Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
MODIFICATION

58 -- SOURCES SOUGHT FOR CCTV SYSTEM

Notice Date
9/5/2006
 
Notice Type
Modification
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
 
ZIP Code
27531
 
Solicitation Number
FA4809-06-Q-0111
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Point of Contact
Schondra Richardson, Contract Specialist, Phone 919-722-5408 , Fax 919-722-5404, - Marion Faulhaber, Chief, Plans, Program,and Analysis flight, Phone 919-722-5417, Fax 919-722-5414,
 
E-Mail Address
schondra.richardson@seymourjohnson.af.mil, marion.faulhaber@seymourjohnson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
TITLE: Sole Source Acquisition for Closed-Circuit Television (CCTV) System with Video Image Control and Display System (VICADS) and Object Video Detection. (See attached Statement of Work) The 4th Contracting Squadron, Seymour Johnson AFB, NC intends to award a sole source purchase order to Open Roads Consulting Inc. for the purchase and installation of a Closed-Circuit Television (CCTV) System with Video Image Control and Display System (VICADS) and Object Video Detection to include the following items: CLIN 0001: VICADS Server, Manufacturer: Honeywell International Inc., Part no. 300-100. Qty 1 Ea. CLIN 0002: VICADS Client Workstation, Manufacturer: Honeywell International Inc., Part no. 300-300. Qty 3 Ea. CLIN 0003: VICADS Softwall Server, Manufacturer: Honeywell International Inc., Part no. 300-200. Qty 1 Ea. CLIN 0004: VICADS Softwall License, Manufacturer: Honeywell International Inc., Part no. 300-201. Qty 1 Ea. CLIN 0005: 42? Plasma Display, Manufacturer: Honeywell International Inc., Part no. 300-400. Qty 1 Ea. CLIN 0006: 19? Flat Panel Display, Manufacturer: Honeywell International Inc., Part no. 200-211. Qty 3 Ea. CLIN 0007: Video Motion Detection Server, Manufacturer: Honeywell International Inc., Part no. PR1004-01. Qty 1 Ea. CLIN 0008: Video Processing Unit, Manufacturer: Honeywell International Inc., Part no. PR1005-01. Qty 4 Ea. CLIN 0009: Miscellaneous Wiring and Connectors, Manufacturer: Honeywell International Inc., Part no. 200-2502. Qty 1 Ea. CLIN 0010: VICADS Video Encoder, Manufacturer: Honeywell International Inc., Part no. 300-500. Qty 31 Ea. CLIN 0011: VICADS License (per camera), Manufacturer: Honeywell International Inc., Part no. 300-101. Qty 31 Ea. CLIN 0012: Video Motion Detection License (per camera), Manufacturer: Honeywell International Inc., Part no. 300-702. Qty 14 Ea. CLIN 0013: All Weather Equipment Enclosure, Manufacturer: Honeywell International Inc., Part no. 200-1300. Qty 12 Ea. CLIN 0014: VICADS Outdoor Fixed Camera, Manufacturer: Honeywell International Inc., Part no. 300-9000. Qty 14 Ea. CLIN 0015: VICADS Outdoor PTZ Camera, Manufacturer: Honeywell International Inc., Part no. 300-9004. Qty 8 Ea. CLIN 0016: Camera Mounting Kit (Pole), Manufacturer: Honeywell International Inc., Part no. 300-9001. Qty 21 Ea. CLIN 0017: Camera Cable (Control), Manufacturer: Honeywell International Inc., Part no. 300-3965. Qty 9 Ea. CLIN 0018: Camera Video Cable, Manufacturer: Honeywell International Inc., Part no. 300-3966. Qty 1650 Ea. CLIN 0019: Video Test Cable with setup software, Manufacturer: Honeywell International Inc., Part no. 300-3970. Qty 1 Ea. CLIN 0020: WSTI Communication Media, Manufacturer: Honeywell International Inc., Part no. 300-00001. Qty 1 Ea. CLIN 0021: VICADS/Vindicator Integration Software, Manufacturer: Honeywell International Inc., Part no. 300-0001. Qty 1 Ea. CLIN 0022: Video Motion Detection Software Standard, Manufacturer: Honeywell International Inc., Part no. CCM001-01. Qty 1 Ea. CLIN 0023: Installation, Programming, Test, Commission, Training, Manufacturer: Honeywell International Inc., Part no. 200-10100. Qty 616 Hr. CLIN 0024: Travel, Lodging, Per Diem, Part no. 200-8100. Qty 77 Ea. CLIN 0025: Rental Equipment (60ft Bucket Truck), Manufacturer: Honeywell International Inc., Part no. 200-6001. Qty 2 Ea. CLIN 0026: Miniature Indoor/Outdoor Video Camera System Consisting of: 13 Cameras, Monitor, and Software Installation Test and Commission, Manufacturer: Honeywell International Inc., Part no. 300-90051. Qty 1 Ea. This purchase will be made under Simplified Acquisition Procedures and Other Than Full and Open Competition as authorized by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract lies solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive requirement. The closing date for this synopsis is 12 Sep 06 at 4:00 P.M. Eastern Standard Time. The anticipated award date is COB 15 Sep 06. For information regarding this purchase, please contact, 2Lt. Michael Quinn @ (919) 722-5408 or SSgt. Michael Demers at (919) 722-5410. The FSC/SVC Code has changed to NO63 (Installation of Eq/Alarm & Signal Systems)and the Size Standard is $11,500,000. Statement of Work Seymour Johnson AFB Video Image Control and Display System (VICADS) and Object Video Detection System 1. System Overview: Seymour Johnson AFB requires a VICADS and Object Video Detection System be procured and installed at numerous locations and facilities. The desired system shall be as described in section 2 below, titled System Description and utilize existing base analog cameras and distribution system to the extent possible. In addition, Government Furnished Equipment (GFE) will be provided and utilized to the extent possible. Base network connectivity will be provided by SJAFB communications personnel. Contractor shall be responsible for providing all necessary cabling and connections to provide electrical power for the camera system. 120 Volt power receptacles will be installed by others. The contractor is to comply with the National Electrical Code 2005 Edition. Contractor shall paint all exterior mounted conduit and equipment a color to be determined by the Contracting Officer?s Representative. The system shall be installed at the locations identified in section 4.0 below. Costing shall be broken down in a per installation location and further identified as associated to equipment and installation. Additional costs shall be indicated as applicable such as travel and per diem. The contractor shall assign a project manager to serve as the focal point for all activities concerning this effort. The project manager shall coordinate installation and other contract related efforts with the Contracting Officers Technical Representative (COTR) prior to all installations. 2. System Description: The required system shall be IP based and capable of and approved for operating over the base unclassified communications network. The system shall be capable of utilizing the existing base infrastructure without change and operate with existing video equipment. The system shall operate under mpeg1, 2 and 4 formats with a bandwidth consumption of 1.5 meg per camera under normal system operation. System security shall allow only authorized users access to video and camera control. The system shall be capable of unlimited expansion to both users and cameras. The system shall incorporate intelligent video motion detection and object recognition. The video motion detection shall have a minimum of 95% probability of detection. The system shall be user configurable and allow for multiple zones of protection to be placed throughout the camera view. The system shall be capable of detecting unauthorized movement in and out of protected zones of coverage in addition to detection of loitering by people or vehicles, detection of left behind objects or suspicious objects, asset protection and theft detection. The system shall integrate into the Vindicator base-wide alarm monitoring system which shall annunciate at Bldg. 5006 and archive all video alarm data. The system shall allow downloading of video alarm data to DVD. 3. Base Civil Engineering Work Clearance Request, AF Form 103: The Contractor shall obtain AF Form 103, Base Civil Engineering Work Clearance Request, prior to work commencement from the Contract Management Section in Bldg 3300, 1095 Peterson Avenue. Upon receipt of an AF Form 103, the Contractor shall be responsible for locating all underground utilities. Utilities include, but are not limited to electric, water, sewer, steam, communication, telephone, fiber optic, cathodic protection, cable television, fuel lines, and natural gas. Historical drawings, as-built drawings, and topographic drawings, the accuracy of which the government does not guarantee, are available for research and review at the 4th Civil Engineer Squadron, Design element located in Building 3300. The contractor shall promptly repair/replace contractor damaged utilities at no additional cost to the Government. The repair/replacement shall be accomplished in a manner that is acceptable to and approved by the Government. 4. Existing Equipment: Remove and Inspect all existing install GFE for serviceability. Document inspection results and provide the government with a copy. Contractor shall identify which parts are to be replaced and shall include the cost of any part replacement as part of his contract bid. 5. Installation Locations: Bldg 5006 Security Forces ? Provide and install interior and exterior camera system to provide coverage at entry doors and hallways on 1st and 2nd floors. The system shall have 10 fixed color cameras. Cameras shall be mounted at 6 foot or above and provide full coverage of the upstairs hallways and all entrances to the bottom floor and armory and arming area. Camera cables shall be installed above the ceiling tiles so camera cables will not be visible. Camera system for bldg 5006 will be displayed on a single 19 inch flat panel display. Video display shall terminate at SF law enforcement desk. Provide, install and program video display monitors and control equipment to include applicable GFE where required. Camera system video shall be displayed on one 42 inch plasma and three 19 inch flat panel displays. Master Video control resides with Security Forces only. Other users requiring video control must request permission for control through video command and control distribution system. Security Forces shall be able to resume control on demand. Bldg 1702 Main Gate- Install and connect cameras to base network at both inbound and outbound traffic lanes. Cameras shall be installed in a manner that provides maximum view of vehicles. Provide and install cameras with night vision capability at both inbound and outbound traffic lanes. The cameras shall be positioned in such a manner that they shall capture the license plates of all vehicles transiting the gate. A camera shall be installed to observe the popup vehicle barriers. Cameras shall be connected to the base communication network for distribution to approved locations. Bldg 4060 Oak Forest Gate- Install and connect cameras to base network at both inbound and outbound traffic lanes. Cameras shall be installed in a manner that provides maximum view of vehicles. Provide and install cameras with night vision capability at both inbound and outbound traffic lanes. The cameras shall be positioned in such a manner that they shall capture the license plates of all vehicles transiting the gate. A camera shall be installed to observe the popup vehicle barriers. Cameras shall be connected to the base communication network for distribution to approved locations. Bldg 2102 Slocumb St. Gate- Install and connect cameras to base network at both inbound and outbound traffic lanes. Cameras shall be installed in a manner that provides maximum view of vehicles. Provide and install cameras with night vision capability at both inbound and outbound traffic lanes. The cameras shall be positioned in such a manner that they shall capture the license plates of all vehicles transiting the gate. A camera shall be installed to observe the popup vehicle barriers. Cameras shall be connected to the base communication network for distribution to approved locations. Install camera with pan, tilt, zoom capability in order to view the vehicle search pit. Cameras shall be connected to the base communication network for distribution to approved locations. NAOCS Facility Area- Provide and install cameras to provide complete coverage of area. Cameras shall utilize intelligent video motion detection and object recognition to report alarms from the area boundary to the SF Law Enforcement Desk. Cameras shall be dome style or equivalent with PTZ capability. Cameras shall be connected to base network for distribution. F15 Parking Ramp- Remove existing cameras and verify serviceability. Provide and install new cameras to provide complete coverage of parking ramp boundary. Cameras shall utilize intelligent video motion detection and object recognition to report alarms from the area boundary to the SF Law Enforcement Desk. Integrate existing and new cameras into base network for distribution. Install Wide-area Surveillance Thermal Imager and connect to base network for distribution to Bldg. 5006. 916th Parking Ramp- Remove existing cameras and verify serviceability. Provide and install new cameras to provide complete coverage of parking ramp boundary. Cameras shall utilize intelligent video motion detection and object recognition to report alarms from the area boundary to the SF Law Enforcement Desk. Integrate existing and new cameras into base network for distribution. 4th FW Command Post- Provide, install and program Video Display and Control system equipment. Connect equipment to base network for distribution and termination. 916th Command Post- Provide, install and program Video Display and Control system equipment. Connect to base network for distribution and termination. 6. Documentation: Provide complete documentation package to include all manuals, drawings and schematics of installed system. 7. Warranty: Contractor will warrantee all new equipment (to include software) and installation for a period of one year from date of system commission. 8. Maintenance: Provide maintenance suggestion and associated cost.
 
Place of Performance
Address: 4th Contracting Squadron/LGCBB, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC,
Zip Code: 27531-2459
Country: UNITED STATES
 
Record
SN01133798-W 20060907/060905220250 (fbodaily.com)
 
Source
FedBizOpps 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.