SOLICITATION NOTICE
63 -- Downtown Denver Fed Buildings
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Border and Transportation Security, Federal Protective Service, Federal Protective Services Division (8PAF), Denver Federal Center, Building 41, Room 258, Denver, CO, 80225-0546
- ZIP Code
- 80225-0546
- Solicitation Number
- 8PAF-03-0286
- Response Due
- 9/12/2003
- Archive Date
- 9/27/2003
- Point of Contact
- Melissa Capitani, Contract Specialist, Phone 303-236-7931, Fax 303-236-7965, - Melissa Capitani, Contract Specialist, Phone 303-236-7931, Fax 303-236-7965,
- E-Mail Address
-
melissa.capitani@gsa.gov, melissa.capitani@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. A pre-offer site visit is scheduled a the location of the work, 721 Stout Street, Downtown Denver, on Wendsday, 3 September 2003 at 10 o'clock am. Complete Statement of work packages will be made availible at that time. Attendance at the site visit is manditory to win this award. Question should be directed to Melissa Capitani at (303) 236-7931 ext 254. CONTRACT WORK REQUIREMENTS/SPECIFICATIONS I. SCOPE OF WORK 1.1 Furnish all supervision, labor, material, and equipment needed to complete the work listed below to replace existing CCTV System [cameras throughout] and replace control center equipment, to include but not limited to, cameras, monitors, controllers and recorders. NOTE: The existing console will not be replaced. 1.2. Existing wiring will be used to the greatest extent possible. Work includes all patching and painting to match existing construction of any areas damaged or altered as a result of this project. Work is to take place throughout desinated buildings. All components shall be fully functional at the completion of the job. Based on performance, cost, features, and to achieve compatibility/uniformity Panasonic equipment has been specified. 1.3. Equipment that is replaced as specified herein shall become the property of the contractor; therefore, the final cost for this project must reflect and include any reasonable salvage and/or recycle credit due the Government. II. SECURITY REQUIREMENTS 2.1 All GSA security requirements must be met before any work is started. All onsite personnel will be required to provide fingerprints, State Bureau of Investigation report, and a completed GSA personal history background form. 2.2 The Contractor must check in with FPS to get their Contractors Badges for identification. 2.3 The Contractor must check in each day with building security to let them know where they will be working for the day. 2.4 The Contractor shall notify Building Security when it is necessary to use the loading dock. If a large load is expected, notify Security ahead of time. 2.5 Permission must be obtained from tenants before working in their areas. III. WORK HAZARDS and SPECIAL JOB REQUIREMENTS 3.1 Since the majority of the work is limited to direct replacement using the existing wire, cable and mounting hardware to the greatest extent possible, the following is not a major concern, however, the contractor must be aware that the building was constructed in the 1940?s and it contains asbestos. If a material is encountered that is considered suspect, all work at that location is to cease until a determination is made on the material. If the asbestos is in good shape and will not be disturbed, it should not present a problem. The contractor will not be responsible for any ceiling HEPA vacuuming and cleanup necessary to accomplish the work. The Contractor is responsible for any contamination and cleanup that results from the contractor encountering a suspect material and continuing to work. a. An asbestos survey was performed on the building and identified areas that contain asbestos. This survey may not have identified all the asbestos in the building. Known asbestos containing materials are some floor tiles and mastic, insulation hard fittings/joints on the piping, pedestal adhesive, transite wallboard, some ceiling tiles and HVAC mastic. The building fire doors are suspected to contain asbestos along with some piping expansion joints. NOTE 1: Most of the asbestos containing materials have been abated so, due to the limited scope of work for this project, any remaining amount of asbestos containing materials should not be disturbed during equipment replacement as specified herein, however, all contractors need to be aware of the situation and take appropriate precautions as referenced in this specification and according to all applicable laws, rules and regulations. The contractor must have at least one competent person that reviews the work areas and manages the project. If the competent person encounters and/or is notified of any unforeseen suspect material then work shall immediately stop until an evaluation can be made. The competent person is responsible to ensure that existing asbestos containing materials [if any and at this point it is very unlikely] are not disturbed. The competent person should have, at minimum, attended at least a two-hour awareness class on asbestos. NOTE 2: The referenced training above is the industry standard for asbestos awareness; however, not having the training does not release the competent person from the responsibility to ensure that asbestos is not disturbed while performing this project. (BUILDING ASBESTOS SURVEY available from FPS or the Buildings Manager.) b. Cost of additional testing will not be the contractors? responsibility. Additional testing will only be necessary if an unforeseen material is uncovered and for this project the odds are that are none to very minimal. c. All contractor employees and subs that will be working on the job must, at minimum, be briefed on what materials are asbestos free so they will know when to have a concern to stop work. Again, for this project we are replacing equipment in areas that have already been cleared, however, all parties working on the job must at least have the awareness to recognize a potential hazard and an unforeseen site condition. 3.2 Cable to be run in existing penetrations where possible. Fire stop material must be replaced at the end of each day. Only when applicable; fire stop all new penetrations. Fire stop the existing penetration/s that are no longer used. 3.3 All work must meet all applicable Fire and Building Codes 3.4 All material used must meet building standards. 3.5 Unless otherwise approved, interior work in occupied space will be done after hours to minimize interruptions for the tenant agencies. IV. SPECIFIC WORK REQUIREMENTS/SPECIFICATIONS 4.1 The work to be performed is an expansion of the existing Panasonic CCTV system, replacing nineteen cameras and adding two cameras. Work shall include but not be limited to removal/replacement of nineteen cameras monitored and controlled in the LESO office at 1961 Stout and the installation of two new fixed cameras at 20th and Stout parking. Contractor shall furnish and install equipment (equal or better than) as listed providing a complete operable system for all equipment as described below. Contractor shall remove 11 existing monitors and replace (rack mount) 8 new monitors in the existing console. Contractor shall remove associated equipment for the old cameras (multiplexers and recorders) and reconfigure console rack mounting 8 quads and an additional digital recorder (presently stored on site). Coordinate equipment location(s) with FPS Contactor shall install one 8 channel video input board and RS-485 Data Board in existing SX550 matrix. All cameras (32) shall be routed via coax to the existing SX550 Matrix. Coax for all cameras (32) shall be looped from the matrix to the quads. Coax for all cameras (32) shall be looped from quads to one of the two existing digital recorders. Monitor outputs from quads shall be routed to new monitors. In addition to the twenty-one new cameras, there are eleven existing cameras (two from the lobby and nine from Arraj) for a total of thirty-two cameras. Nineteen Dome (PTZ) Camera Installation; Contactor shall back pull power cable into building and install a step-down transformer to convert power for each new camera from 120VAC to 24VAC. Contractor shall adapt and mount all new cameras/enclosures to existing mounts with the exception of the following two cameras; 18th and Champa- Shall be a new pole mount Mid Stout- Shall be a new pole mount and shall also include a new microwave system and installation of the WVPB5548 RS-485 Data Board in the matrix for data communication. Two Fixed Camera Installation; Two new fixed cameras shall be installed, one on each of the existing poles, at 20th and Stout parking. Contractor shall also connect the Casi-Rusco reader at this site to the new microwave system in addition to the CCTV requirement. Video and data shall be transmitted via microwave to 1961 Stout and monitored in the LESO office. Video shall be routed to/through matrix, a quad and a DVR per previous instructions. Contractor will be responsible to access power from the light poles and provide step down transformers for the equipment specified for this location. Programming; Presets shall be set for autodome cameras to view the perimeter/street areas of the buildings. The cameras should return to the preset in two minutes. The system shall be set up to provide the operator only control necessary to move and select cameras. Training; Provide one hour of on site training to government and contract employees at control location. V. EQUIPMENT SPECIFICATION 5.1 Wire, Labels and Fasteners a. All low voltage video cable /wire shall be, 18/4 twisted, stranded, shielded, plenum rated for all CCTV camera controls and/or sized in accordance with the equipment manufactures specifications. b. There shall be no splices or connections in conduit runs. Unless otherwise specified in this solicitation or through written approval by the CO [Contracting Officer and/or the COR [Contracting Officer Representative], all splices are to be in accessible junction boxes, protected, and labeled. c. No crimped fittings (such as spade lugs) may be added to the ends of any control or power supply wiring unless required by the equipment manufacture. d. Coax shall be shielded RG59/U with crimp-on connectors. e. Outer sheathing of all wires and cables shall be permanently marked (tagged) at both ends of said wire or cable (e.g., example: Aiphone answer station 2 to Aiphone unit # 3). Power cables will be marked or tagged with the location of the breaker or outlet providing power to the circuit. f. No ?security head? screws will be introduced into the equipment, wire raceways, cable ducts, box mountings, etc., except as provided by the manufacturer of the equipment with the proper driver/bit. Such drivers/bits provided shall be the property of the government and upon acceptance of the installation, returned to Federal Protective Service. 5.2 Dome Cameras: shall be ?? double speed CCD, 480 line horizontal resolution, 50dB, .01fc color sensitivity, with 22X optical zoom lens, include optical video signal transfer and be programmable to convert from color to black/white for low light applications. Other features shall include; ?Sense Up? providing full video images even in low light conditions, 64 times dynamic range with automatic back light compensation preventing washed out views and silhouetted images, 64 programmable presets, preset tour, ?Image Hold? preventing viewing and recording of smeared video between preset positions and auto focus function. Cameras shall be provided with environmental enclosures (including heater and blower) mounted as specified. 5.3 Fixed Cameras: shall be 1/3? double speed CCD, 480 line horizontal resolution, 50dB, .08fc color sensitivity and be programmable to convert from color to black/white for low light applications. Other features shall include; ?Sense Up? providing full video images even in low light conditions, 64 times dynamic range with automatic back light compensation preventing washed out views and silhouetted images. Varifocal auto iris lenses shall be included. Fixed cameras style and mounting shall be one of the following as indicated on the equipment schedule: a. Vandal Proof weather proof one piece integral design b. Traditional camera and lens in a traditional environmental enclosure. c. Environmental enclosure shall include heater and blower. d. Traditional camera and lens enclosed in an 8? dome environmental enclosure. e. Environmental enclosure shall include heater and blower. 5.4 Monitors: shall provide Color images on 21? diagonal screen, accept NTSC Color video input with 3 channel inputs (A/B or S-Video) and RS-485 data for remote switching of channels via a remote controller. Monitor shall provide a minimum of 500 lines of horizontal resolution. Construction shall be metal cabinet with capability to rack mount. 5.5 Quads: Color quads shall have 4 video inputs with ability to display a single camera and or four cameras on a monitor, as selected. Quad shall have auto termination on 4 video inputs and shall include 4 looping video outputs. Quad shall have 720 x 484 (pixel memory) display with 1/60-second real time refresh. Quad shall be compatible with all 2:1 interlace cameras. 8-bit/14.3 MHz sampling shall provide jitter free video images in quad display. Quad shall include rack mount. 5.6 Digital Recording/Storage (DVR): Recording devices shall be either 8 or 16 channel input as specified herein [one of each]. DVR shall have auto termination and looping video outputs for video connection to other equipment that may be a part of the system (i.e., quads). DVR shall include video motion detection, triplex multiplexer (to simultaneously view live video, record and playback). The DVR shall be a product specifically designed for closed circuit television recording and multiplexing; modified personal computers with add-in video recording and capture boards shall not be acceptable. DVR shall include 720(H) x 480(V) (pixel memory) sampling and 3-D scan conversion to enable jitter-free stabilized pictures in a single frame. JPEG compression shall be provided with owner selectable 1/6, 1/10, 1/16 and 1/25 compression levels. DVR shall have the ability to record at least three images per camera per second. DVR shall include 10-100base-T network interface providing remote record review, live camera view and dome camera control on a personal computer equipped with Internet Browser Software and an Ethernet 10-100Base-T connection. Network accessibility shall be password protected. The DVR video output shall be displayed on a traditional CCTV monitor. The DVR shall also have the added capability to interface to a CD-R, and/or transfer files via FTP via the Network for event long-term storage archive purposes. A workstation, PC and/or special software shall not be required to operate the DVR. DVR shall include rack mount. 5.7 Head End: manual joystick type controller shall be provided. Controller shall interface with video/data multiplex unit via RS-485 data providing the following features: a. Remote control and programming of dome cameras b. Remote access and control of DVR functions including individual camera call up, multiscreen views and review of recorded files. c. System shall be capable of up the coax camera synchronization providing roll free switching and recording. Cameras can be powered from the closest available power source, as there is no need to phase camera power. d. System shall be capable of cable compensation: Video, control data and sync shall be via a single RG59 coaxial cable (copper/copper 75 ohm) up to 3000 feet. VI. WARRANTY OF PARTS AND LABOR 6.1 The contractor shall guarantee that all installed parts; components, systems and workmanship meet the specifications set forth in this document. Additionally, the contractor must warranty all contractor supplied components, workmanship and/or systems for a [minimum] period of 12 months from the date of Government acceptance. 6.2 Should any contractor supplied part, component, workmanship or system, fail within that period of time, the contractor shall immediately replace or repair that part, component, or system, within 48 hours at no further cost to the Government. 6.3 The contractor shall not be responsible for the repair or replacement of any part, component, or system that fails due to fire, flood, riots, and vandalism or because of the misuse of equipment by Government employees. VII. OWNERSHIP OF EQUIPMENT 7.1 All contractor supplied or installed parts, components, or systems, become the unencumbered property of the Government upon acceptance thereof and full payment of the price agreed upon to the contractor.
- Place of Performance
- Address: Denver, Colorado
- Record
- SN00413229-W 20030829/030827213044 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |