Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
MODIFICATION

63 -- Surveillance Kits P4Me-u FB4/G and P8HVe Video

Notice Date
8/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN17R0208
 
Archive Date
9/22/2017
 
Point of Contact
Bradley R. Borek,
 
E-Mail Address
bradley.r.borek.civ@mail.mil
(bradley.r.borek.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK (SOW) Requirement of Surveillance Kits P4Me-u FB4/G (Panther Kits) and Panther P8HVe Video and intrusion Alarm Monitoring System PROPERTY OF THE UNITED STATES GOVERNMENT COPYING, DISSEMINATION OR DISTRIBUTION OF THESE DRAWINGS, PLANS OR SPECIFICATIONS TO UNAUTHROIZED USERS IS PROHIBITED PROPERLY DESTROY DOCUMENTS WHEN NO LONGER NEEDED DO NOT REMOVE THIS NOTICE   1.0 BACKGROUND: The requiring unit conducts continuous worldwide executive protection for designated senior Department of Defense officials and their visiting foreign counterparts. 2.0 REQUIREMENTS: This effort shall be proposed on a firm-fixed-price (FFP) basis. The requirement is recurring lifecycle replacement of three (3) Surveillance Kits P4Me-u (Panther Kits) and new procurement of one (1) each Panther P8HVe Video and intrusion Alarm Monitoring System. Additionally, a service agreement will be required by the contractor (Gans & Pugh Associates) to repair damaged/malfunctioning items not to exceed $7,500 a year. The period of performance for this effort shall be a base year with two 12-month Options. 2.1 DESCRIPTION OF SUPPLIES: The Contractor shall provide the necessary hardware (HW) and maintenance support as set forth in this SOW. 2.1.1 COMPONENTS: Each Surveillance Kits P4Me-u and Panther P8HVe Video and intrusion system shall include everything necessary to employ the system. 2.1.2 WARRANTY: Each system shall have a minimum three (3)-year HW; and the Contractor shall provide help desk support service over the life of the contract. 2.1.3 TECHNICAL REQUIREMENTS: The requiring unit has a specialized, often covert protection missions which requires high quality specialized, discreet equipment. The technical requirements are as follows: 2.1.3.2. Provide complete 360 degree encrypted protection and security, physical and/or visual contact 2.1.3.3. Remote monitoring capability using GSM/SMS text on alarm 2.1.3.4. Remote monitoring capability via network (WiFi or 4G cellular modem) 2.1.3.5. Include Wireless and hardwired camera capabilities 2.1.3.6. Include Wireless Duress PIR motion and magnetic sensors 2.1.3.7. 12 zone alarm whiteboard with LED display 2.1.3.8. Capable of accepting a 256GB SD Card 2.1.3.9. AC Input: 90-250 VAC, 50/60 Hz with international power plug adapters for worldwide deployment 2.1.3.10. Include watertight rolling Pelican/Storm case(s) with custom foam. 2.1.3.11. Indoor sensors with 900MHz spread spectrum receivers for standard indoor sensors. 2.1.3.12. Guarantee coverage up to 2 floors 2.1.3.13. Include MVL-II Video encryption to ensure security of video feeds 2.2 DELIVERY TERMS: 2.2.1 The contractor shall deliver the Surveillance Kits P4Me-u and the Panther P8HVe Video and intrusion system procured under contract within thirty (30) days after receipt of award. 2.2.2 Product Warranty shall continue for thirty six (36) months for units purchased under the resultant contract/order. 3.0 OTHER REQUIREMENTS 3.1 INSPECTION/ACCEPTANCE (I/A) TERMS: I/A shall be at destination. 3.2 WIDE AREA WORKFLOW (WAWF): 3.2.1 All Contractor invoices and receiving reports are required to be submitted electronically IAW DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at: https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the Contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices and receiving reports shall reflect the contract line items (CLINs) contained in the contract and indicate ship date or dates services were provided. Proper invoices also shall reflect the prices stipulated in the contract and the service or supply shall be delivered, inspected and accepted. 3.2.2 WAWF ACTIONS MUST BE COORDINATED THROUGH: Name: Position Title: Phone: Email: DODAAC: 3.3 FREE ON BOARD (FOB) DESTINATION / LOCATIONS: 3.3.1 Contractor shall coordinate with Government Technical Point of Contact (TPOC) below seven (7) days prior to delivery to verify final ship-to instructions for hardware deliverables items. Name: Position Title: Phone: Email: 3.3.2 Contractor shall contact the POC at destination to confirm appointment 24 hours before delivery. 3.4.2.1 Quantity three (3) Each, Surveillance Kits P4Me-u and one (1) each Panther P8HVe Video and intrusion system be delivered to: DODAAC: W81KYH USA Protective Services Battalion ATTN: 9049 Gunston Road, Building 2101-A Fort Belvoir, VA 22060 3.4.2.3 FOB Destination and POC(s) for Option Quantities will be determined, if and when option is exercised by the Government. 4.0 PACKAGING: Contractor shall properly pack purchased Surveillance Kits P4Me-u and the Panther P8HVe Video and intrusion system to prevent damage. Contractor shall be responsible for the quality control of the supplies to be delivered. Packaging shall be in accordance with best commercial practices. The Government will not accept broken or damaged items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae75be4e93ee76f4822ab69d1475b8d6)
 
Record
SN04619241-W 20170810/170808233623-ae75be4e93ee76f4822ab69d1475b8d6 (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.