Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
MODIFICATION

63 -- JBA Dormitory Video Surviellance--Brand Name Equal

Notice Date
8/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3268179AW01
 
Archive Date
9/25/2018
 
Point of Contact
CHARLES MADDOX, Phone: 2406125662
 
E-Mail Address
CHARLES.N.MADDOX.CIV@MAIL.MIL
(CHARLES.N.MADDOX.CIV@MAIL.MIL)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
1. Purpose: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation only; proposals are being requested and a written solicitation will not be issued. Solicitation number F1D3268179AW01 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. All responsible sources may submit an offer to be considered by the agency. 2. Description of Requirement : Upgrade and installation of equipment, materials and other items or services necessary to perform all operations in connection with the non-destructive testing of the video security system equipment located on the Joint Base Andrews' Dormitory Campus, MD. The contractor will ensure the system components are operable, provide a list of newly installed components by dormitory and comply with acceptable industry practices such as The Security Industry Association (SIA) technical standards or other nationally recognized professional association for the video security product installation and maintenance industry. In addition, contractor shall perform preventive maintenance, software, firmware updates and service calls for a period of 5 years (base year plus four (4) option years) after warranty. This requirement will be pursued as a EDWOSB/ WOSB Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 561621 (Video Security Systems Services) and the small business size standard is $20.5M. 3. The following items/services are being procured as a BRAND NAME EQUAL: Item Description of Material or Services to be Purchased Qty 0001 0001 UNIVIEW Network fixed lens water-resistant IR turret dome camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8mm lens, Matrix IR LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support Corri 171 ea 0002 UNIVIEW Network Motorized water-resistant IR bullet camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8-10mm Motorized lens, IR Array LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support 3 ea 0003 Turret Junction Boxes 171 ea 0004 Bullet Junction Boxes 3 ea 0005 24-Port 10/100Mbps /PoE +2 Gigabit TP/SFP Combo Ports Switch (400W) 3 ea 0006 16-Port 10/100Mbps /PoE + 2 Gigabit Ports Switch (400W);IEEE802.3af 6 ea 0007 8-Port 10/100Mbps /PoE + 2 Gigabit Ports Switch (150W);IEEE802.3af 6 ea 0008 UPS 1350 WAT 3 ea 0009 UPS 900 WAT 12 ea 0010 UNIVIEW 2U chassis, 64 channels, Up to 4K realtime live view/recording, H.265 dual-stream video compression, Bandwidth: 320Mbps (Live/Recording) / 320Mbps (Web Transfer), 2 HDMI/VGA simultaneous video output up to 4K definition (HDMI out co 3 ea 0011 UNIVIEW 2U chassis, 32 channels, Up to 4K realtime live view/recording, 16 built-in POE ports, H.265 dual-stream video compression, Bandwidth: 320Mbps (Live/Recording) / 320Mbps (Web Transfer), 2 HDMI/VGA simultaneous video output up to 4K 2 ea 0012 Wall Penetrations 2 ea 0013 Cable Runs 174 ea 0014 Various Materials 1 ja 0015 Engineering - Programming 1 ja 0016 Program Management 1 ja 0017 Service Contract yr 2 - 6 5 ea 3.1.1 Work Tasks: --1.1.1 Building 1624 --1.1.1.1 Replace 42 existing Bosch NDC-455 FlexiDome IP POE devices with 42 UNIVIEW Network fixed lens water-resistant IR turret dome camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8mm lens, Matrix IR LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support Corridor View, DC 12V, PoE (up to 6.4W), IP66. Metal Housing. --1.1.1.2 Replace current Digital Network Video Recorders (DNR) with Network Video Recorders NVR providing H.265 compression and improved user interface. Cameras will be programmed to record only motion which will dramatically reduce data storage space and improve interrogation times. Extend current conduits to new locations retaining currently installed lengths. --1.1.1.3 Replace Cat 5 cables from cameras to new termination points using currently installed cables as 'pulls'. --1.1.1.4 Replace POE switches. --1.1.1.5 Expand camera coverage to include parking lot --1.1.1.6 Install new Uninterrupted Power Source (UPS) to power controlling the NVR, Monitors and switches. --1.1.2 Building 1631 --1.1.2.1 Replace 40 existing Bosch NDC-455 FlexiDome IP POE devices with 40 UNIVIEW Network fixed lens water-resistant IR turret dome camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8mm lens, Matrix IR LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support Corridor View, DC 12V, PoE (up to 6.4W), IP66. Metal Housing. --1.1.2.2 Replace current Digital Network Video Recorders (DNR) with Network Video Recorders NVR providing H.265 compression and improved user interface. Cameras will be programmed to record only motion which will dramatically reduce data storage space and improve interrogation times. Extend current conduits to new locations retaining currently installed lengths. --1.1.2.3 Replace Cat 5 cables from cameras to new termination points using currently installed cables as 'pulls'. --1.1.2.4 Replace POE switches. --1.1.2.5 Expand camera coverage to include parking lot --1.1.2.6 Install new Uninterrupted Power Source (UPS) to power controlling the NVR, Monitors and switches. --1.1.3 Building 1657 --1.1.3.1 Replace 41 existing Bosch NDC-455 FlexiDome IP POE devices with 41 UNIVIEW Network fixed lens water-resistant IR turret dome camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8mm lens, Matrix IR LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support Corridor View, DC 12V, PoE (up to 6.4W), IP66. Metal Housing. --1.1.3.2 Replace current Digital Network Video Recorders (DNR) with Network Video Recorders NVR providing H.265 compression and improved user interface. Cameras will be programmed to record only motion which will dramatically reduce data storage space and improve interrogation times. Extend current conduits to new locations retaining currently installed lengths. --1.1.3.3 Replace Cat 5 cables from cameras to new termination points using currently installed cables as 'pulls'. --1.1.3.4 Replace POE switches. --1.1.3.5 Expand camera coverage to include parking lot --1.1.3.6 Install new Uninterrupted Power Source (UPS) to power controlling the NVR, Monitors and switches. --1.1.4 Building 1691 --1.1.4.1 Replace 17 existing Bosch NDC-455 FlexiDome IP POE devices with 17 UNIVIEW Network fixed lens water-resistant IR turret dome camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8mm lens, Matrix IR LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support Corridor View, DC 12V, PoE (up to 6.4W), IP66. Metal Housing. --1.1.4.2 Replace current Digital Network Video Recorders (DNR) with Network Video Recorders NVR providing H.265 compression and improved user interface. Cameras will be programmed to record only motion which will dramatically reduce data storage space and improve interrogation times. Extend current conduits to new locations retaining currently installed lengths. ---1.1.4.3 Replace Cat 5 cables from cameras to new termination points using currently installed cables as 'pulls'. --1.1.4.4 Replace POE switches. --1.1.4.5 Expand camera coverage to include parking lot --1.1.4.6 Install new Uninterrupted Power Source (UPS) to power controlling the NVR, Monitors and switches. --1.1.5 Building 1692 --1.1.5.1 Replace 19 existing Bosch NDC-455 FlexiDome IP POE devices with 19 UNIVIEW Network fixed lens water-resistant IR turret dome camera, 1/3" 4 Megapixel progressive scan CMOS, max 20fps@4.0M(2688x1520), 2.8mm lens, Matrix IR LEDs (up to 98 feet, configurable Smart IR feature), 120dB Optical WDR, support Corridor View, DC 12V, PoE (up to 6.4W), IP66. Metal Housing. 1.1.5.2 Replace current Digital Network Video Recorders (DNR) with Network Video Recorders NVR providing H.265 compression and improved user interface. Cameras will be programmed to record only motion which will dramatically reduce data storage space and improve interrogation times. Extend current conduits to new locations retaining currently installed lengths. --1.1.5.3 Replace Cat 5 cables from cameras to new termination points using currently installed cables as 'pulls'. --1.1.5.4 Replace POE switches. --1.1.5.5 Expand camera coverage to include parking lot --1.1.5.6 Install new Uninterrupted Power Source (UPS) to power controlling the NVR, Monitors and switches. 3.1.2. ROUTINE PREVENTATIVE MAINTENANCE AND SOFTWARE/FIRMWARE UPDATES. Once each year within 60 days of the contract anniversary, the Contractor shall reconcile component inventory with the component list provided by contractor upon the completion of initial component replacement. In addition, the contractor shall provide annual preventative maintenance, firmware/software updates if necessary, inspection and testing of all system components necessary to make a complete and usable system installed on seven separate dormitory buildings on Joint Base Andrews. 3.1.3. SERVICE CALLS. The Contractor shall respond to all service calls within 3 business days. Service calls include but are not limited to inspection and testing of system components for operability when a system goes off line. After trouble shooting the system and before repairs start, the contractor shall contact the Housing Capital Asset Manager 301-981-5195 and provide an estimate of materials and labor time to repair. The notice to proceed will be provided by the contracting officer or representative. 3.1.4. OVER AND ABOVE. Over and Above Work is defined as work discovered during the course of performing repair efforts that is within the general scope of the contract but not covered by the task items above for the basic work under this contract and are necessary in order to satisfactorily complete the contract --1.4.1 Contractor must identify required work and recommend corrective action during contract performance. The contractor must submit a work request to identify the over and above work and, as appropriate, the Government authorizes the contractor to proceed. --1.4.2 Work requests shall contain data on the type of discrepancy disclosed, the specific location of the discrepancy, and the estimated labor hour and material costs required to correct the discrepancy. Data shall be sufficient to satisfy contract requirements and obtain the authorization of the Contracting Officer to perform the proposed work. 3.2. SCHEDULES. --2.1. Routine maintenance will be performed on the security systems on a case by case basis. Current system details by dormitory can be found in Attachment 1. Attachments 2 through 5 contain as-built drawings for 1624, 1631, 1657, 1691 and 1692. --2.2. Service calls will be placed on a case by case basis depending on any problems or maintenance actions needed for system repairs for each of the 5 security systems when malfunctions occur. The contractor shall be required to respond within 3 business days after calls are placed. Any parts requiring replacement resulting from these placed service calls shall have expedited shipping and be installed within 3 business days to ensure the systems can be maintained in a safe and operational condition at all times. --2.3.3. The contractor shall be required to perform routine maintenance upon requested service calls provided by any authorized and designated Contracting Officers Representatives (COR) when services are needed to keep the systems operational. A list of authorized personnel will be provided to the contractor upon contract award by the CO in writing. However, all contract direction and or determinations of any kind to include disputes will be made by the Contracting Officer only. Performance Objective Section Performance Threshold Building 1624 Work Tasks 1.1.1 Replace 42 cameras; DVRs; Cat 5 cables from cameras to new termination point; POE switches; expand camera coverage to parking lot; install new UPS and provide final list of installed video surveillance equipment to include make, model and serial number. Building 1631 Work Tasks 1.1.2 Replace 40; DVRs; Cat 5 cables from cameras to new termination point; POE switches; expand camera coverage to parking lot; install new UPS and provide final list of installed video surveillance equipment to include make, model and serial number. Building 1657 Work Tasks 1.1.3 Replace 41; DVRs; Cat 5 cables from cameras to new termination point; POE switches; expand camera coverage to parking lot; install new UPS and provide final list of installed video surveillance equipment to include make, model and serial number. Building 1691 Work Tasks 1.1.4 Replace 17; DVRs; Cat 5 cables from cameras to new termination point; POE switches; expand camera coverage to parking lot; install new UPS and provide final list of installed video surveillance equipment to include make, model and serial number. Building 1692 Work Tasks 1.1.5 Replace 19; DVRs; Cat 5 cables from cameras to new termination point; POE switches; expand camera coverage to parking lot; install new UPS and provide final list of installed video surveillance equipment to include make, model and serial number. Routine Preventive Maintenance 1.2 No defects allowed. Inspection and testing are to be performed on an annual basis completed within 30 days of contract anniversary. Service Calls 1.3 Perform inspections of system components on an as needed basis; respond within 3 days of service call, make system operational within a total of 6 business days from service call. 4. Other Requirements •4.1 QUALITY CONTROL. Contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices for security equipment maintenance. •4.2 QUALITY ASSURANCE. The government will evaluate the contractor's performance each time service is performed. The contractor must demonstrate that the requested work was performed before the government quality assurance (QA) representative will authorize payment of services. •4.3 CONTRACTOR PERSONNEL. The Contractor shall identify to the Contracting Officer (CO), a Program Management point of contact and a Technical point of contact that have full authority to act on behalf of the Contractor on all operational aspects of the contract. •4.3.1 Contractor personnel shall present a neat and professional appearance and be easily recognized as contract employees. This may be accomplished by wearing clothing bearing the name of the company or by wearing appropriate badges, which displays the company name and employee's name. •4.3.2 The Contractor shall ensure that employees possess a current and valid driver's license and current vehicle insurance before obtaining permission to enter JB Andrews. •4.3.3 At contract award, the Contractor shall submit a written list of employees working under the contract to the CO and QA. Once the list is submitted, the Contractor will notify the CO and the QA of any staff changes when they occur and shall update the list of its employees as needed. Provide the following information on each employee entering the base: Last Name First Name MI SSN DOB Start Date End Date State/DL Number State/Tag Number Company/Org 4.7 HOURS OF OPERATION. Work shall be performed Monday through Friday between the hours of 7:30 a.m. through 4:30 p.m., excluding holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 4.8 CERTIFICATION OF EMPLOYEES. The Contractor shall furnish the Contracting Officer a letter certifying that all employees who will be performing the service on JB Andrews MD Campus are qualified to service security systems and equipment, and are experienced technicians with new video security system components. 5. OTHER IMPORTANAT INFORMATION Anticipated Period of Performance will be 30 - 60 days after award. See attachment 1: Security access form template Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial (Jan 2017) 52.212-2 - Evaluation -- Commercial Items. The Government will award a Purchase Order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price being technically acceptable. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.204-7 - System for Award Management Registration Deviation (Jul 2013) 52.211-17 - Delivery of Excess Quantities (Sep 1989); 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) Alternate I (DEVIATION) (Jan 2017); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016); 52.222-21 - Prohibition of Segregated Facilities (Apr 2015); 52.222-26 - Equal Opportunity (Sep 2016); 52.222-50 - Combating Trafficking in Persons (Mar 2015); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.223-6 - Drug-Free Workplace (May 2001); 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--System for Awards Management (Jul 2013); 52.233-3 - Protest After Award (Aug 1996); 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.204-7004 - Alternate A, System for Award Management (May 2013); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable; 252.223-7004 - Drug-Free Work Force (September 1988); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (June 2012); 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); 6. The contracting office address is as follows: 11th Contracting Squadron 1349 Lutman Drive Joint Base Andrews, MD 20762 7. All quotes must be sent via e-mail to Mr. Charles Maddox at charles.n.maddox.civ@mail.mil. Quotes shall be submitted no later than 4:00 PM EST, 10 Sep 2018. Site visit prior to quote submission are highly encourage for this requirment. Vendors are limited to no more than two (2) members for base access at the time of site visit. Arrangements for site visit must be coordinated in advanced through attached template contained within this solicitaiton notice. The visitors template MUST be returned back to charles.n.maddox.civ@mail.mil NLT 0900hrs EST, 31 Aug 2018-no exceptions. Site visit will take place at 9:30 AM EST on 4 Sep 2018 at JB Andrews installation. Questions can be answered during and after site visit but NLT 3:00 pm EST, 6 Sep 2018. Email is the preferred method of communication. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3268179AW01/listing.html)
 
Place of Performance
Address: 11 CES/CEF, 1287 SOUTH DAKOTA AVE, JBA, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN05061611-W 20180831/180829231220-d724a1bbf59378e6499fadb0861348f3 (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.