SOLICITATION NOTICE
58 -- Camera Install - RFQ
- Notice Date
- 3/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297, United States
- ZIP Code
- 23708-2297
- Solicitation Number
- N0018318Q0042
- Archive Date
- 4/14/2018
- Point of Contact
- Curtis Price, Jr., Phone: 757-953-7570
- E-Mail Address
-
curtis.c.price2.civ@mail.mil
(curtis.c.price2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ for Installation and Programming of Camera System PERFORMANCE STATEMENT OF WORK (PSOW) FOR INPATIENT PSYCHIATRY SECURITY DIGITAL CAMERA SYSTEM 1.1 SCOPE The Contractor is responsible to submit a package for the installation of multi-media/camera security equipment in the Inpatient Psychiatry Ward 5E/5F (Building 2, 5th floor), Naval Medical Center, Portsmouth, Virginia. This package must include a design plan and equipment listing. This design shall include any changes/ recommendations required to interface with existing government provided equipment. All components installed must be fully operational prior to government testing/acceptance. Listings of equipment and requirements for this installation are included in this performance statement of work. No refurbished equipment allowed for this installation. 1.2 ASSUMPTIONS The following assumptions are understood between NMCP Communications Office and the contractor in the preparation of the estimate contained in this PSOW: • The contractor is responsible to provide the Government with the necessary environmental requirements for equipment supplied as part of this PSOW. • Contractor is to provide all equipment, material handling equipment (i.e., pallet jacks); labor, communications and anything else required fulfilling all the requirement of this contract in a turn key manner to include filling holes in walls, using fire stop if penetrating firewalls, and painting exterior walls. Paint samples and/or order information will be given to the contractor upon award. • The contractor shall use any existing equipment electrical outlets in place. • The contractor shall have a service location on site within a 50 mile radius of NMCP to be able to respond on-site within 4 hours of an initial service call if needed. 1.2 RESPONSIBILITIES To successfully complete this project, close teamwork between the Government (Communications Office) and the contractor's team is essential. Government agrees to a timely assignment of personnel to positions designated as governmental in this PSOW and to acceptance of activities and responsibilities associated with them. a. Contractor's Project Manager The contractor will designate an onsite Project Manager and alternate in writing and include work history with the bidding documents. The contractor's project manager is responsible for: • Directing all project activities • Having new equipment inspected by Communication prior to installation • Signing in/out with the Communication office daily until completion of project • Preparation of a project schedule • Scheduling and project controls • Preparing status reports • Other activities as specified in this PSOW b. Government Project Manager The Government will designate a project manager for this task. The Project Manager will have full authority to act on behalf of the Communications Office, with respect to: • Management of and schedule for the project. • Accepting project deliverables. • Arranging interviews, facility and base access and escorts, if required. • Working with the Communications to insure there is an efficient exchange of information and that important and timely decisions are made. • Provide signature of approval and acceptance. • Other activities as specified in this PSOW. • The Project Manager cannot authorize any additional obligations of funds. • The Project Manager will provide all monitors for control desks 1.3 PROJECT CONTROLS The project schedule will identify and describe the tasks and activities required to produce the deliverables specified herein. The contractor will provide an initial implementation plan for the project. The contractor will provide necessary detail to the schedule to further identify task requirements in support of the PSOW. The project schedule shall be reviewed and updated on a weekly basis. Any changes shall be documented in a status report. 1.4 TASKS AND DELIVERABLES This contract is to install the following equipment: a. Installation/Programming Digital Security Camera System; Inpatient Psychiatry Ward 5E/5F Turn Key install o 16 Channel/NVR/POE/HMMI/1000PS/4TB o 5MP/VANDOM/2.8-12mz/IR/IP67 o 6MP/IND/FISHEYE/IR/MIC/SPK o WALL Mounted Rack system o Master Station o Audio Sub-station F/KB Series o Plug-in Transformer 12/VAC o Plastic desk stand o Installation to include all equipment, wiring, cabling and services required to ensure installation is turn key o Two year maintenance on-site warranty Support Equipment The contractor shall plan for and provide all required support for the proper operation of all multi-media equipment. This will include all cabling, connections, computer support and termination of cables/fiber into the required communications closets. Outlets will be installed behind the plasma screen utilizing a pass-through plate. Additionally, any electrical installations will be the responsibility of the contractor. Connectivity The contractor shall ensure compatibility between new equipment and existing equipment in use throughout the command. The contractor shall include all required fittings, cables, connectors, and power requirements in the project and shall reflect these requirements in their bid. Price Quotes The contractor shall quote the price as a turn- key installation. Manufacturer Requirements When noted, the contractor shall provide manufacturer specific equipment to meet NMCP standards and facilitate maintenance and troubleshooting of multiple systems. 1.5 DELIVERABLE This paragraph describes the content of and sets the schedule for delivery of various documents throughout the project. Listed documents shall be delivered to the designated Government Project Manager for approval during the performance of this project. • Project Schedule/Implementation Plan • Status report • Design drawings The contractor shall provide a project schedule/implementation plan immediately after award. The contractor shall provide the necessary labor and manpower to successfully follow the intended plan. 1.6 ACCEPTANCE • Satisfactory completion of all items in the Implementation Plan and acceptance by the Government Project Manager will designate satisfactory completion of the project. • The contractor will demonstrate to the government project manager that all components and features are fully functional and operational before the system is accepted. • The government will accept the room upon completion, no phasing. • All design drawings and source code shall become property of NMCP upon completion of the project. • There shall be no provision for additional charges 1.7 DEPENDENCIES a. Equipment - All on-site work for this project will be performed in the above mentioned areas. The Government Project Manager is responsible for coordinating all network-related procurement and scheduling of the room for this project. The contractor will ensure timely delivery of all equipment ordered through this contract. b. Facilities - The Communications Office is responsible for providing the contractor with facilities and system access. Comms will be responsible for handling any and all security-related issues pertained to this project, including providing escorted or unescorted access to the base/building where the team will be working. The contractor is responsible for removing all contractor generated trash and debris from the installation. Trash and debris is defined as boxes, packing, etc., from all new equipment purchased and installed under this PSOW. c. Project Personnel - Communications will provide a Project Manager as the primary point of contact for the contractor's personnel. They will work to coordinate issues as necessary to include:  Communications, issue resolution and general project decision making.  Designated Comms staff will support deployment and training phases. d. Character of Work and Workforce - The work must conform in all respects with the requirements of the contract. • A strictly first class operation will be insisted upon. No incompetence or carelessness, no drugs and/or use of alcohol will be tolerated. • The contractor's workforce shall be identifiable by picture identification badges which shall be worn and visible on the upper body at all times while on site and will be required to fill out a Criminal History Record Request supplied by the Communications Office for each employee. These must be submitted five business days prior to employees reporting on site. After five business days the Government will issue a temporary security badge and car sticker for the period of employment on site. The Navy reserves the right to approve employees working on site. Reasons for disapproval are: Any felony conviction within the last 10 years, any larceny misdemeanor in the last 10 years or any other reasons at the Governments sole discretion. • Care of Government Facilities and Property - The contractor shall be responsible for the care of the premises. The contractor shall not damage Government property or facilities during the performance of this contract. The contractor shall furnish padding and other protective materials as necessary to preclude damage to hallways, doors, door frames, elevators and building fixtures. The Government may reject any moving equipment at its sole discretion. • Cleaning Up - At the completion of work and before acceptance and final payment, the contractor shall remove all related rubbish and equipment including available cartons, packing materials, tools, etc. All Government property shall remain as it was prior to installation beginning. If damage occurs, the contractor is responsible to restore and/or replace in a suitable manner any property both public and private that has been damaged or removed in the performance of this contract. • NMCP and Clinic Command Regulations - All Contractor personnel must abide by the rules and regulations while in the above mentioned areas. These rules include no firearms, no smoking or tobacco chewing in any government building, no food or beverages except in authorized areas, minimal noise levels and allowing corridor access to non-move involved patient/personnel/carts. DUE TO THE NATURE OF THE WORK, ALL INTERESTED VENDORS MUST ATTEND A "WALK THROUGH" TO EXAMINE WORK CONDITIONS AND EXISTING EQUIPMENT. BIDS WILL NOT BE ACCEPTED FROM CONTRACTORS THAT DO NOT ATTEND THE WALK THROUGH. • Solicitation Notes: • Interested vendors, who are able to meet the Governments requirements, should contact the NMCP Contracts Office, email:curtis.c.price2.civ@mail.mil ) with any questions. • There will be a walkthrough of work area on Friday, 23 March 2018 (meet @ Contracting Office / Build-250 @ 9:00 am) • Vendors' technical and pricing proposals are due by close of business on Wednesday, 30 March 2018. Pricing proposals will be accepted in Microsoft Word or Microsoft Excel only (no PDF files please). • Note: Contractors interested in attending the site visit must provide the following information for each attendee in order to request base access by 12:00 p.m. 16 March 2018.. Company's Name. Attendee's Last Name, First Name, Middle Name (complete name, initials not acceptable). Attendee's position / title within the Company. Full Social Security Number. Date of Birth, Place of Birth, and Citizenship NOTE: If attendee requesting access was born outside of the United States, also include the following document: US Passport, Nat. Papers or Birth Abroad Certificate. Contractors who do not respond timely with the above information by the due date cannot be granted base access and will not be allowed to participate in the site visit. If you are a contractor who already has identification and vehicle decals to access military installations, you must still notify the Contract Specialist via e-mail curtis.c.price2.civ@mail.mil no later than noon (Eastern Time) on Thursday, 16 March 2018 of your company's intentions to participate in the site visit walk-through. Any questions regarding this request should also be submitted in writing via e-mail to my attention. Only contractors who respond timely with the above information will be granted base access and be allowed to participate in the site visit. • Interested vendors must notify the Government of their interest 24 hours in advance of walk-through, no "walk-ins" allowed. Vendors that do not have facility access privileges must provide a 72-hour notice of interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00183/N0018318Q0042/listing.html)
- Place of Performance
- Address: Naval Medical Center Portsmouth, 620 John Paul Jones Circle, Portsmouth, Virginia, 23708, United States
- Zip Code: 23708
- Zip Code: 23708
- Record
- SN04853157-W 20180315/180313231758-bcef0f141794fe4f14518082189b1719 (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 |