Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

58 -- Hilton Field Security System Upgrade

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
4340 Magruder Avenue, Fort Jackson, SC 29207
 
ZIP Code
29207
 
Solicitation Number
W9124C-15-T-2099
 
Response Due
9/18/2015
 
Archive Date
3/16/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: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 W9124C-15-T-2099 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-18 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Jackson requires the following items, Meet or Exceed, to the following: LI 001: Server. 5 megapixels resolution recording, HDMI and VGA output at up to 1920X1080P resolution, HDD quota and group management, 4 independent PoE network interfaces, vertical design for easy HDD installation and HDD hot-swap supported, and IP video. Video/Audio Input: IP Video Input: 16-ch, Two-way audio input: 1-ch, RCA (2.0 VP-p, 1K?) Bandwidth: Incoming bandwidth: 80Mbps Video/Audio Output: Decoding resolution: /3MP/1080P/UXGA/720P/VGA/4CIF/DCIF/2CIF/CIF/QCIF HDMI/VGA Output: 1-ch, resolution: 1920X1080P/60Hz, 1600X1200/60Hz, 1280X1024/60Hz, 1280X720/60Hz, 1024X768/60Hz Audio Output: 1-ch, RCA (Linear, 1K?) Playback Resolution: 5MP / 3MP / 1080P / UXGA / 720P / VGA / 4CIF / 2CIF / CIF/ QCIF Synchronous Playback: 8-ch, 4CIF/4-ch, 720P / 2-ch, 1080P / 1-ch, 5MP Hard Drives: 2 SATA interfaces for 2 HDDs / Capacity Up to 4TB for each drive Network Interface: 1 RJ-45 10/100/1000Mbps self-adaption Ethernet interface 4 independent 10/100 Mbps PoE Ethernet Interfaces (Only DS-7604/7608/7616NI-VP supported) Serial Interface: 1 RS-485 half-duplex interface USB: 2XUSB 2.0 Synchronous Playback: 8-ch, 4CIF/4-ch, 720P / 2-ch, 1080P / 1-ch, 5MP Hard Drives: 2 SATA interfaces for 2 HDDs / Capacity Up to 4TB for each drive Network Interface: 1 RJ-45 10/100/1000Mbps self-adaption Ethernet interface 4 independent 10/100 Mbps PoE Ethernet Interfaces (Only DS-7604/7608/7616NI-VP supported) Serial Interface: 1 RS-485 half-duplex interface USB: 2XUSB 2.0 Power Supply: 12V DC(DS-7604/7608/7616NI-V) 100-240VAC, 47-63HZ, 3A(DS-7604/7608/7616NI-VP) Consumption: ?10 W (without hard disk) Working Temperature: -10?C - +55?C Working Humidity: 10% - 90% Chassis: Vertical Chassis. The system will connect to a standalone workstation that functions as a server and records locally, and that does not send video to be recorded at any other site, and one that can be viewed from any smart phone, or any computer at the IOC/EOC. This system will connect to a switch which operates over fiber that will carry the minimum of 2 strands of fiber for transmitting data. The system must be capable of transmitting video from Hilton Field to the Ft. Jackson EOC/IOC building #7533. FFP; LPTA; Meet or Exceed, 1, EA; LI 002: Camera Boxes, which can hold 4 cameras per box, weatherproof; metal construction to be mounted on the steel poles. FFP; LPTA; Meet or Exceed., 14, EA; LI 003: Poles, erected at specified locations, per attachment. Poles must be at least 7' tall, made out of metal, weatherproof, and capable of load bearing camera boxes and cameras., 14, EA; LI 004: Cameras. The camera boxes must be weather resistant, sturdy, lockable, and durable with backup standby power rechargeable batteries and housed in the camera boxes. The cameras (1.3 megapixel IR) within the camera boxes must have a horizontal angle adjustment of 0 - 360 degrees, a vertical adjustment of 0 ? 75 degrees, and the ability to rotate from 0 ? 360 degrees. The cameras must have infrared capabilities. FFP; LPTA; Meet or Exceed, 56, EA; LI 005: 180 degree cameras: Image Sensor ? 1/3? progressive scan CMOS, Min. Illumination ? 0.01 lux @F1.2, AGC ON, 0 lux with IR 0.02 lux @F2.0, AGC ON, 0 lux with IR and 0.28 lux @F2.0, AGC ON, 0 lux with IR, Sutter Time ? 1/25s ? 1/1000,000s, Lens ? 2.8mm @F2.0 Angel of view: 45.3, Lens Mount - M12, Day & Night ? ICR infrared, Wide dynamic range ? D-WDR, Video compression ? H.264/MPEG4/MJPEG, Bit Rate ? 32 Kbps ? 16 mbps, Dual stream ? yes, Maximum image resolution 1280x960 ? 50 Hz: 25fps, 60Hz: 30fps, Image settings - Saturation, brightness, contrast adjustable through client software or web browser, Alarm trigger ? Motion detection, tampering alarm, network disconnect, IP address conflict, storage exception, Operating conditions -25C ? 60 C (-13F ? 140F), Power supply - 12 BDC, Power consumption ? Maximum 7W, Weather proof ? IP66, FFP; LPTA; Meet or Exceed, 5, EA; LI 006: PTZ cameras: 30x zoom with up to a 63.7? wide horizontal field-of-view, Power/Video/Control on two Cat-5's up to 100' (30.5m), Quick-Connect USB Interface with HDMI and YPbPr outputs with USB 2.0 streaming or H.264 streaming, Thin profile wall mount and mounting hardware included, 30X Optical Zoom Lens, 2.34 Megapixel, Full HD (1080p/60 native) High-speed, Low Noise CMOS Sensor, 63.7? Wide Horizontal Field of View, Features Tri-Synchronous Motion & Range-Set, FFP; LPTA; Meet or Exceed, 3, EA; LI 007: Photoelectric beam. Four, 650 foot range, interlocking photoelectric beams, to include four outdoor photoelectric beam box enclosures. Two control panels with backup 4 hour standby power rechargeable batteries. Two cell units to communicate wireless signals and all wiring and connections. Capable to communicate wireless signals and all wiring and connections back and front lines, and 1 on each side. Wireless communication in order to notify the IOC/EOC via text, email, and or voice call. FFP; LPTA; Meet or Exceed., 4, EA; LI 008: License Plate Reader. The surveillance system also will include 2 fixed license plate readers that can be installed on a post virtually anywhere on Hilton Field, and read plates at varying angles and lighting conditions, even in total darkness. The license plate readers must be able to capture plates at highway speeds of 45 mph, and at sharp angles across multiple lanes of traffic. FFP; LPTA; Meet or Exceed, 4, EA; LI 009: Miscellaneous Hardware. All necessary miscellaneous hardware, fastners, wiring, and any other supply items to install the Hilton Field Security System. FFP; LPTA; Meet or Exceed, 1, JOB; LI 010: Installation: Turn-key Buy. All items must be installed, fully functional and operational IAW PWS and installed IAW with the attached plan. Electrical leads will be run by Ft. Jackson's DPW at each pole. FFP; LPTA; Meet or Exceed, 1, JOB; LI 011: Training, warranty, and support services for three years commencing from the date of completion of installation of the camera surveillance and LPR equipment and making it operational. Contractor will respond within a two hour response or less, 24 hours a day, 7 days a week, and 365 days a year, through a service callback number. On site visits within 48 hours for problems or issues which cannot be resolved telephonically. All parts, components, and services have a three warranty commencing at the time the system is installed and fully functional., 1, JOB; LI 012: Contract Management Reporting (CMR) IAW PWS para. 5.3. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil., 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Jackson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Jackson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Although FEDBID automatically populates the terms and conditions, MICC policy mandates certain provisions/clauses be included in its solicitations / contracts. They include: FAR 52.203-3, 52.204-7, 52.204-13, 52.211-6, 52.212-1, 52.212-2, 52.212-3, AltI, 52.214-4, 52.212-5, 52.219-6, 52.225-25, 52.232-1, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.242-15, 52.252-1, 52.252-2, 52.252-5, and 52.252-6. Because this list is constantly updated or modified, the most recent provision / clause matrix applicable. Although FEDBID automatically populates the terms and conditions, MICC policy mandates certain provisions/clauses be included in its solicitations / contracts. They include: DFARS 252.203-7000, 203-7002, 203-7005, 204-7003, 204-7004 AltA, 204-7006, 223-7008, 225-7000, 225-7001, 232-7003, 232-7006, 232-7010, 243-7001, and 247-7023 & Alt III. This is not an IFB. Criteria: Award will be made on lowest price technically acceptable. Offerors shall ensure that they specify the product they are proposing in the sellers bid specification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/273b532f0ef04940030a24a2724ff4fc)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03891703-W 20150919/150918000202-273b532f0ef04940030a24a2724ff4fc (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.