|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#211937th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX
78236-5253 63 -- SECURITY CAMERAS AND DOOR ALARMS, WITH INSTALLATION SOL
F41636-98-Q0970 DUE 071398 POC Bruce Taylor, (210)-671-1723 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. This announcement
constitutes the only solicitation: proposals are being requested and a
written solicitation will not be issued. This solicitation is issued
as a request for quotes (RFQ). Submit written quotes (oral
quotes/offers will not be considered), on requisition F41636-98-Q0970,
to FAX number (210)-671-5063. This procurement is restricted to small
business. Project is to furnish all materials, equipment and labor for
the installation of security cameras, TV monitors, recording VCR's and
door alarms. Installation will be in five buildings and one additional
wing/annex, with up to two more buildings as optional items the
government may purchase. Three distinct, separate quotes are requested,
as follows: (A) for five buildings and one wing, (B) for six buildings
and one wing, and (C) for seven buildings and one wing. Only one of
the three quotes will be used for award, depending on cost. Provide an
equipment list with each quote. If variations are made from the
government's suggested make/model equipment list, then technical
literature must be provided showing that the offered equipment is an
equivalent to that listed. Location for installation is Lackland AFB
Texas 78236 (San Antonio,TX). Performance period- Installation must
begin within 60 days after award and be finished within 120 days after
award. Statement of Work/Need with minimum equipment list is attached
to this announcement. Equipment list is estimated, project may require
more equipment/hardware to complete than that listed. A site tour will
be conducted on 26 June 98 at 0930 hrs at Lackland AFB. If requested,
a second site tour will be available on 7 July 98 at 0930 hrs. Provide
phone confirmation of attendance by calling MSgt Roche or TSgt Belongie
at 210-671-2525. Closing date for quotes is 13 July 98. The provisions
at FAR 52.22-41, Service Contract Act of 1965, as amended (May 89) and
the U.S. Dept Of Labor wage determination number 94-2521, revision 16,
apply to this requirement. This solicitation document incorporates
provisions and clauses that are in effect through Federal Acquisition
Circular 97-04. Standard Industrial Code (SIC) is 5731. Size standard
to meet small business requirement is not to exceed $6.5 million a year
income. Note that the provisions at FAR 52.212-1, Instructions to
Offerers -- Commercial Terms, applies to this acquisition. In addition
the clause at FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items, apply to
this solicitation. Specifically the following clauses cited are
applicable: FAR 52.222-26, Equal Opportunity; FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR
52.222-36, Affirmative Action for Handicapped Workers. The clause at
DFARS 252.212-7001, Contract Terms and Conditions required to implement
Statutes or Executive Orders applicable to Defense Acquisition of
Commercial Items, applies to this solicitation. Specifically the
following clauses cited are also applicable: DFARS 252.225-7001, Buy
American Act and Balance of Payment Program. Offerors must include with
their offer a completed copy of the provisions at FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items, and DFARS
252.212-7000, Offerors Representations and Certifications -- Commercial
Items. Also applicable by reference is DFARS 252.204-7004, Required
Central Contractor Registration (CCR). The CCR can be obtained by
calling 1-888-227-2423 or via Internet at http://ccr.edi.disa.mil.
Confirmation of CCR registration must be obtained before award can be
made. Award will be based on meeting the requirement, evaluation of
lowest price, and responsible offer/quote. Send quotes in writing to
the Point of Contact indicated above. Quotes are required to be
submitted not later than 4:00PM (CST), 13 July 98, and acceptance must
be good for 60 days. Award is anticipated to be made in July 98. You
must confirm if any subcontractors will be used for installation work
and identify companies before award. All responsible sources that are
small businesses may submit offers, which, if timely received will be
considered by this agency. STATEMENT OF WORK/NEED: (1.0) System will
improve physical security through the installation of security
survelliance cameras at dormitory entrances and fire exits. These
cameras will be monitored from a central location within the facility.
This system will be installed in the following six facilities; Bldgs
9110, 9210, 9310, 9085, 6275, and a wing of Bldg 7065 with an option
for Bldgs 9410 and 5570 dependent upon cost. (1.1) Equipment must match
or be of equal quality to that listed on the attached spreadsheet.
(1.2) Cameras will provide a high resolution, will be permanently
mounted, and will be tamper proof. All wiring will be safeguarded with
1/2 inch conduit. Wiring will run behind walls where possible.
However, should this not be possible wiring will be mounted in conduit,
which will match wall color or be painted to match so as not detract
from the appearance of the facility. Wiring footage is estimated at
2400 feet per facility. Bldg 7065 wiring is estimated at 1200 feet. Any
outside drilling in walls must be weather sealed. (1.3) A camera will
be positioned in the foyer to cover entrance doors for Dormitories A-1
& A-2, B-1 & B-2, A-4 & A-5, B-4 & B-5, A-6 & A-7, B-6 & B-7, A-9 &
A-10, B-9 & B-10 . Each foyer is a different size and shape, and doors
are not located in the same place, vendors will advise on which areas
would need a panning capability and will include that information,
along with the cost in their proposal. (Eight cameras, each camera will
cover two doors in the foyer, cameras may require a scanning/panning
ability). Dormitories A-3, B-3, A-8, B-8, will each have a camera in
the foyer to monitor the entrance doors (4 cameras). (1.4) In building
7065 dorms A-6 & A-7, B-6 & B-7, will have cameras monitoring the
entrance (2 cameras, each camera will cover two doors in the foyer)
and dorm A-8 will also have a camera monitoring the entrance (1
camera). Each foyer is a different size and shape, and doors are not
located in the same place, vendors will advise on which areas would
need a panning capability and will include that information, along with
the cost in their proposal. (1.5) Ten additional cameras will be
positioned outside of each facility to provide monitoring of the fire
exits (one camera will be positioned to provide coverage of two fire
escapes). Two cameras will be positioned on the roof over the dinning
hall area to provide coverage of the day room windows. (1.6) Bldg 7065
will require three cameras to monitor the fire escapes (one camera per
two fire escape doors). Bldg 7065 will also have a camera (1) placed on
the roof to provide coverage of the dormitory windows for dorms A-6 &
A-7, B-6 & B-6 & B-7, and A-8. (1.7) The monitoring system for
buildings 9110, 9210, 9310, 9085, & 6275 will be located in the
facility Charge of Quarters (CQ) area. This system will use two 27 inch
televisions, mounted to the wall, for monitoring the cameras. Two
videocassette recorders, which will have a 24 hour recording
capability, and be able to record the image from all 24 cameras per
building simulatanously, will record the reception on the two TVs for
a 24-hour period. VHS tapes will be purchased later. (1.8) The
monitoring system for building 7065 will be located in the facility
Charge of Quarters (Q) area. This system will use one 27 inch
television, mounted to the wall, for monitoring the cameras. One
videocassette recorder the reception on the one TV for a 24-hour
period. VHS tapes will be purchased later. (1.9) Each fire exit (20 per
Bldgs 9110, 9210, 9310, 9085, 6275), connecting bay doors (20 per Bldgs
9110, 9210, 9310, 9085, 6275 and dayroom doors (20 per Bldgs 9110,
9210, 9310, 9085, 6275) will be equipped with a sensor which will
indicate whenthe door is opened. Bldg 7065 will also have each fire
exit (5) dayroom doors (5) and connecting door (5) equipped with a
sensor to indicate when the door is opened the annunciation panel will
also be located in the CQ area. When a door is opened the annunciator
panel will sound and an audible alarm (not the same as the fire alarm)
and a light will indicate which door is open. The audible alarm must
have a volume control. Annunciator panel will be mounted under the
televisions. (2.0) Door alarm wiring will be safeguarded with 1/2
conduit. Wiring will run behind walls where possible. However, should
this not be possible wiring will be mounted in conduit that will match
wall color, or be panted to match so as not detract from the
appearance of the facility. Wiring footage is estimated at 2400 feet
per facility. Bldg 7065 wiring is estimated at 1200 feet. (2.1) Control
room equipment will be placed on tables provided by government. Include
any hardware or equipment that must be mounted in bid/proposal. (2.2)
A site visit will be conducted on 26 June 98 and 7 July 98 at 0930 a.m.
at Building 9110. This visit will explain the exact layout of the
facilities, location of all cameras, and location of the monitoring
equipment. All questions and concerns will be answered at that time.
Call 210-671-2525 to arrange attendance at site visit, POC is MSgt
Roche or TSgt Belongie. (2.3) Contractor will provide/include training
on the system for the purpose of monitoring and recording activity
within the cameras range. Installation and maintenance of the system
will be performed between the hours of 8:00 AM and 5:00 PM seven days
a week. Warranty will include the repair or replacement, including
labor, of any malfunctioning equipment at no charge to the customer for
a period of one year from the date of installation. Warranties on total
system or individual components greater than one year are acceptable to
government. (ENVIRONMENTAL SECTION) (2.4) Equipment Layout -- The
contractor will use provided drawing(s) of each facility to identify
locations of each item to be installed. Facility drawings/blue prints
will be provided at the site visit or upon request. These drawings will
allow the Air Force to assess the potential for asbestos or lead-based
paint. Drawing with locations of items to be installed shall be
provided before a walk thru on site visit with user, contractor, and
environmental personnel. (2.5) Site Visit -- The Environmental Flight
will conduct a site visit to assist in the identification of any
potential asbestos and lead-based paint hazards. The location of
asbestos and lead-based paint will be provided by the base
environmental flight upon receiving the drawings and completion of the
site visit. (2.6) Asbestos Awareness -- The Environmental Flight will
conduct a 2-hour asbestos awareness class, if requested. This will be
accomplished in strict accordance with all applicable federal, state
and local regulations, standards, and code governing asbestos abatement
and any other trade work accomplished in conjunction with the
abatement. (2.7) Notification -- At any time during the equipment
installation if the contractor believes there is asbestos or lead
-based paint, he/she must contact 37 CES/CEV, Environmental Flight at
671-4844 or 37 CES/CEO, Asbestos/Lead-Based Paint Team at 671-2221.
(2.8) In the event asbestos or lead-based paint is discovered, all work
at that individual location must immediately cease to ensure protection
of human health. The government will then arrange for a proper
assessment and abatement in accordance with all federal, state, and
local regulatory agency requirement, environmental statutes, policies,
and regulations. (ADDENDUM: PROPOSED EQUIPMENT LIST IS FOR FIVE
BUILDINGS AND ONE ANNEX, QUANTITY IS ESTIMATED AND FOLLOWS EACH
LISTING) . a) NATIONAL ELECTRONICS CAMERA NL4124 & LENS NL412WA 127 b)
27 inch COLOR MONITOR PHILLIPS PA 5027C 11 c) 24 HOUR VCR TOSHIBA,
KV-7024A 11 d) 16 CHANNEL MULTI-PLEXER, BURLE TC8296 C 11 e) PELCO
EH3512 CAMERA ENCLOSURE & PELCO EM 2400 WALL MOUNT 127 f) PELCO MR4000
MONITOR WALL MOUNTS 11 g) BURLE ALTV 2416, 16 CAMERA FUSED POWER
SUPPLY 11 h) SENTROL 7939WH, DOOR CONTACTS 10 i) SALCO CS-60 MULTI-ZONE
ANNUNCIATOR 6 j) SALCO RP-60 MULTI-ZONE ANNUNCIATOR PLATE 6 k) SALCO
PC6 ZONE PLUGE IN CARD 53 l) CABLE, TRAINING, INSTALLATION AND TEST FOR
EACH LOCATION **** (0167) Loren Data Corp. http://www.ld.com (SYN# 0316 19980618\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|