Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

N -- Independence National Historical Park Dispatch Center Move and Upgrade

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NER - Central MABO 3rd Floor, 200 Chestnut Street Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
P11PS40312
 
Response Due
9/21/2011
 
Archive Date
9/13/2012
 
Point of Contact
Jason Pratt Contract Specialist 2155976471 Jason_Pratt@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1.Product/Service Classification Code:N063- Installation of Alarm, Signal and Security Detection Systems 2.NAICS Code: 423610- Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers 3. Solicitation Number: P11PS40312 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This announcement is a combined synopsis and solicitation for commercial items prepared in accordance with the format specified in FAR Subpart 12.603 "Streamlined solicitation for commercial items". Quotations are being requested in response to this notice, and announcement constitutes the only solicitation, as a formal solicitation will not be issued. 6. This is a Request for Quotation (RFQ): This solicitation document and its incorporated provisions and clauses are consistent with those specified in Federal Acquisition Circular (FAC) 2005-40. 7. This action is being set aside for small business participation, so certified small businesses need only submit proposals. 8. Bid Schedule/Statement of Work: I.Introduction: National Park Service (NPS) Independence National Historical Site (the "Park"), located at 143 South Third Street, Philadelphia, PA 19106, requires a contractor to provide the materials and services necessary to move the components of its camera room into its dispatch center, as explained more specifically herein. In addition to the move, the surveillance capabilities of the system will be augmented by the addition of new monitors and computers as well as the integration of the moved system with a new network of cameras. The new dispatch center will be reorganized to accommodate the new surveillance position. The cabinets hold museum collections; therefore the lighting must be low foot-candles with no UV output. Each shelf should be lit for better visibility of museum collections, as currently, the lighting is insufficient for this purpose. Each cabinet has 5 areas that require lighting. It is a requirement of this solicitation that the contractor have past experience in selecting and installing lighting systems for historical or cultural artifacts, due to the sensitive nature of the materials. Contractor must demonstrate in their quotation prior past experience in installing lighting systems in areas containing historical or cultural artifacts. IIOverview of Work: The LCD monitoring desk in the current camera room will be moved into the new dispatch center, taking a position 4-5 ft. from easternmost wall. Side racks, purchased or on hand, will be added to either side of this desk. Four (4) 40" flat panel monitors will be affixed to the facing wall in two rows of two, the lower row being no less than 2ft, and no more than 3ft from the floor. Side racks, both new and old, will contain four (4) computer workstations meeting the minimum specification set forth herein. Four (4) desktop LCD computer monitors will be aligned in two rows of two and affixed to a single mount set into the corner of the LCD monitoring desk. Each computer workstation will control one LCD computer monitor at the desk and one 40" flat panel monitor on the wall. Another computer workstation will be connected to two (2) unmounted LCD's computer monitors and placed at Dispatch console 1. A new keyboard/joystick capable of interacting with an Allegiant Video Matrix will be stationed at the LCD monitoring desk. Another Allegiant compatible keyboard/joystick, already on hand, will be stationed at Dispatch console1. All computer workstations will run the latest version of Panasonic's WV-ASM100 software, or a close equivalent, as this software is that currently used to operate the dispatch center. The computer workstations will receive live and recorded video streams from a Cisco Catalyst 2960 located in an equipment room approximately 75ft away. The repositioning of two (2) dispatch consoles will be the sole responsibility of INDE NHP (See Appendices 1-3). III. Itemization of Services and Materials Provided: Contractor will provide the following materials and services pursuant to this statement of work: A. Workstation purchasing and placement: 1. In addition to the two (2) Dell computer workstations already present in the camera room, Contractor will provide three (3) additional PC workstations meeting the following minimum requirements/components: Win7 Professional 32-bit O/S1 TB SATA hard drive4GB RAMVideo card w/ 1GB RAMRJ45 NIC CardIntel Quad 4 Processor Smartcard keyboardMouse 2. Responsibility for the proper loading of all operational software necessary for proper operation of the provided computer workstations, including that necessary to meet the minimum standards above, is the responsibility of Contractor. 3. As stated in the overview, four (4) workstations will be stationed at the LCD monitoring desk and one (1) at Dispatch console 1. B. Surveillance Software Purchasing and Configuration:1. Only one of the two (2) computer workstations in the camera room currently uses Panasonic's WV-ASM100 video surveillance software. Contractor will purchase four (4) copies of the latest version of WV-ASM100 or an equivalent program. Final determination of this software equivalency will be made by the COTR at INDE NHP. The three (3) new computer workstations will be loaded with authorized copies of the provided surveillance software following delivery and set-up. 2. The two (2) camera room Dell workstations are each connected via CAT-5 to a Cisco Catalyst 2960 in the adjoining equipment room. The Cisco Catalyst 2960 is, in turn, connected to a Panasonic NWR WJ-ND300A (with extension unit) which receives inputs via fiber from ten (10) net cameras. The WV-ASM100 software loaded on the single Dell workstation is currently configured for these ten (10) cameras. Adjacent to the Cisco Catalyst 2960, a Cisco Catalyst 3560G is connected via CAT-5 to eight (8) separate WJ-HD31A Panasonic Disk Recorders (with extension units). Each WJ-HD31A receives up to sixteen (16) video inputs from cameras across the Park. When the camera room move takes place, Contractor will transfer all eight (8) CAT-5 video cables from the Cisco Catalyst 3560G to the Cisco Catalyst 2960. Once all video cables have been consolidated in the 2960 catalyst, the total video inputs from all nine (9) Panasonic recorders will have to be configured into the surveillance software. Contractor will be responsible for the aforementioned repositioning and reconfiguration of video inputs necessary for the appropriate functioning of the dispatch center in the judgment of the Contracting Officer's Technical Representative (COTR). 3. Contractor surveillance software configuration will include proper identification/labeling of camera views and access to camera-linked digital maps of all covered areas. C. Camera motion control: 1. Three (3) of the ten (10) network cameras currently viewed in the camera room are PTZ (pan, tilt, zoom) capable. The motion of these cameras is controlled via mouse point and click in the WV-ASM100 software. Several dozen of the cameras scheduled to be added to the total camera network (once the inputs of the 3560G catalyst are combined via link aggregation with those of the 2960 catalyst) are also PTZ capable. However, several of these cameras of Bosch and Phillip make cannot be controlled by the Panasonic WV-ASM100 software. 2. Camera control of the PTZ capable Bosch and Phillip analog cameras will be performed by use of a keyboard/joystick attached to, and compatible with, an Allegiant Video Matrix in the equipment room. Contractor will determine the proper extension cable for this keyboard/joystick so as to allow it be connected with the Allegiant Video Matrix while stationed at Dispatch console 1 approximately 75ft. away. A second compatible keyboard/joystick which accepts both the standard Allegiant RS-485 Keyboard protocol and the Allegiant RS-232 protocol will be purchased along with the proper extension cable allowing it to be connected with the Allegiant Video Matrix and the repositioned LCD Monitoring Desk in the Dispatch center. 3. Each Bosch and Phillip camera has been assigned a number in the Allegiant Video Matrix. If that camera is PTZ capable, the number assigned to it in the Allegiant Video Matrix will be included, by Contractor, before the title of the surveillance software's configured camera view. As a result, surveillance personnel will see a number before the listed camera view position and be able to key that number into the joystick/keyboard to take control of the camera with the joystick.D. Video display mounting and configuration: 1. Two (2) 40" Panasonic flat panel monitors are currently mounted by brackets to the wall of the camera room. Contractor will dismantle the mounting brackets and remount the Panasonic monitors against the easternmost wall of the new dispatch center (see Appendix 3 diagram). In addition, Contractor will mount two (2) 40" Samsung flat panel monitors located in the equipment room (with the mounting brackets also located in the equipment room) against the same easternmost wall of the dispatch center. The four (4) flat panel monitors will be mounted in two rows of two, centered horizontally on the wall, with the edge of the lower row no less than 2ft and no more than 3ft from the floor. Each 40" flat panel monitor will connected to one (1) computer workstation. 2. Four (4) 20" desktop monitors, two (2) from the camera room, two (2) from the equipment room, will be mounted by the contracted party on a vertical LCD mount specifically designed for the LCD monitoring desk and its side racks. The vertical mount will support all four (4) 20" monitors in two rows of two. The vertical mount will be mounted at such a distance and at such an angle that it is plainly visible to the surveillance watch stander while not obstructing his/her view of the large wall-mounted monitors. Each 20" monitor will be connected to one (1) computer workstation.3. Each computer workstation will, therefore, be connected to one large and one desktop monitor. Contractor will configure the display settings so that both displays are readily available with undistorted aspect ratios. Contractor will further configure the workstations and the surveillance software so that the large 40" displays are set as the primary means of viewing camera feeds. The 20" monitors will be used to display the embedded maps or full screen camera views. 4. Separate from the surveillance position at the LCD Monitoring Desk, two (2) 20" monitors will be requisitioned from the equipment room and set up at dispatch console 1. Both of these monitors will be connected to the computer workstation at that position. The computer workstation and its surveillance software will be configured as described above, with the exception that as both monitors are 20". E. LCD monitoring desk augmentation and placement: 1. The LCD monitoring desk in the camera room consists of one (1) desk measuring 4.5ft x 3ft with two (2) attached side racks measuring 2ft x 3ft. Contractor will provide at least one (1) new side rack consistent with the specifications of the two (2) side racks already present. In the completed arrangement, two (2) side racks will placed on one side of the LCD Monitoring Desk and one (1) side rack with miscellaneous furniture on the other side. (See Appendix 3 diagram). 2. The LCD monitoring desk will be positioned by Contractor such that it is centered on the wall-mounted monitors facing the dispatchers. The leading edge of the desk with its accompanying racks will be placed no less than 5ft from the wall. 3. The computer workstations will be housed within the innermost set of side racks, two (2) to each rack. The racks will be fitted with a requisite number of computer cooling fans provided and installed by contractor. 4. The outermost side racks will house three (3) computers necessary for radio dispatch operations and alarm notifications. The computers will be accompanied by three desktop monitors positioned at the farthest ends of the extended LCD monitoring desk. However, installation and positioning of these components will be the sole responsibility of Park technicians.F. Cables and Connections1. All necessary cables to connect monitors and workstations and those workstations with the Cisco catalysts will be purchased and installed by contractor. Wiring schematics displaying connections between all major components both before and after the camera room move will be provided as requested. IV. Period of Performance: Contractor will complete all services specified herein with thirty (30) days of award. V. Payment: Contractor will invoice for the firm fixed fee awarded amount specified in the contract following acceptance of all work by the INDE COTR. 9. Incorporated Clauses:The following FAR provisions and clauses are incorporated by reference into this combined synopsis and solicitation: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Aug 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Apr 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (Aug 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O.11246), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.222-41 Service Contract Act of 1965 (Nov 2007), FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 10. Site Visit: A site visit has been scheduled for Monday, September 19, 2011 at 10 AM within Independence National Historical Park at 143 South Third Street, Philadelphia, PA 19106. All prospective quoters are encouraged, but not required to attend. The point of contact for the site visit is William Aaron at Independence National Historical Park, and he may be reached via the following contact information: Phone: 215-539-7874E-mail:william_aaron@nps.gov 11. Attachments: Due to restrictions on uploading attachments on Federal Business Opportunities, interested contractors are encouraged to contact Jason Pratt, Contract Specialist via the contact information above to be forwarded the following attachments relevant to this solicitation: (1) Appendices 1-3: Site Drawing, and (2) Service Contract Act Wage Decision WD 05-2449 applicable to this solicitation and the resulting award. 12. Quotation Instructions:Contractor will submit a fixed price quote for all of the materials and services necessary to complete the scope of work specified above. Quotes may be submitted on company letterhead or stationary and must include the following information: (1) Company name, (2) complete contact information, (3) DUNS Number, (4) CAGE Code, (5) unit prices and appropriate itemization of pricing, or (6) payment terms and discounts offered for prompt payment (where applicable). Quotes should be submitted to Jason Pratt, Contract Specialist via e-mail at jason_pratt@nps.gov or fax at 215-597-5747. CLOSING DATE AND TIME FOR RECEIPT OF QUOTES IS WEDNESDAY, SEPTEMBER 21, 2011 AT 1 PM. AWARD WILL BE MADE TO THE RESPONSIBLE CONTRACTOR SUBMITTING THE LOWEST FIRM FIXED PRICE QUOTE. Should you have any questions, please contact Jason I. Pratt, Contract Specialist, at 215-597-6471 or via e-mail at jason_pratt@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS40312/listing.html)
 
Place of Performance
Address: Independence National Historical Park143 South Third StreetPhiladelphia, PA 19106
Zip Code: 19106
 
Record
SN02576760-W 20110916/110915000727-d8ebe889561a0125fd49decb292e188d (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.