View details vcc acp cctv installation 905942 01

Page 1

LOGOUT

99+

Dashboard

Opportunities

My Bids

Awards

My Account

< BACK

EMAIL BUY

View Details for Buy #905942_01 Buy Countdown

Current System Time:

10:32:43 ET

Time Remaining:

100:27:17

Refresh Time

Questions & Responses

Watch Buy

General Buy Information Buy #:

905942_01

Solicitation #:

POLKDESAP0022

Buy Description:

VCC_ACP CCTV Installation

Category:

Z2 -- Repair or Alteration of Structures and Facilities

Subcategory:

Z2BG -- Repair or Alteration of Electronic and Communications Facilities

NAICS:

561621 -- Security Systems Services (except Locksmiths)

NAICS Code Size Standard:

20.5 Millions of Dollars

FBO Solicitation:

Yes

Set-Aside Requirement:

Small Business

Buyer:

MICC End User

End Date:

01/22/2018

End Time:

15:00 ET

Seller Question Deadline:

1/19/2018 - 11:00 ET

Delivery:

Special Delivery Instructions - Other: Delivery preferred 30 calender days ARO; Pallets and large item deliveries require a lift-gate truck

Repost Reason:

No Repost Reason provided. Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, click Start Bid and proceed to the Line Items screen to upload the information. DOWNLOAD TEMPLATE

Line Item(s) Item No.

Description

Qty

Unit

001

*Install a single 360 degree camera, centered on the interior of the Visitor Control Center (VCC) building. Wire the camera using CAT 5/6 cabling IAW industry wiring standards and connect to a POE switch. Battery back-up is required with a minimum of 4 hours. Additional Information Camera and Battery Back-up Requirements: *Camera must have the following characteristics: sleek, low profile design, 6 megapixel camera operating off the H4 platform with a 360 degree viewing area. Must have adaptive IR technology for improved image quality in various scene conditions. The camera shall use HDSM SmartCodec and HDSM 2.0 technology for scene compression. Camera shall be equipped with LightCatcher technology for use in low light settings. Camera shall be IP66 certified and have minimum vandal resistant rating of IK10. Camera must be licensed for use on Avigilon System; must be installed and compatible with existing Avigilon system. *Battery Back-up must have the following characteristics: 1kVA 800W Line -Interactive sine Wave UPS. 6 NEMA 5-15R outlets-2 to remotely switch off. Energy Star certified, automatic voltage regulation from 83 to 147V. 450-joule surge suppression.

1

EA

002

*Install two 180 degree panoramic cameras, installed on the exterior of the VCC building. One facing the parking lot and the other focused on the main gate (adjacent to the VCC). Wire the camera using CAT 5/6 cabling IAW industry wiring standards and connect to a 12 port POE switch. Battery back-up is required with a minimum of 4 hours. Additional Information Camera and Battery Back-up Requirements: *Cameras must have the following characteristics: Dome style with 3 progressive scan sensors (each with 3 megapixels); each sensor will be equipped with a 2.8-8mm remote zoom lens, 100db wide dynamic range performance, ONVIF compliant, automatic exposure control and Iris control, automatic removable IR cut filter for IR sensitivity at night, outdoor ready, image compression H.264 and Motion JPEG. Cameras must be licensed for use on Avigilon System; must be installed and compatible with existing Avigilon system. *Battery Back-up must have the following characteristics: 1kVA 800W Line -Interactive sine Wave UPS. 6 NEMA 5-15R outlets-2 to remotely switch off. Energy Star certified, automatic voltage regulation from 83 to 147V. 450-joule surge suppression.

2

EA

003

*Install a single Power over Ethernet (POE) switch in support of cameras at the VCC building. Additional Information POE Switch Requirements: High Performance 24 port POE switch. Must be TAA compliant, 10/100/1000 BasteT POE + 4Gbe Uplink.

1

EA

004

*Install two bullet style cameras, at each of the five vehicle lanes;located at the exterior of the commercial Access Control Point (ACP). Mount the cameras on the ACP canopy support beams. A single camera will be mounted at the front and rear of each of the 5 vehicle lanes. Wire the cameras using CAT 5/6 cabling ran in conduit to the ACP building (guard shack); all wiring will be IAW industry wiring standards. Connect to a POE switch. The switch will communicate on an existing fiber infrastructure. Battery back-up is required with a minimum of 4 hours. Additional Information Camera and Battery Back-up Requirements: *Bullet Style Cameras will have the following characteristics: equipped with Advanced Video Pattern Detection and Teach by Example technology, self-learning video analytic, HDSM Technology. Equipped with 3-9mm lends with remote focus and zoom, WiFi camera configuration support, LightCatcher technology, triple exposure ultra-wide dynamic range, Integrated IR LED effective up to a 70m distance. SmartCodec technology, Idle Scene capability, IP66 vandal resistant, ONVIF compliant with version 2.2.0 of the analytic service specification.Cameras must be

10

EA


license for use on Avigilon System must be installed and compatible with existing Avigilon system. *Battery Back-up must have the following characteristics: 1kVA 800W Line -Interactive sine Wave UPS. 6 NEMA 5-15R outlets-2 to remotely switch off. Energy Star certified, automatic voltage regulation from 83 to 147V. 450-joule surge suppression. 005

*Install three 180 degree panoramic style cameras, the exterior of the ACP building (guard shack). One on the north side (front) of the brick and mortar style building and the other two mounted to the east and west side of the (central) ACP canopy. Wire the cameras using Cat 5/6 cabling ran in conduit to the ACP building (guard shack); all wiring will be IAW industry wiring standards. Connect to a POE switch. The switch will communicate on an existing fiber infrastructure. Battery back-up is required with a minimum of 4 hours. Additional Information Camera and Battery Back-up Requirements: *Cameras will be equipped with 3 progressive scan sensors (3 Megapixels each). Sensor will be equipped with a 2.8-8mm remote zoom lens, 100db wide dynamic range performance, ONVIF compliant, automatic exposure control, Iris control, and automatic removable IR cut filter for IR sensitivity at night, outdoor ready, image compression H.264 motion JPEG. Cameras must be license for use on Avigilon System; must be installed and compatible with existing Avigilon system. *Battery Back-up must have the following characteristics: 1kVA 800W Line -Interactive sine Wave UPS. 6 NEMA 5-15R outlets-2 to remotely switch off. Energy Star certified, automatic voltage regulation from 83 to 147V. 450-joule surge suppression.

3

EA

006

*Install a single Power over Ethernet (POE) switch in support of cameras at the ACP building (guard shack). Additional Information POE Switch Requirements: High Performance 24 port POE switch. Must be TAA compliant, 10/100/1000 BasteT POE + 4Gbe Uplink.

1

EA

007

*Install two 180 degree panoramic cameras at each ACP canopy. Mount one camera at the front and rear (centrally) at of each of the ACP Canopy. Each camera will be support the use of a video analytic system monitoring incoming and outgoing vehicles. Wire the cameras using Cat 5/6 cabling ran in conduit to the ACP building (guard shack); all wiring will be IAW industry wiring standards. Connect to an existing POE switch at each ACP. The switch will communicate on an existing fiber infrastructure. Additional Information Camera and Battery Back-up Requirements: *Cameras will be equipped with 3 progressive scan sensors (3 Megapixels each). Sensor will be equipped with a 2.8-8mm remote zoom lens, 100db wide dynamic range performance, ONVIF compliant, automatic exposure control, Iris control, and automatic removable IR cut filter for IR sensitivity at night, outdoor ready, image compression H.264 motion JPEG. Cameras must be license for use on Avigilon System; must be installed and compatible with existing Avigilon system.

10

EA

Bidding Requirements Instructions Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: A proposed statement of work is required. Please include specification sheet(s) or pictures of the product(s)to be considered for award. 30 day delivery preferred (after receipt of order). Open Market: Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements. Brand Name or Equal: The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. Minimum Bid Decrement is $1: The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum. Purchase Order, Delivery Order, or Purchase Card: Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace. Set-Aside Requirement: This solicitation is a Small Business set-aside and only qualified Sellers can bid. 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. Evaluation Criteria/Basis of Award: Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Default Terms: Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.) Special Delivery Instructions: The Buyer has provided special instructions for delivery – Other: Delivery preferred 30 calender days ARO; Pallets and large item deliveries require a lift-gate truck.

Buy Terms Name

Description

Provisions

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

Clauses

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

Basis of Award

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.

SAM Registration

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Quote

Submitted Quotes will be valid for 45 days after the auction closing.

No Multiple Awards

No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an

Request for Quote

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

FARsite

IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.

NAICS & Size Standard

The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

all-or-nothing

basis.


AMC-Level Protest Program

"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to 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 20 working 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. All other agencylevel protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMCLevel Protest Procedures."

Service Terms:

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"

Provision 252.209-7999

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Provision 252.232-7006

Wide Area WorkFlow Payment Instructions

Clause 252.2047012

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

PALLETIZATION

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

Unfunded Requriement

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

Vendor Questions

Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.

Shipping Information City

State

Fort Polk

LA

Zip Code 71459

Buy Attachment(s) No.

Document Name

Document Size

There is no attachment.

< BACK

Š 2001- 2018 FedBid Inc., All Rights Reserved

EXIT

NO BID

START BID

Toll-free: 877-933-3243 | Accessibility Information | Privacy | Terms | Feedback | Contact Us


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.