Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
MODIFICATION

70 -- HD VIDEO SURVEILLANCE SYSTEM UPGRADE - RESPONSES TO QUESTIONS

Notice Date
9/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ00281166609
 
Archive Date
10/5/2011
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
SECOND FLOOR PLANS FIRST FLOOR PLANS RESPONSES TO QUESTIONS AMENDMENT#2: (A) THE RESPONSE DATE REMAINS UNCHANGED, BIDS ARE DUE 20 SEP 11, 2PMPST. (B) PLEASE REVIEW THE ATTACHED UPDATED FLOORPLANS (C) QUESTIONS AND ANSWERS PERTAINING TO THIS SOLICITATION IS AS FOLLOWS: HQ00281166609 Questions and Responses 1. Is there a chance that we can get a scale drawing for each floor? -There is a scale at the bottom of the provided floor plan. An AutoCAD version is not available for security reasons until after actual award. 2. The in ceiling network drops will have power outlets available? - Power should be provided over the CAT5e vs. outlets in the ceilings, or a discreet wire run with the CAT5e to provide DC power to each unit. 3. The video analytics feature will be on the camera side or the NVR ? -NVR 4. What size monitor is required for the work stations? - A 19" 16x9 display is suitable. 5. Do you want single or dual monitors with each work station? -A single monitor will suffice. 6. The specifications state that the workstation support a CCTV joystick keyboard, is the CCTV keyboard required for each of the workstations? -No it is not required, but the workstation must support the addition if it is required in the future. 7. Is web browser capability required for viewing and control of the camera system from either an internal or external location? - Internally only, and only within a closed surveillance system. This is not intended to run over our business network. No external (internet) connection is desired, and would not be allowable anyway. 8. We were told at the pre-bid meeting that the video system network was not to go outside the building; if that is a requirement, then analog cameras must be used in lieu of the HD (Megapixel) cameras that are presently specified for exterior use. Are exterior cameras to be analog or HD/Ethernet/network? -I think this was misunderstood. The network can go outside the building physically, (wiring to the camera), but no network connectivity to the internet proper is desired. 9. The specification states that the workstation is capable of decoding (viewing) up to 16 cameras at 4 CIF 30 IPS. The video storage requirement states 30 days, what other recording criteria is required i.e. frame rate or ips/camera, recording resolution/camera? -TBD after award 10. Can motion recording be used in either night mode or 24/7? Please specify restrictions, if any, on motion recording. -24/7 11. Who must I contact for a subsequent walk through with a cabling contractor for an estimate to design and install the network? I would like to prefer to do this either tomorrow or Friday at latest. -There are no contract specialists available for this walkthrough, and one must be present, and the walkthrough open to all bidders. 12. The SOW states a requirement for 30 days of video storage. But it does not clearly define the required image capture rate, whether the camera is to record continuously or only when it senses motion (along with an estimate of the percentage of motion a camera might see per day). Also, cameras can be programmed to record at a higher image rate during daytime hours, and at a lower rate at night or on weekends. This information is essential in estimating the hardware storage requirement for meeting the 30 day requirement, and will have a considerable impact on overall system price? -Yes, motion sensing is fine. 13. The building drawings we downloaded with the bid information are unreadable. When enlarged the text on them is unclear. Can you please provide B&W prints that show clear text, especially room numbers and room descriptions? - Additional drawings with room numbers and with B&W lines is being provided with this update. Rooms with special considerations are as follows: o Room 1203, Student Issue Point. This is the room discussed that has the highest possibility of equipment theft. o Room 1117, Engineering Core, view from short entry hall to double doors (existing) o Room 2182, IT Core, view from hallway to entry door. o Rooms 1182,1186,1187, Student Equipment Locker Rooms, cameras from both ends on both aisles of lockers (4 per room). o Rooms 2132B and 2132G, SIPRNet and Mail Rooms, one camera covering both doors. o Command Entrance, one exterior camera that covers VIP parking. o Room 1216, Loading Dock, Interior camera covering both the roll up door and walking entry. Exterior camera required for loading dock as well (PTZ). o Staff Parking camera (exterior, existing), replace with PTZ. o Room 1142, Student Entry Lobby, replace all 3 existing cameras - two monitor the entry door, one monitors the staff duty desk. o Room 1159, Staff Entry Lobby, Replace 1 exterior door view camera, replace interior door and Library view camera. 14. As a firm that has done major installations in schools and correctional facilities, we feel the use of 1.3 and 3.1 megapixel cameras is unnecessary for this application. We ask if standard 500TVL Cameras utilizing video over IP would be acceptable. These cameras will be able to support 30 images per second, multiple streams, in H.264 and MJPEG, at 4-CIF resolution. Megapixel cameras typically require about 10 times the amount of hard storage space per video image than standard IP cameras. The difference would affect the number of storage servers required, and literally tens of Terabytes of required disk storage to meet the 30 day requirement? -No, we would like the 1.3 and 3.1 megapixel cameras as specified. 15. In the SOW, under Pan, Tilt and Zoom Camera Requirements, the last paragraph refers to video analytics. Is it acceptable that video analytics be a function of the system's Video Management Software rather than integral to the software in the camera? -Yes. 16. On the supplied drawings would you note the server room and the stacked risers? -See the room list and description above 17. On the supplied drawings would you note the existing camera locations? - We would like to see what the vendors come up with for placement. What we have may not actually be optimum, so this was intentionally left out. 18. The proposal noted that there are 30 days of recording per camera. How many IPS and the percent of recording per camera? - 30IPS, all cameras for the first 72 hours, then 2IPS per camera thereafter for up to 30 days of storage. 19. Where are the special location cameras to be located? - See room list above 20. Who was the original installer for the current CCTV system? - Unknown. 21. Who currently maintains the CCTV system at this location? - Not applicable. 22. In regards to switch locations, can the Cisco switches be located above the ceiling tiles in order to keep the CAT 6 cable lengths within requirements? This is in response to the topic brought up that there is little room available in the Comms closets. Also if there is room in those closets, some of the cable distances might exceed the max run lengths? - This will not meet fire code, so nope. Once we know the full number of RU's required in each closet we can work to find space to accommodate the switches. 23. What is the expected start and end dates? -30 days after award 24. Are DOD background checks required? -NO, but all personnel must have a valid state or fed issued picture ID, all vehicles must have a valid registration and proof of insurance (driver must have a valid license). 25. Are there any Davis Bacon Wage Rate Requirements? -No 26. What are the expected live feed requirements? -2 video monitoring ports in either SDI or HD/SDI to feed the existing cable head-end. AMENDMENT#1: (A) SEE THE ATTACHED FIRST AND SECOND FLOORPLAN. (B) A WALKTHROUGH WILL TAKE PLACE ON 14 SEPTEMBER 2011 AT 10AMEST AT DINFOS 6500 MAPES ROAD, LOGISTICS DIVISION ROOM 1212, FT G MEADE, MD 20755-5620. YOUR POINT OF CONTACT FOR THE WALKTHROUGH IS JAMES SEEDORF @ 301-677-2809(DINFOS REP) AND LEILA MILLER AT 301-222-6031(GOVERNMENT CONTRACTING REP). (C) THE RESPONSE DATE HAS BEEN EXTENDED TO 20 SEPTEMBER 2011 2PMPST. COMBINED SYNOPSIS/SOLICITATION HD VIDEO SURVEILLANCE SYSTEM UPGRADE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is an item unique to manufacturer requirement and is 100% total small business set aside. Solicitation/synopsis reference number HQ00281166609 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". Provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 04 August 2011, and DFARS Change Notice 20110819. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008): (a) Re para (a): NAICS 561621; small business size standard is $12.5 dollars. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable and acceptable past performance." Technical evaluation will be whether quoted item satisfy requirement of CLIN 0001 description below. (3) QUOTATIONS ARE DUE BY 2:00 PM PACIFIC TIME 20 September 2011 IN ORDER TO BE CONSIDERED. Quotations may be emailed to Shevonn.Moore@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY 2011). Item Description: CLIN 0001: 1EA, PERFORMANCE WORK; HD VIDEO SURVEILLANCE SYSTEM UPGRADE; VENDOR TO PROVIDE THE FOLLOWING MINIMUM REQUIREMENTS AND ANY NON- SPECIFIED EQUIPMENT AND SERVICES FOR A TURN-KEY, COMPLETELY FUNCTIONAL SYSTEM: ONE NETWORKED VIDEO STORAGE SYSTEM, 3EA CAMERA VIEWING/SYSTEM CONTROL WORKSTATIONS, 61EA STANDARD INDOOR CAMERAS, 6EA STANDARD OUTDOOR CAMERAS, 13EA SPECIAL LOCATION CAMERAS, 2EA PAN AND TILT OUTDOOR CAMERAS, APPROPRIATE MOUNTS FOR SELECTED CAMERAS (SEE BOM FOR EXAMPLE), ALL NECESSARY ETHERNET AND CONTROL CABLES FOR APPROPRIATE INSTALLATION, ALL SERVICE COSTS FOR THE SYSTEM INCLUDING INSTALLATION, TRAVEL, DESIGN, AND INTEGRATION; PLEASE SEE ATTACHED STATEMENT OF WORK FOR DETAILED REQUIREMENTS; POC: JAMES SEEDORF @ 301-677-2809; LOCATION: DINFOS, FT. MEADE MD 20755. The Government will issue an order to the responsible quoter submitting the lowest priced technically acceptable with acceptable past performance. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUN 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (AUG 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ00281166609/listing.html)
 
Place of Performance
Address: DINFOS, 6500 MAPES ROAD, FT G MEADE, Maryland, 20755-5620, United States
Zip Code: 20755-5620
 
Record
SN02577718-W 20110917/110915235214-5667436d481c66dafc71ed98b6f48284 (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 |
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.