Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360

DOE/Federal Energy Technology Center, P.O. Box 10940, MS 921-107, Pittsburgh, PA 15236-0940

N -- REMOTE CONTROL INTERNET MONITORING CAMERA SYSTEM SOL 99t601420 DUE 061699 POC Robert L Mohn, 412-892-4963, Contracting Officer and Mike Knaggs, 304-285-4926, Technical Contact E-MAIL: mohn@fetc.doe.gov, mohn@fetc.doe.gov. DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number 99T601420 is issued as a Request for Quote (RFQ). Proposals are due June 16, 1999. This requirement is being issued as a Request for Quotation using Simplified Acquisition Procedures. The following item is to be purchased by the U.S. Department of Energy's Federal Energy Technology Center (FETC), Pittsburgh, PA and is to be shipped to our site located in Morgantown, WV. 1) SCOPE: Assembly and installation of all components required for a remotely controlled monitoring camera as described herein which is accessible by selected users through the Internet via web browser software. 2) LOCATION: Materials shall be received by the contractor at FETC-Morgantown orat the contractors place of business. Assembly of some components into subsystems may be performed at the contractors place of business or at the installation site. The installation site is the Sulphur Bank Mercury Mine in Clear Lake, CA. 3) TECHNICAL REQUIREMENTS: Services; the components listed in the materials subsection below shall be assembled, installed, configured and tested for operation according the following practices: (a) All electrical power and communications cabling shall be run and terminated by the contractor according to the National Electric Code (NEC) and Institute for Electronics and Electrical Engineers (IEEE) standards where applicable. Practices for trenching of underground runs of all electrical and/or communications cabling by the contractor, including the use of conduit, where applicable, shall follow the NEC and/or IEEE standards in addition to applicable federal, state and local regulations. (b) All labor wages paid by the contractor to the contractor's employees or subcontractors shall abide by the David-Bacon Act, where applicable. (c) The contractor shall perform the elements of physical construction of concrete placement and equipment fixing and/or mounting according to the appropriate industrial standards for said work. Quality Assurance/Quality Control (QA/QC) documentation shall be completed by the contractor and provided to the government to include, at a minimum, the following elements: Design and as-applied (actual) torque values for all fasteners over 1/4" in moninal diameter; Mix design information, including design strength, and slump test reports for all concrete work; Continuity and performance checks of all electrical power and communications cabling; Complete listing of all components used in the construction of the system including description, quantity, manufacturer name and address, vendor name and address, and relevant part numbers. Materials: The contractor shall provide all materials necessary to fabricate, assemble, configure and test the system in question, as well as any other additional materials, tools, or equipment necessary to complete the job. 4) SPECIFIC REQUIREMENTS: i) The contractor shall procure and install a personal computer (PC) which meets or exceeds the following specifications: Dell OptiPlex G1 MiniTower with 100MHz Pentium II processor with internal 2 MB video memory and 512K Cache, 64MB 100MHz SDRAM memory, 17" Sony UltraScan Trinitron 1000HS monitor, 6.4GB EIDE Hard Drive, Sensorary Model 613 frame grabber card, keyboard, mouse, Aztech Rockwell Data/Fax 56K v.90 PCI Winmodem, 3Com Fast E-Link XL 10/100TX WuOL Ethernet Card. The PC shall be provided with an Uninterruptable Power Supply (UPS) capable of powering the PC and its peripherals as well as the camera, PTZ and all equipment required to maintain temperature and humidity conditions in the camera dome for a period of 1 hour +/- 10 minutes. ii) The contractor shall procure, install and configure the following software for operation on the PC specified in section i.: Microsoft Windows NT Workstation 4.0 (with Website) operating system, Perceptual Robotics iCAM/20 Interactive Telepresence Server version 4.0 software, and Symantec PCAnywhere32 version 8.0 Host software. The PC shall also be configured to automatically reboot from a complete power failure such that the iCam software, pcAnywhere32 software and any necessary Internet connections restart to normal operating. iii) The contractor shall procure and install a computer house at the location shown on the attached site plan view drawing. The computer house shall be insulated and environmentally conditioned to maintain temperature and humidity levels within the operating parameters of the PC. The computer house shall have between 16 and 20 square feet in conditioned interior floor space with a minimum 7' ceiling height. The house shall be outfitted with fixtures to provide no less than 80 watts of fluorescent or 160 watts of incandescent lighting. The house shall be outfitted with a standard desk chair and a computer desk large enough to support the PC and peripherals specified in section i. The contractor shall be responsible for making all arrangements necessary to acquire 120 VAC electric power and Internet access at the computer house. Internet access type shall be determined in section vi. iv) The contractor shall procure and install a Diamond Electronics Smartscan III/B Dome Tracking System, or equivalent. The tracking system integral camera shall be a remote controlled analog camera capable of a minimum of 360 degrees of pan, 90 degrees of tilt, and 12x optical zoom lenses with auto-iris and auto-focus capability. The tracking system, cameral and pan, tilt, and zoom (PTZ) mechanism, along with all communications equipment required to interface with the PC and software specified in section i., shall be mounted inside a temperature and humidity controlled, bullet-resistant, ballistic rated dome housing. The housing shall be designed and constructed to meet or exceed a Level 1 (9mm) protection per UL standard 752. v) The contractor shall procure and install a 40' hollow, galvanized steel utility pole sufficient in construction to bear the weight of the aforementioned camera system and dome housing and the nominal wind and earthquake loads appropriate to the geographical area of Clear Lake, CA. The pole foundation shall have embedded conducit sufficient to pass all required electrical power and communications cabling in accordance with all applicable NEC and/or IEEE standards and all requirements of the pole manufacturer. The cabling shall be passed from a trench to be excavated by the contractor into the hollow body of the utility pole. The contractor shall provide all cabling required in the trench to provide 120 VAC power at the dome and communications between the camera system and PC in the computer house. The contractor shall be responsible for both the excavation and backfilling of the trench between the pole location and the location of the computer house. A communications design may be applied, at the approval of the government, that dows not make use of physical cabling to achieve communications between the camera system and the PC. The design and cost estimate for such a "wireless" approach may be submitted to the government contact, Michael K. Knaggs, for approval. vi) The contractor shall specify and apply for account with an Internet Service Provider (ISP) that serves the local area to the site. The ISP selected shall be able to offier both 56K dial-up service and Digital Subscriber Line (DSL) service. The contractor shall select the ISP service that represents the best value to the government with respect to least cost fo annual operating cost and most reliable service. vii) The contractor is responsible for making all cbling terminations as per applicable NEC and/or IEEE standards as well as any special requirements of the manufacturer of the cabling or componenets being connected. (5) DELIVERABLES; a. Remote Internet Monitoring Camera System describre herein. (6) TOOLS AND EQUIPMENT: All provided by the contractor. (7) TECHNICAL CONTACT: Mr. Michael K. Knaggs, Mechanical Engineer, E-Mail addressess -- mknagg@fetc.doe.gov, Phone 304-285-4926. SUBMITTAL: Vendors who respond to this synopsis/solicitation must meet the specifications without exception. DELIVERY: Equipment must be received no later than July 15, 1999 and FOB Destination is required (all freight included). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. EVALUATION: The following factors shall be used to evaluate offers in order or precedence: Technical compliance with the specifications of this RFQ and cost. 52.212-3, Offeror Representation and Certifications -- Commercial Items; and 52.212-4, Contract Terms and Conditions. Proposals may be faxed to Mr. Robert L. Mohn, 412-892-6216. Posted 06/02/99 (W-SN337929). (0153)

Loren Data Corp. http://www.ld.com (SYN# 0063 19990604\N-0001.SOL)


N - Installation of Equipment Index Page