Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2003 FBO #0743
SOLICITATION NOTICE

63 -- Video Surveillance System

Notice Date
12/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Information Systems Agency, Acquisition Directorate, DITCO-NCR, Special Projects Branch, 701 South Courthouse Road, Arlington, VA, 22204-2199
 
ZIP Code
22204-2199
 
Solicitation Number
HC1047-04-R-4024
 
Response Due
12/23/2003
 
Archive Date
1/7/2004
 
Point of Contact
Randy Grey, Contract Specialist, Phone (703)607-4601, Fax (703)607-4611, - Sharlene Capobianco, Chief, Phone (703)607-4602, Fax (703)607-4611,
 
E-Mail Address
greyr@ncr.disa.mil, capobias@ncr.disa.mil
 
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. This solicitation is issued as a Request for Proposals and incorporates clauses and provisions in effect through Federal Acquisition Circular 2001-16. The North American Industry Classification System (NAICS) code for this acquisition is 423410; the applicable size standard is 100 employees. If two or more qualified small businesses respond to this synopsis/solicitation, this acquisition will be set aside exclusively for small business. Contemplated Contract Line Item Numbers (CLINs) include: CLIN 0001, One (1) each Turn-key smart video surveillance system with all associated equipment, including, e.g., central/video processing unit (CVPU), wide-angle view camera(s), pan, tilt, zoom (PTZ) camera(s), mounting assemblies, 19-inch rack for system, and monitor(s), one thousand feet of cable and sufficient hardware to connect the camera(s) to the CVPU, etc.; CLIN 0002, Installation and set up, the successful offeror shall install the system on a 7-8 story building and monitor one to two exclusion zones in front of the building; CLIN 0003, training for two people on the use of the system; CLIN 0004, technical support on-site for ten days after installation and set-up. This action is for the acquisition of smart video surveillance systems. The system must be capable of detecting vehicles parked in a designated no parking zone or left unattended, and alert the operator if any occupants leave the stopped vehicle. The system must detect boxes of 12 inch by 12 inch by 12-inch size or larger left unattended, and provide advanced rule and detection conditions. The offered system must provide high accuracy and very low false alarm rate (positive and negative false alarms). Missed detections (false negatives) must be fewer than 2 per wide-angle video channel per 20 detection opportunities. (e.g., for every 20 times a sedan stops for 2 minutes in a no parking area, the system must have less than 2 missed detections of that event.) The offered system must be capable of distinguishing between vehicles that are sedans, small vans, and large trucks, and be capable of classifying objects as individual people and groups of 2-3 individuals within a wide-angle view. The offered system shall be capable of communicating alarms via personal digital assistant (PDA), pager, and mobile phone. The offered system shall provide textual output so that alarm details can be transmitted over cellular or similar data networks. The offered system shall be capable of displaying looped imagery after an alarm until the alarm is cleared or a subsequent alarm occurs. The offered system shall be capable of accepting alarm triggers in the form of a volt free relay. Alarm triggers could come from devices such as passive infrared and microwave detectors. The system must be capable of automatically transferring targets from wide-angle cameras to multiple PTZ camera(s), as well as allow the operator to take control of PTZ camera(s) using a joystick-like interface. The offered system shall provide the capability to maintain target designation of overlapping objects, track the occupants of the vehicle, if they leave the vehicle, and provide facial and full body views. The system shall be capable of maintaining target designation while the targets pass from one camera to multiple other cameras (camera handoff). The offered system shall be capable of the following display requirements; provide viewing windows of wide angle and PTZ channels simultaneously on one desktop monitor of sufficient resolution and size to be easily viewed by the system operator. The minimum size of the monitor shall be 19 inches diagonal. The offered system must be capable of collecting imagery of a designated license plate at sufficient size for the license plate to be read from a distance of 50 meters, and the offered system must allow for alarm generation based on cross correlation of license plate database search through law enforcement system(s) for stolen vehicles, traffic offenses, or wanted vehicles. The system shall provide optical zoom capability and record people’s faces and vehicle license plate for recording and identification, and be capable of collecting imagery of people in the vehicle. The offered system shall automatically obtain close-up imagery of the front and rear of the vehicle and automatically scan the entire vehicle collecting additional imagery, and be capable of providing video and still images. The offered system shall be able to operate continuously and autonomously and be capable of operating in an urban environment under various conditions (daytime, nighttime, rain, snow, sleet, overcast; and those components of the system that would be installed outdoors (e.g., the cameras and associated cables) must be capable of operating in temperatures ranging from 0 degrees to 100 degrees Fahrenheit.) The offered system must accept digital, analog, and network/IP cameras and connect to a CCTV system. The offered system shall use a simple, intuitive user interface, and provide a digital video recording device to store 2400 hours of collected video. Qualified small business suppliers believing they can provide the items described above are encouraged to identify themselves. Suppliers must include descriptive literature which clearly demonstrates the offered items meet all of the requirements contained herein, and a price for the products offered. The government must receive all proposals within fifteen (15) days after the date of this publication, and will consider all proposals received within fifteen (15) days of the date of this publication. The government will consider responses it receives more than fifteen (15) days after the date of this publication nonresponsive and not consider the same. Interested, qualified offerors should mail responses to DISA, AQN4 so as to arrive not later than fifteen (15) days from the date of this publication. The government will evaluate offers on the capability of the offered system to meet the government's need as described above, the offered price, and the past performance of the offeror. Required delivery date for the items sought by this acquisition is 30 days after receipt of order. Partial deliveries are not acceptable. Delivery and acceptance is at National Assessment Group, 2251 Wyoming Boulevard SE Kirtland AFB, NM 87117-5609, FOB destination. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall include a completed copy of the provisions at FAR 52.212-3 with offers. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, including the following addendum thereto: Paragraph (c) is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, adding additional fund citations, etc., which may be made unilaterally by the contracting officer. CONTRACT1NG OFFICER: The contracting officer is the only person authorized to approve changes, in writing, to any requirement under this contract. No oral statement of any person whomsoever shall, in any manner or degree, modify or otherwise affect the terms of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the government shall consider the change to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. CONTRACTING OFFICER REPRESENTATIVE (COR): Authorized government point of contact and the COR for this contract shall not, however, have authority to make any change in the contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses contained therein the contracting officer determined applicable to this action are: 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; and 52.222- l9, Child Labor Cooperation with Authorities and Remedies (EO 13126). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The clauses contained in paragraph b thereof which the contracting officer determined applicable to this action are: 252.225-7001, Buy American Act and Balance of Payments Program; 252.227-7015, Technical Data Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; and 252.247-7023, Transportation of Supplies by Sea. Access to FAR clauses is available through http://www.arnet.gov; access to DFARS clauses is available through http://www.acq.osd.mil/dp/dars/dfars.html
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DISA/D4AD/AQN4/HC1047-04-R-4024/listing.html)
 
Place of Performance
Address: National Assessment Group 2251 Wyoming Boulevard, SE Kirtland AFB, NM
Zip Code: 87117-5609
 
Record
SN00483283-F 20031210/031208212705 (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 |
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.