Federal Bid

Last Updated on 19 May 2007 at 4 AM
Combined Synopsis/Solicitation
Mcchord air force base Washington

63 -- CCTV for McChord AFB Security Forces

Solicitation ID Reference-Number-F2Y3SF7061A100
Posted Date 25 Apr 2007 at 4 AM
Archive Date 19 May 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 62nd Cons
Agency Department Of Defense
Location Mcchord air force base Washington United states 98438
REVISION AS OF 24 APRIL 2007. This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Subpart 12.6, 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. Reference number F2Y3SF7061A100 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 334290 and small business size standard is 750 employees. The Statement of Work defines the requirements to furnish, install, configure, test and provide follow-on support for 11 new CCTVs and an upgrade to the current Digital Video Recorder (DVR) system. The complete Statement of Work is listed at the bottom of this page. For an electronic Statement of Work, please contact Tara Creekmore at 253-982-2399 or [email protected]. THIS IS AN UNFUNDED REQUIREMENT. THERE IS NO FUNDING AT THIS TIME.Delivery requirement: 30 days ARO, Base Security Office - Bldg. 7, McChord AFB, WA 98438. FAR 52.204-7 Central Contractor Registration, FAR 52.212-2, Evaluation -- Commercial Items, FAR 52.212-3, Offeror Representations and Certifications, FAR 52.212-4, Contract Terms and Conditions, FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Order, FAR 52.222-19 Child Labor ? Cooperation with authorities and remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26- Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Vets, Vets of the Vietnam and others, FAR 52.222-36 Affirmation Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, FAR 52.225-1 Buy American Act - Balance of Payments Program, FAR 52.232-33 Payment by Electronic Funds Transfer ? CCR, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alternate A, Required Central Contract Registration, DFARS 252.212-7001(Dev) Contract Terms and Conditions to Implement Statutes, DFARS 252.232-7003 Electronic Submission of Payment Request. All contractors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a Duns number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number. Information concerning Far clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 12:00 P.M. local time on 4 May 2007 to 62 CONS/LGCB, 100 Col Joe Jackson Blvd, Suite 2001, McChord AFB, WA 98438; or Fax to 253-982-3656. Point of Contact Tara Creekmore at 253-982-2399 or Elke Lott at 253-982-1082. McChord AFB, WA Statement Of Work (SOW): Revised: 23 Apr 07. General: This SOW defines the requirements for a contractor to furnish, install, configure, test and provide follow-on support for 11 new Closed Curcuit Televisions (CCTVs) and a replacement to the current Digital Video Recorder (DVR) system. Objective: The objective of this SOW is to provide base security forces, command post personnel, and senior leadership with the capability to observe, monitor, and record flight line operations on McChord AFB. Existing Equipment: McChord has 11 full pan-tilt-zoom BURLE cameras with adjustable lenses on the flight line. The single cameras are located at the following buildings: P-8, 308, 1165, 1170, 1172, 1177,1179, Hangar 2, and Hangar 3. Two cameras are located near building 1422 beside the McChord Flight line. The highest camera location is approximately 60ft. A man-lift is recommended for access to the cameras at buildings 308, 1177, 1165, 1170, 1179, 1422, and Hangar 2. The Flight Line CCTV system core is located in the communications room in bldg P-7, where the 2 BOSCH/PHILIPS DESA DVRs are located. We have a control system in Building P-7, 308, and 1172. Work Needed For 2 DVRs: Contractor will provide/install/function test two (2) new Digital Video Recorders (DVRs). DVRs must be meet or exceed the following requirements: -10 Analog Channel Input/Output -240 Images per Second -Local and Remote Pan, Tilt, Zoom control -Remote multi-server access -Remote administrator configuration -140 GB -DVD-RW Drive for export of video clips -Compatible with the 2 existing Bosch LTC 2600 Series Multiplexers -Must be compatible with the new cameras being installed. Contractor will trace existing signals from the camera input at the Information Fiber System (IFS) module to each input at the main distribution amplifier. From the distribution amplifier to the DESA and Matrix signals need to be checked and as well as the outputs to the monitors. Cameras: Contractor will provide 11 cameras equivalent to the Bosch Generation Four Autodome 300 series PTZ Camera which meet or exceed the following capabilities: -Ruggedized smoked dome enclosure -Color Day/Night IR Sensitive -High speed Pan/Tilt/Zoom -26x (Day/Night) optical zoom range +12x digital zoom -Horizontal resolution of 460 TV Lines (TVL) -UTP and Coax transmission for Fiber connectivity -Hybrid Analog/IP connectivity capabilities -Capable of privacy masking and advanced alarm handling Mounting Requirements: Contractor will use existing mounts for all camera installations. There is one (1) pole mount camera, one (1) corner mount camera, two (2) roof mount cameras and seven (7) wall mount cameras. Wiring Requirements: Contractor will ensure the wiring, i.e. power feed, is intact and in good operating condition from the camera itself to the dedicated breaker. If existing wiring is found to be faulty, Contractor will provide necessary cabling to ensure a proper feed from the camera position to the breaker box. Furthermore, Contractor shall be responsible for providing, installing, labeling, removing, testing, and maintaining all media converters, data and video cabling, from the camera through and including fiber optic cross-connect jumpers to the building communications room fiber optic demarcation/point-of-presence. This also includes all fiber optic cross-connect jumpers for system path connectivity from each camera location to the Head End located at Building P-7. Contractor will utilize existing Inside/Outside Plant fiber optic path(s). All work performed within the base communications room shall be coordinated with 62 Communications Squadron, Plans and Programs Flight personnel. Additionally, 62 Communications Squadron personnel will perform cross-connects utilizing Contractor provided jumpers. CCTV System Maintenance and Emergency Service Criteria: Contractor will provide on-site local scheduled maintenance and services as well as periodic maintenance inspections designed to ensure uninterrupted operation of this critical base asset for one year. Maintenance warranty shall include, but is not limited to, requirements stated above in section titled Wiring Requirements. Warranty shall also include: 24-hour Technical Service Support or equivalent to provide answers to technical questions and coordinate emergency service dispatching when needed. GENERAL Safety/Security: All members of the installation team will be required to comply with Base, State, and Federal rules, regulations, and laws. Place and Period of Performance & Workdays and Travel: Complete installation and DESA upgrades need to be completed by 6 July 2007. Installation schedule: The contractor shall coordinate with SSgt Lynn at the security operations building (P-7) to schedule the installation. Place of Performance: McChord AFB flight line and building P-7 (7 McCarthy Blvd, McChord AFB WA 98438). The contractor shall perform all work during normal working hours (typically 0730 to 1630), Monday through Friday. Acceptance Criteria: When completed, the contractor will test the surveillence system and the Controller to ensure that the system performs as intended. The contractor shall correct any and all deficiencies found. The contractor shall coordinate testing with the government representative from the 62 Security Forces Squadron, SSgt Lynn (62 SFS/S3SS; 253-982-2779). Acceptance shall be determined by the government representative after completion of system testing. The government will own all equipment, hardware, and software installed by the contractor as well as all accompanying technical manuals. After acceptance this equipment will belong to 62d Security Forces Squadron.
Bid Protests Not Available

Similar Past Bids

Mcchord air force base Washington 29 Mar 2007 at 4 AM
Mcchord air force base Washington 23 Jan 2020 at 9 PM
Taylor Pennsylvania 20 Sep 2017 at 11 PM
Tacoma Washington 16 Feb 2018 at 12 AM
Tacoma Washington 15 Apr 2025 at 8 PM

Similar Opportunities

Tacoma Washington 24 Jun 2026 at 4 AM (estimated)
Columbus Ohio 07 Jul 2025 at 4 AM
Mississippi 29 Jul 2025 at 7 PM