MODIFICATION
63 -- Provide, install and train, in the complete use of, a comprehensive, integrated, security management system. Amendment incorporates the SOW and provides the DOL website address where the applicable Wage Determination can be found.
- Notice Date
- 8/10/2007
- Notice Type
- Modification
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W9124707T0074
- Response Due
- 8/24/2007
- Archive Date
- 10/23/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (i) STATEMENT OF WORK 1. Description of Work. Provide, install and train, in the complete use of, a comprehensive, integrated, security management system for the Motor Pool. The system shall consist of: " Closed Circuit TV coverage of the perimeter and selected interior areas, with intelligent video analysis. " Access control with proximity card readers for the vehicle gate and pedestrian gate. " Intercom with video images for the gates. " Sliding cantilever gate with electric operator. " Operator control at the motor pool office " Operator control at Staff Duty " Complete integration of the video, access control, and intercom; to provide a true integrated security management system. 2. Intelligent Video Analysis Software. The video surveillance system shall detect, identify, and track every moving target in its field of view, day and night. It shall have built-in intelligence to cover any scene, the camera should accurately see and recognize an intruder up to 750 meters away, process the scene data internally and report the breach automatically according to pre-set security policy. It shall display sharp thermal or optical video images on the laptop screen or a standard video monitor. The intruder or object-of-interest shall be outlined on the display with a contrasting color box. The indicator box size and location, shall be continuously updated in real time. If security is violated, the intelligent camera shall trigger an alarm to security personnel in the form of a reliable, real-time decision-making information for remedial response. The system shall work reliably in extreme outdoor environments, including high wind and hot weather. Analytics shall include the ability to: ? The video analytics shall take place in the camera, not in the servers or PCs. This is needed to allow the analytics to be performed on un-compressed video, to increase accuracy and performance of the analytical software, reduce the required bandwidth a nd allow the cameras to be connected via a wireless connection. The cameras shall utilize DLP technology ? Create alarm events upon violation of detection rules ? Geo-locate the object-of-interest in the video, in real time, and on an aerial photo or map, on side-by-side video monitors ? As the object of interest moves in the camera field of view, the geo-location view shall be continuously updated in real time ? Display latitude and longitude of object-of-interest ? Detect a human size object at approx 750 meters ? Detect a vehicle size object at approx 2,000 meters ? Determine direction of travel ? Determine speed of travel ? Detect an object left behind ? Detect an object placed in view ? Detect suspicious behavior ? Determine and display distances from camera ? Filter out areas of non interest ? Automatically adjust for moving trees, clouds, shadows, etc. 3. Network Video Recorder. Shall provide recording of all video for at least 20 days of full time recording at 15 images per second. Allow viewing of recorded video while continuing to record video from all cameras. The system shall be capable of being configured to record only when motion occurs in the selected areas, in order to extend recording time. The system shall be capable of allowing additional hard drives be added to extend the recording time, and to record additional cameras in the future. 4. Control and Monitoring. Complete control and monitoring shall be provided from both the motor pool office and the staff duty desk. Priority and function control shall be limited with the use of log-in passwords. Live and recorded video shall be viewed from both locations. 5. Access Control and Intercom. The access control system shall provide complete control of who enters the gates. Entry shall be controlled by personnel, by time of day, by day of week, or other parameters. A complete record of every card reader entry shall be stored in the database. The gat es shall also be manually controlled from both of the control locations. Audio and video intercom shall be provided from the gates to the control locations. This is needed to allow entry for visitors and staff without a card. A video image of the person requesting entry shall be displayed for verification of the person requesti ng entry. 6. Fiber Optic Network. The equipment shall be connected to a self contained TCP/IP network to allow integration between the various sub-systems. The network shall also provide additional monitoring and control capability from the staff duty desk. A 12 strand, single mode fiber optic cable will be installed underground between the motor pool office and the HQ staff duty. Only 2 strands of the fiber initially shall be utilized. The remaining strands can be used for system expansion, or for other future purposes. The security network shall have the ability to form the backbone of a future Group wide CCTV and Access Control system for all of the Groups buildings and assets. 7. Schedule and Warranty. The equipment must be able to be installed 15 to 45 days after award of contract. Require a complete warranty to be provided to cover all equipment and installation for a period of one year. Require advance replacements to be provided on all equipment that may need repair during the first year. Require a four hour response time for repairs and emergencies, to include off hours, weekends and holidays. 8. End User Instruction and Training. Vendor must be able to provide 8 hours of training semiannually throughout the first year of the warranty. Training will consist of proper use of the system, management of the system and maintenance of equipment. (ii) APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 4) dated 5/29/2007. A copy of this Wage Determination can be found at http://www.wdol.go v.
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Country: US
- Zip Code: 28310-5000
- Record
- SN01369107-W 20070812/070810221902 (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 |