SOLICITATION NOTICE
70 -- Purchase of USCG Small Cutter Digital Video Recorders - Attachment-1
- Notice Date
- 2/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-12-Q-442PC8198
- Archive Date
- 3/27/2012
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Small Cutter Video Recorder Requirments This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-12-Q-442PC8198. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. This Procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 334290. The SBA size standard is 750 EMP. This IS A Small Business Set-A-Side. The USCG Command Control and Communications Eng Center C3CEN in Portsmouth Va. intends to Award a Purchase Order Contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Price Proposals with Delivery Information by Mar/12/2012 @7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. Email quotes are acceptable and may be Emailed to the POC James A. Lassiter, Contracting Officer, James.A.Lassiter@uscg.mil. Ph# (757)686-2149 Due to size of the Documents it may Not be advisable to send Proposal Packages via email. See below for information on sending proposal packages. Anticipated Award Date for the PO Contract is not established at this time due to the time frame for Items to be Evaluated. Schedule B: Line Item 1: 80 Each of Small Cutter Digital Video Recorders that must meet the Specifications and Requirements as listed in the below Document: Attachment-1. Base Requirement is for 80 Each Line Item 2: Option for up to 25 Each Additional Items as Listed in Line Item 1 above. The Following FAR Provisions apply to this Acquisition: FAR 52.219-6 Notice of Small Business Set-A-Side (Jun 2003) FAR 52.217-5 Evaluation of Options(Jul 1990) FAR 52.217-7 Option for Increase Quantity-Separately Priced Line Item(Mar1989) Fill In: 30 days FAR 52.211-8 Time of Delivery. Time of Delivery (June 1997) (a) The Government requires delivery to be made according to the following schedule: Line Item 1 80 each to be delivered as follows: 10 each within 60 Days ARO(After Receipt of Order) 20 each within 110 Days ARO 20 each within 160 Days ARO 20 each within 200 Days ARO 10 each within 220 Days ARO Line Item 2 Optional 25 each to be delivered as follows: 15 each within 45 days of Option being Exercised 10 each within 85 days of Option being Exercised The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. Offeror's shall propose their Delivery Schedule. ____________________________________________ ____________________________________________ (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of clause) Note: The USCG will NOT accept all 80 Units for a 1 time Early Delivery, due to Logistics and Storage it will be required that the awardee to conform to the Delivery Schedule above. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. Evaluation Criteria. The Recorder will be Evaluated and Selected for Award on a Best Value basis. In terms of importance the following applies: A-Technical - Most important. The product selected must meet all "Threshold" requirements. Products failing to address or comply with the Threshold performance parameters will not be considered for selection or further evaluation. Following initial Technical Evaluation of Written Proposals, the Government/USCG may request Contractors/Vendors to submit a Product/Unit sample for further Technical Evaluation. The Product/Unit sample evaluation will be used to assess Operational Performance, Features (as described in the vendor's proposal) and Quality of Construction. The Contractors/Vendors that opt to provide a Unit for Evaluation, will do so under the Terms and Conditions of Signed Bailment Agreement, this Agreement shall be signed by both the Gov/USCG and the Contractor/Vendor. Other Performance Factors - Products meeting "Objectives" are less important than "Threshold" specifications but will be considered in the best value determination. Vendors may highlight other performance factors not listed in the requirements section if they believe their product will enhance operating performance or reliability. B-Vendor / Product Past Performance - Vendor and product past performance ranks in importance below Threshold and Objectives and is more important that price. The Offeror shall provide information for 3 Contracts(preferably Gov) that they have provided these or similar type items. Provide Name of Agency/Company and Contract Number and POC contact information/Ph/Email. C-Price/Cost - Less important than Technical, Other Performance Factors and Past Performance. Provide Firm Fixed Price per Unit for both Base and Option Requirement. Included is to be Shipping cost if applicable. Written Proposals shall consist of the following. Maximum Page count of 10 pages (excluding operators manual). Page count is based on a standard 8-1/2 x 11" paper size assembled in a three-ring binder: 1-Product Overview (Max 1 Page) 2-Product Technical Specification (Max 5 Pages). Proposals shall reference paragraph number in responding to Thresholds and Objectives stated in the solicitation. 3- Vendor / Product References (Max 2 Pages) 4- Warranty Provisions (Max 1 Page) 5- Proposed Delivery schedule and Pricing (Max 1 Page) 6- Operators Manual for proposed recorder (Max 100 pages - may be reduced size 7"x10" typical). Operator manuals must include clearly identified graphics depicting the front and rear panel of the recorder. PROPOSAL PACKAGES Written Proposal Packages and Applicable Documents may be sent directly to: USCG C3CEN Command Control and Communications Eng Center 4000 Coast Blvd. Portsmouth Va. 23703 Attn of: James A. Lassiter Contracting Officer NOTE: It is the Offeror responsibility to ensure and verify that their Sent Documents have been received by proper USCG party. The Manner of Delivery(e.g. Mail/Fed-Ex/Ups etc) of the Documents is entirely up to and at the discretion of the Offeror. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-5,Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2012), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address: http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (Jul 2006). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O. 12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Note: This below Attachment-1 is also available as an Attached Document to this Fed-Biz-Ops RFQ. ATTACHMENT-1 SMALL CUTTER VIDEO RECORDER REQUIRMENTS 1.0 Introduction. The U.S. Coast Guard has a requirement to provide Video Recording capability on small cutters for use with existing cameras and optical sensors. Due to physical space and weight limitations, the recorder must have a small footprint and offer various mounting options. The recorder must have user friendly operator controls and provide for efficient archival of recorded video files. The following characteristics define the requirements in terms of "Threshold" (minimum acceptable performance or feature) and "Objective" (those features that provide enhanced capabilities that may be used to select a best value product". Threshold requirements are indicated with (T); Objectives are indicated with (O). 2.0 Quantity Required. The Coast Guard will purchase a minimum of 80 recorders and requests an optional quantity up to 25 additional units. 3.0 Performance Requirements. 3.1 General Requirements 3.1.1 The recorder will consist of the following basic items (T) Video Recorder with integrated DVD-RW (T) Power adapter and cables (T) Rack Mounting Hardware / Kit (T) Operators Manual (T) Wireless Remote (O) Quick Reference Guide (T) Software (O) User Training CD 3.1.2 Physical Dimensions 3.1.2.1 (T) The recorder shall be housed in a 2U chassis (maximum) designed to fit into a standard 19" EIA rack. Nominal Dimensions: 15.8"(W) x 3.5"(H) x 15.8" (D) 3.1.2.2 (T) Weight excluding mounting hardware and accessories shall be less than 10 lbs. 3.1.3 Electrical Requirements / Operating Environment 3.1.3.1 (T) The recorder shall operate on 110-230 Volts AC. 3.1.3.2 (T) The recorder shall operate on a power line frequency of 47-63 Hertz. 3.1.3.3 (T) The recorder shall draw less than 2 Amperes of current. 3.1.3.4 (T) The recorder shall be suitable for operation in a moist maritime environment. 3.1.3.5 (T) The recorder shall have an operating temperature range of 41°F to 104°F (5° to 40°C). (O) Operating temperature range of 23°F to 122°F (-5°C to 50°C). 3.1.3.6 (T) The recorder shall operate at a relative humidity rate of maximum 80% non-condensing. (O) 90% non-condensing. 3.1.3.7 (T) The recorder shall be RoHS compliant, have CE Certification. The recorder and shipping carton shall be clearly labeled. 3.1.4 General Performance Requirements and Features 3.1.4.1 (T) The Recorder shall have a processor built on an architecture operating at 250MHz (min processor speed). 3.1.4.2 (T) The recorder shall have a minimum of 128MB of DDR RAM. 3.1.4.3 (T) The recorder shall have a minimum storage capacity of 1 TB. 3.1.4.4 (O) The recorder shall contain an internal 100/1000 Network Interface. 3.1.4.5 (T) The recorder shall have an embedded operating system. 3.1.4.6 (T) The recorder shall have the capability of firmware / operating system upgrades via rear panel connection or DVR. 3.1.4.7 (T) The recorder shall provide 4 BNC video camera inputs. 3.1.4.8 (T) The recorder shall have an equivalent number (4) of looping video outputs using fixed panel BNC type connectors. The looping outputs shall have 75 Ohm auto-termination. 3.1.4.9 (T) The combined recording rate shall be 120 images per second (IPS); 30 IPS per channel. 3.1.4.10 (T) The recorder shall have an Instant Backup function to archive the most recent 30 minutes of recorded data across all channels. This backup function must require minimal interaction from the user (single button, front panel operation). 3.1.4.11 (T) The recorder multiplexer shall allow for various viewing/recording configurations of full-screen single channel or 4 channel display. 3.1.4.12 (T) The recorder shall have the ability to customize cameras with operator defined names. 3.1.4.13 (T) The recorder shall have front panel controls for all available recorder functions. 3.1.4.14 (T) The recorder shall have built-in motion detection for each camera. 3.1.4.15 (T) The recorder shall have a user adjustable motion detection area consisting of a 12x12 grid, where each section can be selected / deselected. 3.1.4.16 (T) The recorder shall have a user adjustable motion detection sensitivity, with options from 1 (lowest sensitivity) to 10 (highest sensitivity). 3.1.4.17 (T) The recorder shall have the ability to manually adjust playback images for each camera independently including brightness, contrast and hue. 3.1.4.18 (T) The recorder shall include a hardware monitoring (watchdog) system which will monitor the system hardware devices. If the system should ever lockup the hardware monitoring system shall automatically reboot the system. Therefore allowing the system to begin recording immediately upon startup. 3.1.4.19 (O) The recorder shall provide for at least 20 different usernames (and passwords) to which specific privileges such as search, setup, PTZ, shutdown, and backup may be assigned. 3.1.4.20 (O) The recorder shall have 4 sensor inputs which are capable of triggering alarm events or initiating recording. The operator shall be able to set each sensor input as normally open or normally closed. 3.1.4.21 (O) The recorder shall provide 4 alarm / relay outputs to activate external devices. 3.1.4.22 (T) The recorder shall include an internal RS-485 connection from which the operator may interface PTZ cameras. The operator shall have the ability to control the PTZ functions while connected to the recorder remotely. The operator shall have the ability to control different brands of PTZ cameras which utilize different protocols. 3.1.4.23 (O) The recorder shall have the following PTZ control protocols available: a. American Dynamics b. Cynix Speed Dome c. DynaColor d. ERNITech e. FastraxII f. Ganz-PT g. Honeywell MAXPRO h. Honeywell VCL i. Honeywell (GC-655P) j. Honeywell (HSD-250) k. Honeywell (HSD-251) l. HISHARP m. HSDN 251/230 n. KALATEL o. LG (LVC-A70X) p. LILIN q. OpenEye 500 (OPTIX 1) r. OpenEye 510 (OPTIX 3) s. OpenEye - Pelco D t. ORX-1000 u. Pelco-D v. Pelco-P w. PTC-400C x. RS-485 DIRECT y. SCC-641 z. SCC-645A aa. SDM-100 bb. SJ-3728R1 cc. SK-P dd. SK-S ee. SPD-1600 ff. SRX-1008 gg. TBT-DOME hh. Vison-360 ii. Visiontech jj. WSD7425D kk. WV-CS854 ll. YOKO-CCTV 3.1.4.24 (O) The Recorder shall include DDNS (Dynamic Domain Name System) capability. DDNS shall allow the operator to use a URL address instead of a static IP address. 3.1.4.25 (O) The recorder shall provide the capability for email notification to one or more recipients for video loss, motion, sensor, hard drive smart check, and system power on/restart events. 3.1.4.26 (O) The recorder shall provide the capability of a LAN/WAN connection. Required software for connecting to the recorder shall be provided. Remote operation via the LAN/WAN connectivity shall provide the operator the means to back up still JPG images, and/or video segments to the local hard disk in AVI or other file format. 3.1.4.27 (T) The recorder shall support NTSC or PAL-formatted video sources. 3.1.4.28 (T) The recorder shall include a standard DVD-RW drive capable of Read/Write operations to which the operator may backup video in a standard format or any format that is compatible with commercial and consumer grade DVD players. 3.1.4.29 (T) The recorder shall have the ability to span backed up recorded video over multiple DVDs. 3.1.4.30 (T) The recorder shall provide viewer software that is recorded on the backup media to allow viewing the video if recorded in a proprietary format. The viewer must run directly on the back up media. 3.1.4.31 (T) The recorder shall provide the necessary software for image authenticity verification of each image recorded. 3.1.4.32 (T) The recorder shall be capable of notifying the local operator by sound in the event video from a camera is lost (video loss alarm). 3.1.4.33 (T) The recorder shall be capable of triggering an external alarm device through a control output in the event video a camera is lost (video loss alarm). 3.1.4.34 (T) The recorder shall be capable of triggering an external alarm device through a control output in the event power is lost (power loss alarm). 3.1.4.35 (T) The recorder shall provide exportable system and event log files which may also be viewed and searched by date in the software interface. 3.1.4.36 (T) The recorder shall be commercially available product that is currently in production. 3.1.5 Recording Capabilities and Modes of Operation 3.1.5.1 (T) The recorder shall begin recording automatically when power is applied and there is a video signal present at one or more of the input channels. 3.1.5.2 (T) The recorder shall have the following recording modes available: Continuous, Motion, Sensor, Continuous and Motion, Continuous and Sensor, Motion and Sensor. 3.1.5.3 (T) The recorder shall provide a schedule from which the operator may choose whether the system will record based upon motion detection or continuously 24 hours a day, seven days a week. 3.1.5.4 (O) The recorder shall accept special day preprogramming so recording schedules may be adjusted around holidays and/or special day events. 3.1.5.5 (T) The recorder shall have an intensive recording mode. This will allow the recorder to begin recording or boost recording speed based on sensor or motion detection. 3.1.5.6 (T) The recorder shall have the ability to emergency record all cameras by simply pressing a manual record button on the IR remote control or the main unit. 3.1.5.7 (T) The recorder shall allow configuration per video input channel for adjustment / selection of resolution, quality, sensitivity, and number of images per second each camera will record. 3.1.5.8 (T) The recorder shall be capable of recording in either NTSC or PAL format video signals. 3.1.5.9 (T) The recorder shall have pre and post alarm recording. A pre-alarm recording feature shall be available to record up to 5 seconds of video prior to an event. Post-alarm recording feature shall be available to record up to 30 seconds of after the event. 3.1.5.10 (T) The recorder shall have the ability to automatically adjust for Daylight Savings Time changes, with no loss of video when the hour jumps forward or back. 3.1.5.11 (T) The recorder shall continue recording live video feeds while using search and playback modes. 3.1.5.12 (T) The recorder shall be capable of recording up to 30 IPS on a single channel. The minimum acceptable recording level is 2 CIF providing a 704 x 240 resolution for four inputs recorded at 30 images per second. The operator shall have the ability to assign each channel a specific recording rate varying from 1 to 30 IPS. The Recorder shall support the following recording resolution and frame rate configurations: Resolution CCTV IPS / PPS 352x240 CIF 120 PPS 704x240 2CIF 120 PPS 704x480 4CIF 60 PPS CIF: Common Intermediate Format - An international standard to indicate resolution. IPS: Images Per Second PPS: Pictures Per Second 3.1.5.12 (T) The recorder shall have the capability to adjust recording resolution for each channel independently. 3.1.5.13 (T) Recording Compression H.264 format. 3.1.5.14 (T) The recorder shall have a quick setup function that provides the user to set a global resolution, record mode, IPS and image quality. 3.1.6 Search Capability 3.1.6.1 (T) The recorder shall include the ability to search by using fast forward or rewind. Using the feature the operator shall be able to search using any number of cameras and have the ability to speed up or slow down the speed of playback. 3.1.6.2 (T) The recorder shall include an event search that indexes all events. Using this feature the operator shall be able to search through previously recorded video based on motion detection, sensor activation, emergency recording or video loss. 3.1.6.3 (T) The recorder shall have the ability to search recorded video on the main screen by clicking the play button in an on-screen display menu or by pressing an assigned button on the IR remote control or by way of front panel controls. 3.1.6.4 (T) The recorder shall provide simultaneous playback viewing while recording live images, and backing up recorded images in true multiplex operation. 3.1.6.5 (T) The recorder shall have the ability to search video based on time and date. 3.1.6.6 (T) The recorder shall have the ability to begin playback from the earliest recorded data or from the most recent data. 3.1.6.7 (T) The recorder shall have the ability to playback video that has been saved to an external USB device or a CD/DVD. 3.1.7 Remote Operation 3.1.7.1 (O) The recorder shall be provided with remote software and multi-site management software. 3.1.7.2 (O) The Recorder Manufacturer shall provide upgrades to Remote and Multi-Site Management software at no additional charge during the product warranty period. 3.1.7.3 (O) The remote software shall provide the user with the primary functions that the user has locally, including administration privileges. 3.1.7.4 (O) The administrator shall also be able to add, delete, or update users when connected to the system remotely. 3.1.7.5 (O) The recorder shall have the capability of being remotely upgradeable via an internet or dial-up connection. 3.1.7.6 (O) The remote software shall use the same user accounts that the recorder uses locally. 3.1.7.7 (O) The multi-site software shall be able to support multiple recorder connections simultaneously and control the recorders using a single PC workstation with appropriate network connectivity. 3.1.7.8 (O) The multi-site remote software shall be capable of supporting up to 4 monitors. 3.1.7.9 (O) The Remote and Multi-Site Software must be capable of exporting AVI video and jpeg images - with a digital signature. 3.1.7.10 (O) The Multi-Site software shall be able to backup video data in proprietary format, AVI and/or JPEG. 3.1.7.11 (O) The operator, using administrator privileges, shall be capable of administering the systems by remotely making changes to any setup options with the only exception of communications settings. 3.1.7.12 (O) The recorder shall be capable of automatically transferring live images via TCP/IP to an emergency client workstation in the event a sensor is activated. 3.1.8 Controls and External Connections 3.1.8.1 (T) The front panel shall have the necessary operator controls and indicators including but not limited to: a. Power On / Off b. Power Indicator c. Instant Back-Up d. Search Functions e. PTZ control f. Menu access and system set-up g. Channel select for viewing h. DVD-RW access and control i. USB Port 3.1.8.2 (T) Rear Panel Connections - all must be fixed mount on rear panel of recorder a. BNC Video inputs (4) b. BNC Video Loop Out (4) c. RCA Audio Input (4) d. RCA Audio Output (1) e. BNC Main Video Out (1) f. BNC Spot Out (1) g. RS-232 Control h. VGA Output i. USB (1) j. RJ-45 LAN k. Sensor and alarm connections l. Power input 3.1.9 Warranty and Support 3.1.9.1 (T) The manufacturer shall warranty the recorders for 36 months from date of acceptance. 3.1.9.2 (O) The manufacturer shall warranty the recorders for 36 months from date of installation or 48 months from date of acceptance. 3.1.9.3 (T) The manufacturer shall provide advance replacement during the 36 month warranty period. 3.1.9.4 (T) The manufacturer shall provide a toll free (1-800) number for support. 4.0 Delivery Schedule. 4.1 10 units; 60 days following contract award 20 units; 110 days following contract award 20 units; 160 days following contract award 20 units; 200 days following contract award 10 units; 220 days following contract award 4.2 Option quantity 15 units; 45 days following exercise of option 10 units; 85 days following exercise of option 4.3 Delivery Location Commanding Officer (CT-N2) 4000 Coast Guard Blvd Portsmouth, VA 23703
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-12-Q-442PC8198/listing.html)
- Record
- SN02685252-W 20120301/120228235717-307e23a9c7be5bb31092b820bb715566 (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 |