SOLICITATION NOTICE
N -- CCTV Upgrade USCG NCRADF - Combined Synopsis Solicitation
- Notice Date
- 8/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Training Center (TRACEN) Cape May, 1 Munro Avenue, Mission Support Building, Room 212A, Cape May, New Jersey, 08204-5092, United States
- ZIP Code
- 08204-5092
- Solicitation Number
- 70Z04218Q5PT62300
- Archive Date
- 11/1/2018
- Point of Contact
- Christine lynch, Phone: 6098986276
- E-Mail Address
-
Christine.lynch@uscg.mil
(Christine.lynch@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ, 1449 Cont.. 1449 Wage rates Request for information RFI Contractor certification FAR Clauses Scope of Work SCOPE OF WORK 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials, and equipment as required to provide CCTV upgrade at USCG NCARDF, 1 Aviation Circle Hangar 5, Washington, DC 20593-770. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the Contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work ready for use by thirty five (35) working days after contract award. Work must commence prior to October 1st, 2018 3. SCOPE OF WORK 3.1 OBJECTIVE To ensure the awarded contractor provide necessary work/service needed to replace the Public Address Standard configuration. In addition, ensuring the tone generator levels are to NCARDFs satisfaction, and paging / alarm services restored. 3.2 SUPPLIES AND MATERIALS The awarded contractor shall provide all labor, transportation and supervision necessary to perform the work described herein. In addition, the contractor will provide supplies and materials as listed below. 3.2.1 COMMUNICATION ROOM • Install (01) GENETEC Server with 24-38 Option • Install (03) Series switches • Install (04) base transceiver modules • Install (01) UPS 2200VA to 120 Volt • Install (01) GPS server • Install (01) mounting rack with door, 02 cooling fans, caster kit, and 06 120Volt 15Amp receptacles • Install (04) 12" CAT6 Cord • Install (01) Console rack 8 ports with switch • Install (01) UPS Management card • Shall use CAT6 Cable with connectors and inserts • Shall use Fiber optic cable • Shall use ¾" Compression couplings • Shall use ¾" Electrical Metallic Tube Conduit • Shall use ¾" Electrical Metallic Tube connectors • Shall use Single and 4" square Gang Boxes • Install slotted channel mounting support rails • Install supporting software • Implement Camera License and camera support for each installed camera 3.2.2 CAMERAS • Install (06) 360 Degree camera with connection port in Pier 4 corridor • Install (02) 360 Degree camera with wall mount and pendant kit in Hanger 5 • Install (01) 360 Degree camera with ceiling mount, connection port, extender and pendant kit in Pier 4 Lobby • Install (02) 360 Degree cameras with connection port, ceiling mount and pendant kit in Hanger between pier 4 and modular building access locations • Install (01) Pan tilt zoom camera with wall to pole mount and 60W Midspan in entry way • Install (01) Exterior Pan Tilt Zoom camera with attachment and extender kit in entry way • Install (01) Exterior Pan Tilt Zoom camera with (01) Outdoor fixed camera and (02) extender kits in Hanger 5 • Install (01) Exterior Pan Tilt Zoom camera with 60W Midspan, surge protector, extender and parapet mounting kit outside hander 5 towards Aircraft Apron • Install (01) 180 Degree camera with mount, surge protector and extender kit outside Hanger 5 towards Aircraft Apron 3.2.3 MONITORS • Install 55" or larger Monitor in Command Conference room to include tilt wall mount, PC work station, HP Monitor and mounting brackets • Install 55" or larger Monitor in Crew Lounge to include tilt wall mount, PC workstation, HP Monitor and mounting brackets. 3.2.4 EXISTING ANALOG CAMERA PROVISIONS • Existing analog cameras not being replaced as part of camera upgrade shall be connected to the provided Hybrid NVR for continued video recording and streaming. This will allow USCG to upgrade cameras at a later date without any substantial change to the head end equipment. 3.3 SPECIFIC REQUIREMENTS/TASKS • Contractor will have access to USCG Lift Make: JLG Model # E600JP. All operators of lift shall have current training IAW OSHA standards and shall provide certification documentation prior to operation of equipment. • Prior to overhead operations contractor shall gain approval so as not to impede USCG operations • The Contractor/Contractor Employees will replace, furnish and install all supplies and materials necessary for the upgrade of LAN Room 420, Network Switch, Video Client Workstations, Hangar 5 First Floor Field Equipment and Hangar 5 Hangar Field Equipment; as per Quote • The Contractor/Contractor Employees will not replace any existing cameras not identified in this upgrade project. • The Contractor/Contractor Employees shall ensure existing analog cameras are fully operational and compatible with the new Hybrid NVR. • The Contractor/Contractor Employees will ensure any electrical services are subcontracted out to a valid Airport Authority company. • The Contractor/Contractor Employees will remove all unused hardware and accumulated trash during the period work was performed; ensuring the CCTV video system is fully operational with the new additions and does not hinder normal aircraft and watchstander operations. • The Contractor will provide system training to the on duty watchstander and supervisor. 4. PERMITS AND COMPLIANCE DOCUMENTS The contractor shall without additional expense to the government, obtain all appointments, licenses and permits required for the acceptance of the work. The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: 1. Proof of Virginia Contractor License 2. Proof of Arlington County Business permit 3. Valid DCA SIDA badge for gate entry 4. Valid MWAA Sponsorship Letter 5. Valid vehicle decals to operate within DCA non-movement area 5. WAGE RATES The Contractor/Contractor Employees will adhere to the Service Contract Act and pay prevailing wages for the District of Columbia and ensure all Contractor employees are aware of the wage rates. 6. REFERENCE DOCUMENTS The following documents may be helpful to the Contractor in performing the work described in this document: NA: - vendor encouraged to make site visit for accurate bidding 7. DESIGNATED CONTRACTING OFFICER'S REPRESENTITIVE (COR): The designated COR representative and Point of Contact for this project is SK2 Iesha Liggins (703) 417-2243. Inquiries concerning any phase of the specification before or after award shall be made to SK2 Iesha Liggins. The COR will notify the project manager when they are out of the office or unavailable, in this event point of contact will be MEC Shane Coleman (703) 417-2242. Alternate should only be contacted in the event SK2 Liggins is unavailable or out of the office. 8. ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of this contract 9. SITE VISIT: All bidders are strongly encouraged to visit the site to verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with the COR. 9.1. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specifications or related documents. 10. QUALIFIED PERSONNEL The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. 11. CONTINUITY OF SUPPORT The Contractor shall ensure that the contractually required level of support for this requirement is maintained at all times. The Contractor shall ensure that all contract support personnel are present for all hours of the workday listed in section 13 of this document. If for any reason the Contractor staffing levels are not maintained due to vacation, leave, appointments, etc., and replacement personnel will not be provided, the Contractor shall provide e-mail notification to the Contracting Officer's Representative (COR) prior to employee absence. Otherwise, the Contractor shall provide a fully qualified replacement. 12. PROJECT MANAGER The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this SOW. The Project Manager shall be a single point of contact for the Contracting Officer and the COR. The name of the Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. The Project Manager is further designated as Key by the Government. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior approval from the Contracting Officer. 12.1 The Project Manager shall be available to the COR via telephone between the hours of 0800 and1500 EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 24 hours of notification. 13. HOURS OF OPERATION Contractor employees shall generally perform all work between the hours of 0800 and 1500 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. 13.1 WORK HOURS / OUTSIDE NORMAL WORK HOURS If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours of Monday thru Friday 0800 to 1500, Contractor may submit a request in writing to the Contracting Officer or COR for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 14. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer and the COR. 15. UPON COMPLETION OF WORK: Contact the Contracting Officer's COR to arrange for inspection/acceptance of work. 16. EMPLOYEE IDENTIFICATION 16.1. Contractor employees visiting Government facilities shall wear an identification badge that, at a minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 16.2. Contractor employees working on-site at Government facilities shall wear a Government issued identification badge. Government ID will be required to furnish the ID badge. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent (in meetings, when answering Government telephones, in e-mail messages, etc.) and display the Government issued badge in plain view above the waist at all times. 17. SECURITY Contractor access to classified information is not currently required under this SOW. All contract employees shall be escorted by NCRADF personnel at all times during the installation 17.1. EMPLOYEE CONDUCT Contractor's employees shall comply with all applicable Government regulations, policies and procedures (e.g., fire, safety, sanitation, environmental protection, security, "off limits" areas, wearing of parts of DHS uniforms, and possession of weapons) when visiting or working at Government facilities. The Contractor shall ensure Contractor employees present a professional appearance at all times and that their conduct shall not reflect discredit on the United States or the Department of Homeland Security. The Project Manager shall ensure Contractor employees understand and abide by Department of Homeland Security established rules, regulations and policies concerning safety and security. 17.2. REMOVING EMPLOYEES FOR MISCONDUCT OR SECURITY REASONS The Government may, at its sole discretion (via the Contracting Officer*), direct the Contractor to remove any Contractor employee from DHS facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under the contract. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 18. PLACE OF PERFORMANCE USCG NCRADF at Reagan National Airport, Hangar 5 19. GENERAL REPORT REQUIREMENTS The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows XP and Microsoft Office Applications). 20. GOVERNMENT TERMS & DEFINITIONS 5.1 COR - Contracting Officer's Representative 5.2 DHS  Department of Homeland Security 5.3 NCRADF  National Capital Region Air Defense Facility 5.4 MWAA  Metropolitan Washington Airport Authority 21. GOVERNMENT FURNISHED RESOURCES The Government will provide the following property to the Contractor for work required under this contract: 1. Electric Boom Lift - JLG Lift, Model: E600JP, SN: 0300180431 2. Contractors shall provide training certification documents prior to use of lift 22. CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in SOW 2.0 and SOW 6.0.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/70Z04218Q5PT62300/listing.html)
- Place of Performance
- Address: USCG National Capital Region Air Defense Facility (NCRADF), Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN05028828-W 20180811/180809231051-605d679f7e94acacdc7470e2149916a7 (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 |