 ea). CLIN 0005AB: Part # RDH4208A, outdoor surge suppressors (6 ea). CLIN 0005AC: Part # RDN9722A, 110 VAC single XCVR power supply (6 ea) and Part # HK1027A, cluster management module (1 ea). CLIN 0006: CAMERA NODE CONFIGURATION PER PTZ CAMERA/DOME: CLIN 0006AA: Part # HK1022A, 5.2 MHz subscriber module (11 ea). CLIN 0006AB: Part # RDN9721A, subscriber module mounting bracket (11 ea). CLIN 0006AC: Part # PA-WVVCS854A, Pan, Tilt, Zoom (PTZ) camera:1/4? color SD w/preset 480DL (11 ea). CLIN 0006AD: Part # PA-POD7CW, 7? wall mount, outdoor dome housing (11 ea). CLIN 0006AE: Part # AX-T24130WP, XRFMR in w/p (waterproof) cab, 24V, 100 VA (11 ea). CLIN 0006AF: Part # NTSC-IP-MUX, NTSC to IP MUX (11 ea). CLIN 0006AG: Part # KH1026A, backhaul kit with reflector (master) (1 kt). CLIN 0006AH: Part # KH1026A, backhaul kit with reflector (slave) (1 kt). CLIN 0007: ENCLOSURES, NEMA enclosure for camera site (11 ea). CLIN 0008: POWER STRIPS, Four (4) port power strip (11 ea). CLIN 0009: MISCELLANEAOUS INSTALLATION ITEMS: Part #RF58 COAX/CAT5 JUMPERS (1 EA). CLIN 0010: LABOR AND INSTALLATION OF THE CANOPY (1 LO). This acquisition incorporates the following FAR and DFARS clauses: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Oct 95)must be completed and submitted along with the proposal. To request a copy, please contact 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Oct 95): In accordance with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Aug 96), the following clauses are incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY (E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERAN (38 U.S.C. 4212); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS(29 U.S.C. 793); 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS(OCT 95). DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1989); FAR 52.232-36, PAYMENT BY THIRD PARTY (MAY 1999); FAR 52.232-33, MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER (AUG 1996). 52.232-18, AVAILABILITY OF FUNDS (4/84). FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS, FAR 52.219-6, NOTICE OF SMALL BUSINESS SET-ASIDE. FAR website: http://farsite.hill.af.mil.
 
Place of Performance
Address: NAVAL MEDICAL CENTER, 34800 BOB WILSON DRIVE, SAN DIEGO, CA
Zip Code: 92134
Country: USA
 
Record
SN00166766-W 20020916/020914213735 (fbodaily.com)
 
Source
FedBizOpps.gov 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.