Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2022 SAM #7596
SOLICITATION NOTICE

63 -- Footprint Monitoring System

Notice Date
9/15/2022 11:34:24 AM
 
Notice Type
Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
RFQ7730
 
Response Due
9/19/2022 12:00:00 PM
 
Archive Date
10/04/2022
 
Point of Contact
Sarah Frenell, Michelle M Lund
 
E-Mail Address
sarah.a.frenell.civ@army.mil, michelle.m.lund3.civ@army.mil
(sarah.a.frenell.civ@army.mil, michelle.m.lund3.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This amendment is posted to extend the solicitation closing date to Monday 19 September 2022 at 2pm CT. 157th Infantry Brigade Security Camera/Surveillance Project Statement of Work UPDATED 8 FEB 2022 DRAFTED:� M. N. McDaniel PSC: 63 � Alarm, Signal, Security Detection NAICS: 334310 � Audio and Video Equipment Manufacturing PSC: 6350 � Misc Alarm, Signal, and Security Detection NAICS:�541513 - Computer Facilities Management Services REFERENCES: AR 190-51, Army Physical Security INTENT:� The Brigade Commander is requesting a security camera system in order monitor the Secret Internet Protocol Network (SIPRNet) entry and to maintain security, safety, and prevent vandalism throughout the primary Brigade Headquarters footprint. System does not require a monitoring service and shall be utilized for outdoor remote viewing, time adjusted motion detection recording, exposed cameras. JUSTIFICATION: The 157th Infantry Brigade is located on Camp Atterbury, in Edinburgh, Indiana. Some of the Brigade and Battalion buildings are vacant for several months throughout the year while the unit is executing O/CT missions. The brigade requires security surveillance of SIPR entry; Front Entry of BLDGS 306, 416, 417, 423, 424, and 425[MNCCUF1]�; front and rear entry of BLDGS 412, 413,414, and 415. [MNCCUF2]� SCOPE:� The vendor shall provide and install a multi-channel surveillance/security camera system that meets all customer requirements, DoD requirements, rules, and regulations. Vendor and equipment must comply with Section 889: Prohibition on certain telecommunications and video surveillance services or equipment of the John S. McCain National Defense Authorization Act (NDAA) of 2019. The vendor shall provide all labor, material, management, expertise, transportation, supervision, training, equipment rental, certificates of insurance, licenses and permits to provide the service identified in the Statement of Work (SOW) as required to complete the installation, setup, and training to establish a satisfactory and full functional surveillance system to monitor the main entries/exists of the brigade�s HQs buildings. Monitoring system should be accessed from the duty desk of building 414, internet GUI, and assigned cellular devices. GENERAL INSTALLATION REQUIREMENTS: Contractor shall install all equipment in accordance with the manufacturer's printed instructions, and all other applicable codes, standards, and directives, current at the time of installation. All cable terminations shall be clearly labeled at the panel indicating the device they are associated with. End of Line resistors shall be mounted at the device, not located in the security panel. All equipment enclosures shall be secured with a key lock and include an antitamper mechanisms All building surfaces disturbed during the installation of equipment shall be returned to pre-installation condition. The area shall be sweep clean and cleared of debris at the end of each day. Electronic equipment shall be mounted in cabinets, consoles, enclosures or racks for protection and to conceal wiring and connections if required. All equipment, tools, ladders, lifts, power cords, etc., required to complete the installation shall be provided by the installation contractor. The installation contractor must use individuals with current certifications for the devices/system to be installed; certifications must be submitted prior to commencing work. Performance-Based System Specifications: The provided devices shall be compatible with the originally salient characteristics of major equipment required for this location. The contractor must include in their quote any and all ancillary equipment required to make this a turn-key system. The contractor must include in their quote all ancillary equipment required to make this project complete and usable. Hours of Operation: The Contractor is responsible for conducting business, between the hours of 0900-1600 Monday-Fridays except Federal holidays, or when the government facility is closed due to local, or national emergencies, administrative closings, or similar government directed facility closings unless approved by the government. Place of Performance: The place of performance will be the 10 buildings within the 157th Infantry Brigade Headquarters footprint located at Camp Atterbury, IN. Security Requirements: The Contractor is not allowed into any rooms that a security clearance is required to enter. The contractor is also not allowed in rooms that meetings are being conducted in and are not to be in offices alone unless permission is granted. Contractor Furnished Equipment: The Contractor must provide transportation of any waste removal in the performance of this contract to an appropriate location on Camp Atterbury that may or may not always be within walking distance. The contractor will provide all tools, supplies, and other items required to complete the project. Contractor Travel: Contractor will provide all travel to and from installation and buildings as needed to complete the project. Personnel: Employees of the Contractor assigned for performance of this contract shall be capable employees with sufficient experience and training to assure compliance with the contract requirements. The employees shall be required by the contractor to maintain themselves and their clothing in a neat and clean manner. The Contractor will provide a roster of personnel needing access to complete the project in advance to the assigned Contract Officer Representative (COR) in order to facilitate clearances for employees. Any Contractor employee that does not receive clearance will not be authorized to access Camp Atterbury. All personnel entering Camp Atterbury must present proper government identification. Conduct: The Contractor shall not employ any employee of the United States Government, or the Department of Defense, either military or civilian, if such employment would create a conflict of interest. Contractor Representative: The Contractor shall provide a point-of-contact (POC) for this contract that shall have the authority to act or make decisions for the Contractor on all matters pertaining to this contract. While the POC does not have to be located on post while the project is being executed, they are expected to provide a Daily/Weekly schedule to the COR and make periodic checks on project completion. Vehicle Operations: Contractor personnel operating motor vehicles used in performance of this contract shall have a valid state operator�s license and shall operate all motor vehicles in accordance with policies and procedures established by the Camp Atterbury Reserve Center. The contractor�s vehicles shall have an identification tag clearly visible while on site as needed Key Control: If the contractor is provided with keys to allow access to buildings and rooms requiring cleaning, the contractor shall not remove the keys from the premises, nor are these keys to be duplicated. All keys that are provided to the contractor will require a logged entry signed signature and date. Keys shall be retained in possession of the janitorial staff while on the premises and returned to the COR/COTR prior to leaving the premises including a logged entry signed signature and date. All keys lost by contractor�s personnel shall be reported to the COR/COTR immediately and shall be replaced at the contractor�s expense. In the event a master key is lost by the contractor in a compatible keying scheme with the existing lock system an equal number of keys, as existing in the old system shall be furnished at the contractor�s expense. Energy conservation: The contractor shall operate under conditions, which preclude the waste of utilities, which shall include, but not be limited to, the following and the other like items: (a) Lights shall be used only in areas where and at times when work is actually being performed. (b) Heating, ventilation, and air conditioning controls shall not be adjusted by contractor employees. (c) Water faucets and valves shall be turned off after use. Program Director: The Brigade S4 and/or authorized representative will be assigned as the Program/Project director. Modifications/Changes: The Contracting Officer is the ONLY person that may approve any modifications or changes to the contract once it has been awarded. Any changes deemed necessary by the Contractor shall be submitted to the assigned Contract Officer Representative (COR), then submitted to the Contracting Officer for review and approval/denial. Changes requested by the government shall receive a quote from the Contractor and be processed through the Contracting Officer for review and approval/denial. The Contractor shall not execute any modifications nor changes without express approval from the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82f67e6161a64ed1827a198911bff000/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06467482-F 20220917/220915230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.