SOLICITATION NOTICE
63 -- Video Surveillance System
- Notice Date
- 6/5/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-MT MONTANA STATE OFFICE* BUS. & FISCAL SVCS. BRANCH 5001 SOUTHGATE DR BILLINGS MT 59101
- ZIP Code
- 59101
- Solicitation Number
- ESQ060022
- Response Due
- 6/23/2006
- Archive Date
- 6/5/2007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as as a request for quotation (RFQ), number ESQ060022. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This solicitation is set set aside for Service Disabled Veteran Owned Business. Should we not receive fair and reasonable quotes from Service Disabled Veteran Owned Businesses, we will award to Small Business. Therefore, we encourage all small business to submit a quote. The North American Industry Classification System (NAICS) code for this acquisition is 561621. The Small Business Annual Receipts for the firm and its affiliates, for the proceding three (3) fiscal years does not exceed $11.5 million. The primary purpose of this snyposis/ solicitation is to acquire a video surveillance system for the Fire and Aviation Management Fire Cache facilities located in Billings, Montana, at the Billings Airport Industrial Park, north of the Billings airport. The system must be designed, installed and be maintainable using industry standard hardware, software and methodologies. After successful installation, all operations will be tested and verified. Training for system use and trouble-shooting will be provided to on-site BLM staff. Area 1. The Billings Interagency Fire Cache, adjacent storage buildings and parking lots. The Fire cache areas consists of a large 2 story warehouse and office area, a parking lot, an adjacent storage building (the tool repair area), a fenced storage area and driving and parking areas between the buildings and storage areas. The areas to be covered by the system are: 1. The parking lot on the south side of the 2 story building; 2. Driveways between and adjacent to the buildings; 3. The doorways into the cache office on all sides on the 2 story building; 4. The garage doors leading into the warehouses; 5. The fenced storage area where the cache trailers are stored; 6. The doorways into the adjacent storage building; 7. The doorways and area around the tool repair area. Coverage areas should concentrate on doorways, garage doors and the driveway between the 2 story building and the tool repair area. The BLM will conduct a pre-bid Site Inspection tour on June 12, 2006, at 10:00 AM, and will identify these areas for the prospective bidders. Interested parties are to meet in the Conference Room at the Billings Interagency Dispatch Center, 1299 Rimtop Drive, Billings, MT (North of the Billings Airport). Questions regarding coverage areas shall be answered to the group of bidders and not to individuals. Maps of the project area will be available at the site tour. It is highly recommended that all prospective bidders attend the site tour in order to obtain information regarding camera locations, etc. Scope: Provide video surveillance and monitoring of the buildings and parking lots that comprise the Billings Interagency Fire Cache. Requirements: Provide, install, configure all hardware and software and provide end-user training for all aspects of a video surveillance system to monitor the described areas. Coverage will be 24 hours per day, 365 days per year. Images will be recorded in digital format and transferred to dvd format for long term storage. Cameras will be fixed and will be located in all-weather housings. All camera mountings will be capable of holding the camera motionless during high winds typical of the airport area. Focal length and camera angle shall be set by the vendor in accordance with BLM definition of the coverage area as stated above. The vendor is expected to determine the number of cameras required to fulfill the Scope of the project. The control system will also be adjustable to account for "camera shake" so that recording does not occur if the camera does move during high winds. Cameras will be color (preferable) or monochrome, high resolution with 0.04 lux sensitivity or better. Cameras will be responsive in low light situations and will provide adequate imaging for personnel identification 24 hours per day (existing parking lot lighting may be factored in for camera specifications). Cameras will have motion detectors and the system will only record after motion is detected by any or all cameras. The motion detection time delay will be user adjustable; at installation the delay shall be set to 3 seconds. Camera voltage requirements will be matched throughout the system. Vendor will be responsible for insuring proper electrical connections at all camera locations. All electrical work must comply with all appropriate codes and regulations. Vendor is responsible for coordinating any major electrical or structural work with Billings Logan Airport officials. Cabling from cameras to recording devices will be adequate to prevent signal loss or degradation over the run of the cable. Use of best available technology is expected. Cabling may be standard coax, fiber optic or twisted pair at vendor's discretion. All connectors and hardware needed to establish the cable runs from the camera to the recording device will be provided, installed and tested by the vendor. All cabling and hardware will be inter-operable and will be tested prior to user training. There may be some existing conduit, J-hooks, D-rings and other cable run facilities that may be used in some areas of the building. The BLM may allow use of some existing conduit; however the vendor is responsible for all cable runs. Where cables enter buildings, proper entrance facilities will be used. Cable runs will not conflict with or damage any existing cabling or electrical lines. Monitoring and recoding devices will be located and installed in the Fire cache building in a space designated by the BLM. This space will be on the second floor in the designated Telecommunications Room. The vendor shall supply and mount a shelf for the recording/control device to rest on and shall mount a 17 inch (minimum) flat panel computer monitor on the wall near the shelf. The BLM shall designate the area the shelf and monitor must be mounted in. All cables required for connecting the monitor to the recording device will be supplied by the vendor. The monitor will display "live" images and will have a blank screen default screen saver. The timeout for screen saver activation will be user configurable. The BLM will provide electrical connections for the monitoring and recording devices. The vendor is required to furnish a battery powered uninterruptible power supply (UPS) for each monitoring /recording device. The primary purpose would be to provide a more stable power supply to the monitoring/recording devices. If more than 1 camera is required (this is expected), the monitoring device will include a multiplexer to allow viewing of all cameras at once or choosing an individual camera for monitoring. The monitoring device will allow an operator to review recorded images and the ability to "freeze-frame" on a selected image. The vendor will install signs in the monitored area and on all buildings informing personnel that video surveillance is in use. Recording will be in digital format. The recording device will have at least a 100 gigabyte hard drive for storing images. The recording device will have a dvd burner attached. Vendor will furnish a minimum of 10 dvd's per recorder and will provide instructions and training on transferring images from the recorder to a dvd. All required hardware and software for transferring images to dvd will be installed and tested prior to system acceptance. The recording device will also have at least 1 USB port, an Ethernet network interface card (user configurable) and all buttons or peripheral devices required for operations. The recording device may be attached to the BLM network in the future. All hardware will have a minimum of a one year warranty on all parts and labor. The installation will be warranted for 1 year for parts and labor at no further cost to the BLM, including after business hours service calls for hardware failure. All software installation media will remain on site and become property of the BLM. All installed hardware will become the property of the BLM. Upon notification of a system failure, the vendor shall respond with a phone call to the BLM with in two ( 2) hours and be prepared to be on site within four (4) hours. The BLM may choose to delay a repair depending on fire activity, staff availability, holidays, etc. Any delays will be at the option of the BLM. The vendor is responsible for coordinating the work schedule with the BLM staff at the Billings Interagency Fire Cache. If work is done during periods of increased wild land fire activity, the BLM may require changes in the work schedule to not interfere with fire suppression activities. At a minimum, the vendor will be required to coordinate any planned power outages and must comply with BLM requests to not shut down the power. None of the installation of cabling, monitoring or recording equipment may impact the existing BLM communication cable plant or telecommunications hardware. The system shall allow additional cameras to be connected in the future (16 cameras maximum per recording device). Hardware and software must comply with industry standards for connectivity of additional devices. Proprietary systems are allowed, but there must be allowances made for other manufacturer's cameras and control units to be attached. These connections may be done through coax or Ethernet cables. On completion of the contract the vendor will provide a full set of manuals and operating instructions. This to include comprehensive descriptive brochures and technical manuals for all equipment installed. It shall include as-fitted wiring and schematic diagrams. The vendor will provide training to BLM employees on use of the equipment. Complete testing will be done before acceptance. The vendor shall conduct at least one on-site visit during the first 7 days after acceptance. The vendor shall be ready and available to adjust camera angles, field of view, motion delay time, or other issues during this visit. The date of the visit shall be established upon completion of user training. The vendor shall comply with all applicable codes, regulations and laws pertaining to this installation. The delivery address is Bureau of Land Management, Fire Cache, 551 Northview Drive, Billings, MT 59105. The FOB Point will be Destination. Quoters are required to complete the Past Performance Information as stated below and submit with your quote: Contractor Name: Address: City: State: Zip: Phone Number: Fax Number: Type of Business: _____Company ____Co-partnership ______Corp._____ Individual ____Non-Profit Org. How many years do you or your firm have in the types of work requested by this solicitation? _________________year(s). How many years experience in contracting have you or your business had as a Prime Contractor? _________year(s) and/or Sub-contractor:_______(years) List below the projects your business has completed within the last three years, include the contract amount, the type of project, date completed and your reference contact with telephone number: List contract commitments that will run concurrently with the work requested in this solicitation, include name, address, telephone number, start and finish date. Have you ever failed to complete any work awarded to you? ______Yes _____No CERTIFICATION I certify that all of the statements made by me are complete and correct to the best of my knowledge and that any persons named as references are authorized to furnish the Bureau of Land Management with any information needed to verify my capability to perform this project. Certifying Official Name and Title : Signature (Sign in Ink): Date: The provision at 52.212-01, Instructions to Offerors-Commercial Items is applicable. The provision at 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and past performance being considered. When combined, price and past performance are equal. 52.212-3, Offerors Representations and Certifications - Commercial Items, is applicable. The clause 52.212-04, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-07 Central Contractor Registration; 52.219-27, Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside; 52-219-06, Notice of Total Small Business Set-Aside; 52-222-3, Convict Labor; 52-222-19 Child Labor; 52.222-21 Prohibition of Segregated Facllities; 52.222-26, Equal Opportunity; 52.222-35,Equal Opportunity for Special Disabled Veterans; 52.222-36,Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-1, Buy American Act - Supplies; 52.223-06,Drug Free Workplace; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.247-34, F.O.B. Destination.. THESE FAR CLAUSES CAN BE ACCESSED AT: "http://www.arnet.gov/far". It is the quoters responsibility to review these clauses and submit the required information. Prospective contractors must be registered in Central Contractor Registration (CCR) prior to award. Information on CCR registration can be obtained via the internet at http://ww.ccr.gov. Prospective vendors must also complete their Annual Represenations and Certifications (ORCA) electronically at http://orca.bpn.gov. Failure to provide this required information will make the offeror ineligible for award. Quotes are due at the above office by close of business June 23, 2006. Fax quotes will be accepted at (406)- 896-5020. Please include the Offeror Representations and Certifications (FAR 52.212-03) with your quote. Please contact Charlene Gunther at 406-896-5195 before faxing your quote. For additional information contact Charlene Gunther, Contracting Officer at (406) 896-5195.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1098884)
- Place of Performance
- Address: Billings, Montana
- Zip Code: 59105
- Country: US
- Zip Code: 59105
- Record
- SN01062730-W 20060607/060605221621 (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 |