SOLICITATION NOTICE
63 -- This is a reposting of an earlier solicitation W9124Q-12-SVMS that closed on July 23, 2012.
- Notice Date
- 8/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-12-RFT2
- Response Due
- 9/7/2012
- Archive Date
- 11/6/2012
- Point of Contact
- Dennis Donaldson, 575-678-5453
- E-Mail Address
-
MICC - White Sands Missile Range
(dennis.g.donaldson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number for this posting is W9124Q-12-RTF2 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of 12.5 Million. The applied Environmental Effects Division (SV-A) has the requirement for a surveillance video monitoring system to be installed at the Radiographic Test Facility (RTF), Bldg. 21127. The monitoring system shall have four high resolution (2 indoor and 2 outdoor) Pan Tilt Zoom (PTZ) dome cameras with a 360 degree rotation. The two outdoor cameras shall have a minimum of 36x optical zoom 12x digital zoom; the two indoor cameras shall have a minimum of 12X optical zoom. Two cameras shall be installed inside the X-Ray cell and the other two outside the test facility for the monitoring of exit doors and gate entrance. Existing conduits are located in the interior of the building. Exterior cameras shall be weatherproof and include motion sensor capabilities with an audible alarm. The attached drawing provides the approximate locations for the installation of the camera system. The output shall be displayed on a 22" LCD monitor with high resolution 1280x1024 super extended graphics array. Only one monitor is necessary for the four outputs of the cameras. The video monitoring system must be able to meet or exceed all these requirements: Four high resolution, PTZ dome cameras with a 360 degree rotation PTZ dome cameras shall have a controller Exterior cameras shall be weatherproof and have the capability of a motion sensor with an audible alarm at the working station Inside cameras shall be mounted to the wall-no ceiling mounting Camera mounting hardware shall be included (wall/ceiling mounting kits, pole mount adaptors etc.) The output of the four cameras shall be real time and simultaneously displayed on the same monitor. No extra monitors for each camera are required. All required cable and exterior conduit shall be included Labor and complete installation of the system is required Camera system shall not be of a wireless design Shall include an 8 channel recording system capable of real time recording and playback function per channel, with an H.264 compression (or updated compression type), with a minimum of 30 day recording capability Vendors shall provide equipment, installation and warranty Questions concerning this buy must be submitted at least *5 DAYS* prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Answers to questions from prior solicitation: 1. Government shall supply the dedicated duplex 120VAC outlet 2. System shall have a 30 day recording storage per channel over 4 channels 3. A minimum of 15 FPS recording per channel is requested 4. No preference on the PTZ controller 5. No UPS required 6. The outside ceiling height on the front (south-west) is approximately 12' and on rear (north-east) is approximately 24' 7. The ceiling is a drop ceiling in the control room, there is existing 1" conduit for interior cameras Technical review will be completed on each proposal with selection being made on best value to the Government. All quotes must be submitted by 8/31/2012. If you quoted on the earlier solicitation please resubmit your quote with the new solicitation number W9124Q-12-RTF2. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for at least 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination and completion and acceptance of installation. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The offeror must provide within its offer the number of days required to make delivery and complete installation after receipt of purchase order. Installation to be coordinated with the customer. No partial delivery or installation will be permitted unless specifically authorized. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/06a503d2cface05c07dc85576e6a8057)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02853922-W 20120826/120824235539-06a503d2cface05c07dc85576e6a8057 (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 |