Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

T -- Pelco SECURITY CLOSED CIRCUIT TV System

Notice Date
6/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24910RQ0316
 
Response Due
7/9/2010
 
Archive Date
9/7/2010
 
Point of Contact
Karl Witherspoon
 
E-Mail Address
ement
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is VA-249-10-RQ-0316CSS and is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is a Total Small business Set-Aside per FAR 52.219-6, and NAICS Code is 561621. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. Closing date for this notice is 4:00 PM CST 07/09/2010. RESPONSES SHALL BE SUBMITTED to the CONTRACTING OFFICER via the e-CMS vendor portal see below instructions. VAMC Memphis Security Camera System Upgrade Statement of Work DVRs: DVR shall be Pelco DX8132 or equivalent 32 channel with looping expansion module and 2 terra byte video storage, must be compatible with existing cameras both PTZ and fixed which are remaining in service. They will be located on the west wall per drawing. When installed the DVRs will be the first set of devices to receive the signals from the cameras in the field. From there the signal will be routed downstream and terminated at the switch. The DVRs will also be networked so that remote users will be able to access the units as needed via their work stations:_ Coaxitron Translator: One additional Pelco CXTA or equivalent translator added to the existing remaining translators allowing an additional 16 PTZ cameras as needed, must be compatible with existing Pelco Spectra 2, 3 and 4 PTZ cameras. Existing coaxitrons will be relocated to the west wall. Matrix Switch: Given that the current configuration of the existing switch is no longer capable of expansion and is near its maximum of 128 cameras, a new switch matrix is required. The new switch, located on the west wall per the drawing, will include a new CPU, cage and all the video cards necessary to produce a switch that will provide a total of 160 camera inputs with 16 monitor outputs. New switch must be compatible with existing coaxitron translators, cameras and new DVR's. Along with the new switch, 2 new keyboard controllers will be provided to replace the existing worn-out controllers. Re-Cabling of CCTV Head End: The primary goal of re-cabling the head end is to provide "strain relief" or relieve the pressure and strain the cables are currently placing on the system components. Over time this has had a dramatic effect on the performance of the system by directly creating termination issues in the form of shorts and disconnects, or poor connections. In addressing the goal it will give an opportunity to deploy cable management trays and re ¬cable the entire system at the head end. This will include organizing and re-routing of the cable in a manner which will allow for easier service of the system in the future. The camera viewing monitors are currently a mix of 9" crts and other sizes of CRT and flat panel LCD's and are scattered across south and west walls along with a mix of various computer monitors. All camera monitors will be relocated to the west wall in accordance with the included configuration drawing. The existing KVM/Voice logger monitor and keyboard and the Notifier NRT monitor and keyboard and two phones will be relocated from the west wall to the south wall per the drawing. If the monitor output card from the existing switch is still serviceable and compatible with the new 160 input switch matrix it will be reused in the system allowing expansion to 32 call monitors. In this configuration the operators will have the ability to display 28 cameras on 7 monitors, displayed as 4 pictures per screen with the addition of 5 new DMV94Q or equivalent multiplexers to the existing multiplexers. They will also be able to use the 8th monitor as their primary call monitor to view any camera as a larger single view directly in front of them. The monitors displaying the DVR's will remain the same with the exception of being relocated to the west wall and existing CRT monitors changed to flat panel. Five new AGN-EP-19AV-LT or equivalent flat panel monitors with mounting kits will be provided to bring the total number of existing plus new monitors to thirteen. Included in this portion of the scope is the re-cabling of the existing KVM to maintain the administration of the DVRs, switch, and other systems currently being administrated from this work station. Also included is the cabling required to relocate Access 1 CPU display, Access 2 CPU display, telephones, KVM / Logger CPU display, and the Fire CPU display to the south wall per the drawing. Included with any new equipment is all required software and programming necessary to properly identify, display and record all existing cameras to the Police Chief's specifications. Two copies of all submittal documents and technical manuals will be provided. Evaluation Factors: Following evaluation factors will be used to evaluate offers: Price “ Lowest price Past Performance “ Technically Acceptable Include a maximum of three recent and relevant contracts for same or similar items or services. Instructions to Offeror (s): This procurement will have a site visit of facility prior to final offer being accepted. It is highly encouraged that interested parties attend site visit for best consideration of their offer. Site visit will be held on 7-2-10 at 09:30 AM CST. Interested offerors can confirm their intent to attend site visit in their initial response to this RFQ via the vendor portal. Final offers will be due 7-9-10. This procurement will be awarded based on Lowest Price Technically Acceptable. All offers/quotes/bids must be submitted via the e-CMS vendor portal at: https//www.vendorportal.ecms.va.gov All questions and answers will be submitted via the e-CMS vendor portal. Registration is required. User guide is available at website. CONTRACT CLAUSES incorporated: FAR Part 52.212-1 Instructions to Offerors ”Commercial Items FAR Part 52.212-2 Evaluation-Commercial Items (January 1999) FAR Part 52-212-3 Offeror Representations and Certifications ”Commercial Items. FAR Part 52-212-4 Contract terms and conditions - Commercial Items (October 2008) FAR Part 52-212-5 Contract terms and conditions required to implement statutes or Executive Orders-Commercial Items (December 2008) FAR Part 52.228-5 Insurance requirements-Work on a Government Installation (Jan 1997) VAAR 852.237-70 Contractor Responsibilities "THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER [Total small Business Set-Aside.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24910RQ0316/listing.html)
 
Record
SN02188780-W 20100627/100625235104-d071b180eed5563bccc3df4272ffc735 (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.