SOLICITATION NOTICE
63--63 -- Security CCTV Upgrade
- Notice Date
- 10/12/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Palo Alto Health Care System, 3801 Miranda Avenue, Bldg. 6, Palo Alto, California 94304
- ZIP Code
- 94304
- Solicitation Number
- 612-06-1-5145-0001
- Response Due
- 10/18/2005
- Archive Date
- 11/17/2005
- Small Business Set-Aside
- N/A
- Description
- The Sierra Pacific Network Consolidated Contracting Activity (CCA) is issuing a Commercial Item Request for Quotation (RFQ) in accordance with FAR 12.203 to purchase an upgrade to the existing Closed Circuit Security Camera system as described herein for the Logistics Management Department at the VA Northern California Health Care Facility, Martinez Facility, 150 Muir Rd., Martinez, CA 94553, a Department of Veterans Affairs facility within the Veterans Integrated Service Network (VISN 21). 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; Quotations are being requested and a written solicitation will not be issued. All responsible sources may submit a bid which shall be considered by the agency. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12. The NAICS is 334310, Small Business Size Standard is $750,000.00, Product Service Code is 6350. Solicitation number for this RFQ is 612-06-1-5145-0001 (note: the preceding number is a substitute solicitation number used for reference and may be changed to the correct format number). VISN 21 CCA intends to solicit quotations and purchase the following item: 1 CAMERAS: A) Install two (2) Pelco Spectra 3 color dome cameras with pant/tilt/zoom capability. Includes camera, lens, vandal resistant dome and wall mounting hardware. Locate the cameras at the front roof line of the E Wing (Bldg 21). Position one camera to view the smaller downhill (gravel lot on Muir Road) parking lot and east half of the larger lot(upper gravel lot on Muir Road). Position the second camera to view the west half of the larger lot (upper gravelot on Muir Road). B) Replace two (2) cameras with housings at the rear building (AB 6 & 7) with two (2) Pelco Spectra 3 color dome cameras with pant/tilt/zoom capability. Includes camera, lens, vandal resistant dome and wall mounting hardware. Locate cameras to view the rear parking area (parking lot between the back of the CREC-Bldg 20 and AB 6 & 7). C) Utilize seven (7) existing black & white cameras in the main clinic-Bldg. 19. D) Utilize eleven (11) existing black & white cameras in the CREC-Bldg. 20, Main Research-R1, E Wing-Bldg 21, Canteen in CREC-Bldg.20, and the exterior of the CREC-Bldg. 20 parking area. E) Install one (1) "1/2 bay" desk rack to mount the recorders in the CREC-Bldg. 20. F) Furnish and install four (4) NVT #NV-413A four (4) port CCTV coaxial to twisted pair transceivers. Locate in the main clinic police office-Bldg.19. (For coverting coaxial cable to twisted pair on Cat 3 cabling, sending video signals to the CREC building). The fourth transceiver to be used at the rear building-AB 6 & 7. G) Furnish one (1) Windows desktop PC complete with Windows XP software and Pelco CMC CCTV viewing software. Locate computer in the main clinic police office-Bldg. 19 for viewing and playback. H) Install one (1) camera power supply to power the roof cameras. 2 TERMS & CONDITIONS: A) The above system shall be sold out right with a one (1) year warranty on CSAI installed parts and labor. Warranty is under a "fair wear and tear" basis. B) Above installation includes all wiring, interior protective conduit in vulnerable areas, connections and programming, testing. C) All data cabling between the CREC building-Bldg 20/E Wing-Bldg 21/Rear Building-AB 6 & 7 and clinic police offices in Bldg. 19 to be provided by customer and shall be to CSAI specifications. D) Customer to install all roof conduit and penetrations to roof mechanical room and 4th Floor telephone room in E Wing-Bldg. 21. E) Customer to provide sufficient AC outlets to power each control location. 1 EA 3 CONTROLS: CCTV head end to be revised as follows: A) Remove existing CCTV recording equipment from CREC-Bldg 20. B) Install three (3) 21" color LCD flat screen monitors to replace existing black and white monitors. Locate two monitors in CREC-Bldg. 20, one per digital recorder, third monitor to be located in main clinic police office-Bldg. 19. C) Pick up customer owned PELCO DX7000 8 port, 120 gigabyte hard drive recorder and ship to PELCO for upgrade to DX7100DVR. Existing DVR is compatible with Windows 98 only, and is no longer supported by manufacturer. D) Install one (1) Pelco DX7100 16 channel digital video recorder with 480 gigabyte hard drive and CD drive. E) Both digital recorders to be located in CREC-Bldg. 20. Price preceding as 1 EA $_____________. Price includes all parts and labor to repair any failure due to a manufacturing or installation defect; and one site visit during the warranty for service or repair. Brand name or equal applies. Quotations shall be submitted on an all-or-none basis. Partial quotations shall be rejected. Quotations shall be valid 60 days from offer due date. Prices are F.O.B. Destination. Your quote should also include the following: 1) descriptive literature and product number for time offered; 2) Separate unit cost of each item; 3) evidence of past performance of contracts of similar type, scope size and complexity that are ongoing or completed within the past three years, references with points of contacts must be identified. 4) Delivery time. The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items and Addendum: 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative protest Procedure; 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum; 52.211-6 Brand Name or Equal; 852.211-77 Brand Name or Equal; 52.232.18 Availability of Funds; 52.247-34 F.O.B. Destination; 852.270-1 Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section b (3) (5) (8) (11-16) (18)(24). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-6. This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items; and 852.219-70, Veteran Owned Small Business Certification. Offeror shall submit evidence of compliance with FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans can be filed on-line at: http://vets100.cudenver.edu/. Offerors may obtain copies of the reference provisions and clauses at: http:///arnet.gov/far and http://www.va.gov/oa&mm/vaar/ or by sending an email to the Contracting Officer at bill.ulibarri@va.gov. The Contracting Officer may include any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Quotations must be received by October 17, 2005, 2:30 pm Pacific Time. Quotations shall be submitted in hard copy to: William Ulibarri (90/CCA) VA Palo Alto Health Care System, Bldg. 6, Room C-140, 3801 Miranda Ave., Palo Alto, CA 94304 or via fax to the Contracting Officer at (650) 849-0332. Web based offers will not be accepted
- Place of Performance
- Address: 150 Muir Rd., Martinez, CA
- Zip Code: 94553
- Country: United States
- Zip Code: 94553
- Record
- SN00914487-W 20051014/051012212144 (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 |