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