SOURCES SOUGHT
67 -- CCTV System Upgrade - Sources Sought
- Notice Date
- 7/30/2015
- Notice Type
- Sources Sought
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B264
- Archive Date
- 8/22/2015
- Point of Contact
- Anthony T. Eubanks, Phone: 3214946289
- E-Mail Address
-
anthony.eubanks@us.af.mil
(anthony.eubanks@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- See the attachment for clarification on the requirement. SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B264 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 517110. The size standard for NAICS is 1,500 Employees. The requirement is for the installation of a new CCTV system, which includes device and cable installation, Programming Commissioning, and Testing. The following are for the the CCAFS and PAFB buildings: BLDG 60701, CCAFS: Category Description Specs/Stand Qty Networking Equipment Camera Q6000-E Series PTZ Outdoor, 30X Optical HDTV 2 P3300V Fixed 2MP, Indoor Dome 5 P3300VE Fixed 2MP, Outdoor, Dome 1 Switch HP 24 Port PoE, Gig Uplink and SFPs 1 Peripherals Mounts Mounting Adapters for Cameras, Pendent 1 Cables CAT6 cabling from cameras to communications room and HDMI patch cable 8 Connectors Connection and labeling of wires 8 Workstation PC Workstation and monitor for SFS armory to view cameras 1 Software License Camera and Channel license of cameras (one license per camera) 8 Upgrade 1 year software upgrade plan per camera 8 Warranty Warranty One year warranty on listed components, 90 day warranty on labor. Warranty applies to defect or normal wear and tear 1 Core Switch Relocation, PAFB Category Description Specs/Stand Special Asset Tagging Required Qty Networking Equipment Switch HP Procurve 24 Port PoE Managed Switch 1 Peripherals UPS 1500VA UPS, installed at new location. 1 Modules Single Mode SFP 4 Connectors Cat 6 and Fiber Patch Cables 1 Workstation PC Workstation and monitor for SFS armory to view cameras 1 BLDG 1319, PAFB: Category Description Specs/Stand Qty Networking Equipment Camera P3300V Fixed 2MP, Indoor Dome 5 P3300VE Fixed 2MP, Outdoor, Dome 1 Peripherals Mounts Mounting Adapters for Cameras, Pendent 1 Cables CAT6 cabling from cameras to communications room and HDMI patch cable 6 Connectors Connection and labeling of wires 6 Workstation PC Workstation and monitor for SFS armory to view cameras 1 Software License Camera and Channel license of cameras (one license per camera) 6 Upgrade 1 year software upgrade plan per camera 6 Warranty Warranty One year warranty on listed components, 90 day warranty on labor. Warranty applies to defect or normal wear and tear 1 The following are for the YC: Category Description Specs/Stand Qty Networking Equipment Camera Samsung or equal 24 channel NVR, H.264, 7.5fps, 12 hours recording for 30 days minimum Interior 16 Exterior 3 Switch Hp/Cisco or equal 24 Port PoE Network switch, managed. 1 Provide Rack Shelf for NVR and Network switch mounting 1 Peripherals Mounts Mounting Adapters for Cameras, Pendent 1 Cables Camera wiring to be new Cat 6 wiring all homeruns to Room 109 Communications 19 Workstation Iomnis Professional Dual Monitor Workstation, or equal 1 Warranty Warranty One year warranty on listed components, 90 day warranty on labor. Warranty applies to defect or normal wear and tear 1 What is the purpose of the item(s): The purpose of this requirement is to upgrade current system and have the capability of longer recording, as well as capability to be able to zoom in and identify closely who or what.. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date., GSA Contract Number with expiration date and MAS (if applicable), and specifications/drawings regarding item(s). Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil and anthony.eubanks@us.af.mil. RESPONSES ARE DUE NO LATER THAN 7 Aug 2015 12:00 p.m. EST Approved CHERYL T. WITT Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B264/listing.html)
- Record
- SN03818470-W 20150801/150731001116-06f0d4c19e94824f3a94f96eba3513c6 (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 |