SOLICITATION NOTICE
63 -- Design and Installation of CCTV monitoring system w/ a/v storage.
- Notice Date
- 7/24/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-08-T-0064
- Response Due
- 8/21/2008
- Archive Date
- 10/20/2008
- Point of Contact
- Paul E. Frailey, 435-831-2587
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: Process Monitoring System 0001 Qty = (1) DESIGN AND LAYOUT: Contractor shall Complete detailed design and layout of CCTV system to include equipment suggested by government in Schedule C. Initial camera location estimate shall be illustrated in an attachment to the solicitation and subject to change after proposals received and site visits completed. The government shall provide an initial system description to assist in contractor proposals and bids. PLEASE BID HERE $_____________. 0002 Qty = (1) EQUIPMENT/MATERIALS: description for Equipment is an estimate of equipment necessary to accomplish task. PLEASE SEE SCHEDULE C for detailed list of proposed equipment. PLEASE BID HERE $_____________. 0003 Qty = (1) INSTALLATION: Installation shall provide turnkey system and include Integration, Installation, Engineering and System Fabrication. Installation shall be fully burdened to include miscellaneous hardware, cabling, connectors, switches, terminators, labor, shipping, handling, travel, lodging and general and administrative costs. PLEASE BID HERE $_____________. 0004 Qty = (1) STAGING, DOCUMENTATION and TESTING: Contractor shall conduct Staging and certification of system functionality. All systems must be tested and verified to function as described in Design and Layout of system. Documentation provided from equipment manufacturers must be retained by government. Contractor shall provide a complete system schematic along with operation overview and outline to assist functional users. PLEASE BID HERE $_____________. 0005 Qty = (3) TRAINING DAYS: Contractor shall provide 3 onsite training days after system completion. Training days shall be scheduled by the gov't. Each Training day shall consist of 8 hours of system orientation, demonstration, practical exercises, documentation review and troubleshooting. Contractor shall present gov't POC with first day training schedule 1 week prior to system completion. Subsequent 2 days may be modified by government to focus on specific needs. PLEASE BID HERE FOR EACH TRAINING DAY $___________/Day. 0006 Qty = (3) On-Site Engineering Support: Contractor shall provide on-site engineering support for 3 gov't scheduled functions. Contractor shall observe and advise the gov't in cctv system operation and provide consulting as to maximize cctv system performance. PLEASE BID HERE $______________. 0007 -PERSONNEL REPORTING SYSTEM: Personnel reporting in accordance with the Department of the Army Personnel Reporting System requirements incorporated by full text within Section C of this document. DO NOT BID ON THIS LINE ITEM: The Training Buildings are located side by side (bldgs 4122, 4126). The training buildings are located in the DITTO area of Dugway Proving grounds, approximately 10 miles west of the Main Guard Gate at the entrance of Dugway Proving Grounds. The Mustang Village area is located approximate 5 miles to the west of the DITTO Area. All Buildings have conduit and Fiber Optic lines available for inter-building wiring applications. Government reserves the right to change camera locations within buildings up until and through installation procedures providing both government and contractor concur and no expense or additional effort is required in the changes. General Description and Installment Requirement: "Integrate new hardware into existing systems. "Monitor and record up to 16 simultaneous Audio/Video (A/V) feeds at Training Bldg location and Mustang Village location, respectively. "System shall be accessible via Dugway Proving Ground Network, remotely. "Allow wireless mobile monitoring of each current problem for the Exercise commander, Logistics and Safety Officer. Total of 3 at training bldgs and 3 at Mustang Village equaling 6 cameras. "Provide sufficient fixed cameras for internal building monitoring. Location of cameras as follows. "Provide digital computing capacity for exercise capture and recording for real time after action review immediately after exercise completion. "Provide manage / record / burn capability to DVD and server storage. "Provide system control, monitoring, recording, problem selection for review and after action to be automated so one person can efficiently operate the system and support the training evolution. "Complete Documentation and Training information Contractor shall manage all shipping to FOB Dugway, Utah. Vendor will configure all hardware, software, systems to point of full operation as a cctv system. Govt to retain all material, user manuals, remote controls, cables, plugs, adapters, warranties, etc. that are included in purchased items described in this award. "Additional Components as necessary oAdditional Fiber converters for expansion "Network Access for mobile monitoring devices needs to access via wireless Solution o54 Mbps throughput oLoad Balanced over 3 points oRedundant oMeet US Army Requirements for Security of data, user, machine, airwaves oCentralized and simple management " Mobile Devices need to be rugged and operate outside in the sun oAt least a Display oDesigned for Outdoor Use o3 hours battery life standard. 6 with battery upgrade oLight Weight Control Rooms and Access Controller Functionality (Both Training Building Control Room and Admin Bldg at Mustang Village). "Migrate existing system into a completely Enclosed and Lockable Equipment Rack "System shall have computerized central network control for IP and for A/V convergence to provide greater reliability and enhanced maintenance. "Migrate all terminations and connections secured within rack to include: oFiber Terms oCoax Terms oNetwork Terms "Provide a clean and professional look. "Rack to be moveable on wheels. "User access to equipment rack is limited to Burning DVDs only. "System Mass Storage drives to be removable and redundant. oMust hold past exercises and can be transported back to Ditto for editing / copying. System must remain functional w/out mass Storage Drive. " DVR and Matrix Controller System "32x32 camera Matrix to customize cameras linked to scenarios. Must have audio and video switching capabilities. "Individual DVR for each scenario or team (Mustang location and Training Bldgs) oCapable of monitoring and recording 6 concurrent problems scenarios per location. "Configurable on the fly with Windows/Web Interface "Burn DVDs as data becomes accessible. "Real time full motion capable. "Full Audio integrated into matrix. "Mass Storage capable of months of exercise archiving. "Immediate access to live, history and in-recording content via Portable Units / Laptops / Any network PC. "One person operation. "Interface with DOIM for permission and deployment authorization. Location Specifics: Mustang Village Bldgs (see attached.pdf file with general camera locations): Strip Mall 4 indoor cameras (see attached.pdf file with general camera locations), 1 PTZ mounted on Southeast Corner soffit area. Office Bldg 3 indoor Cameras, 1 PTZ on Northwest Corner soffit area. Chukar Inn 4 Indoor Cameras. Post Office 2 Indoor Cameras. Warehouse 2 Indoor Cameras. Admin Bldg PTZ shall be pole mounted or mounted as to avoid vibration of adjacent door opening and closing. Training Buildings: Bldg 4122: 2 indoor cameras in each lab. Bldg 4126: 2 indoor cameras in each lab. Large Presentation Room: Audio Video feed shall be provided to existing presentation matrix input for display on either projector or wall mounted monitors. Services: "Design and Engineering oMust provide Preliminary Design Review oMust Network Access for mobile monitoring devices needs to access via wireless Solution "Installation oTurn Key installation for additional equipment and reconfiguration of existing equipment. "Documentation oFull Documentation Drawings and Configuration settings oSystem hardware warranty documentation and manuals. "Training oContractor shall provide 3 days on site training for up to 5 individuals oContractor shall train on redundancy techniques to mitigate equipment failure. "Support oWill provide on site overview / support for 3 exercises over a period of 6 months. "Customer Service o48 hour call-out for on site operational support in the case of failure.. This callout shall be in place until 12/31/2008. Contractor shall allow sufficient time to coordinate with Dugway Proving Grounds, Dugway, Utah Property Book Division and Resource Management Division for the receipting, bar-coding and acceptance of all items deemed by the government to require property book registration. Contractor shall supply itemized listing of all equipment, hardware, accessories, etc., to the government for review. Only items on this list shall be accepted as equipment to be charged against CLIN 0002 of this solicitation and then subsequent awarded contract. Proposed Equipment Requirements: Indoor CCTV Cameras: Indoor color camera w/ one way audio capability. Minimum 480 Lines of resolution. Auto Iris for variable light adjustment. To include wall mount, hardware and power supply. Minimum light sensitivity 0.01 lux. Must be able to utilize standard Cat5 cable over 2000 feet. Outdoor PTZ Cameras: Pan Tilt Zoom Cameras. Shall be outdoor cameras with: minimum 520 lines of resolution, built in IR illuminator, weatherproof, minimum 200 ft range. 32 x 32 Digital matrix Controller: Digital Matrix Switch Controller. Must be modular and scalable to support minimum camera requiments for current and future needs. Switch controller to have minimum of 32 a/v inputs and 32 a/v outputs. 16 X 16 Matrix Switch Controller: Digital Matrix Switch Controller. Must be modular and scalable to support minimum camera requiments for current and future needs. Switch controller to have minimum of 16 a/v inputs and 16 a/v outputs. 16 Channel DVR: 16 Camera Networkable DVR w/ DVD burner. To include 21in monitor with minimum 480 lines of resolution. Access Controller: Controller system/access station to include keyboard input device and camera controlling devices. Shall controll still cameras and or PTZ cameras. PCMCIA CAC Readers: PCMCIA CAC Card Readers. Shall be compatible w/ system computers. Personal Computers Computers: Rack Mounted computers for CCTV system managment. Must integrate w/ Windows software utilized by cctv system. Equipment Racks: Lockable system equipment rack. To include lockable area for dvd burner. DVD Duplicator: 1 to 3 DVD Duplicator. Shall be able to copy a single DVD on to 3 blank DVD's simultaneously. Mass Storage Drive: Mass Storage Drive Must have minimum 250 GB storage Capacity. Wireless Video Links: Wireless audio video links for portable cameras to central viewing rooms. System UPS: Uninterruptable Power Supplies for system. 110v. Display Monitors: 42in Display monitors for each control area. Flat Panel LCD or equal. Console: Table and or Console for system control equipment, keyboards, displays, controllers, etc. Evaluation Factors SELECTION CRITERIA TO INCLUDE THE FOLLOWING REQUIREMENTS AND SHALL BE EQUAL IN RATING 1.Technical approach to completing the Design, Installation, Training, Support, etc. a)Contractor shall provide a detailed technical approach of system from Design to finished product. 2.Cost Lowest and technically acceptable. 3.Corporate Experience with Regional and Military Clients. As a minimum, offerors shall document experience in the Greater Dugway, Utah region and interactions with Military clients for audio video systems. As a minimum, offerors shall address the following: (a) Experience in the Dugway, Utah geographical region. (b) Experience working with government agencies in providing audio/video systems. (c) Experience working on or for military installations. Contract shall be awarded in the following order when two or more bids are equal in all respects. FAR 14.408.6. (1) Socioeconomic concerns such as 8(a), Women Owned, Veteran Owned and Disabled Veteran Owned, Tribally owned. 52.237-1 -Site Visit (Apr 1984) Offerors or quotes are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit is scheduled for 10:00 AM [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on July 31, 2008. Offerors interested in attending the site visit shall contact Mr. Paul Frailey, Contract Specialist via email [paul.frailey@us.army.mil] by no later 10:00 AM [local prevailing time at U.S. Army Dugway Proving Ground, Utah] on July 29, 2008. The request shall include the following information: (1)Name of the individuals delivering the proposal; (2)Name of the company representing; (3)Telephone number; and (4)Nationality. NOTE: Please include shipping in the unit costs. Quotes must show FOB DESTINATION. Also, down payments or partial payments will not be paid. Payments are net 30 upon inspection and acceptance. Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this item @ 435-831-2587 paul.frailey@us.army.mil This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments equirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-08-T-0064. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 541512 w/ small business size standard $23 million applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.000-4949 Contractor Access to Dugway Proving Grounds. FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation:. FAR 52.219-6, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.232-33; The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.211-7003, DFARS 252.232-7010, DFARS 252.225-7001, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Don Jarvis Bldg 5464, Dugway, Ut. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; 52.223-4001 OSHA Standards and Identification of Contractor Employees. All quotes/proposals must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format or Mailed to US Army Contracting Agency/Dugway, Attn Paul Frailey, P.O. Box 538 SFCA-NR-DW, Dugway Proving Ground, Ut. 84022-5000. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil. Quotes are due no later than 5:00 pm (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday, August 21, 2007.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c4687a823d4269a371db354450caacfd&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN01622395-W 20080726/080724223037-c4687a823d4269a371db354450caacfd (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 |