Video Image Control and Display System (VICADS) Network Video Recorders (NVR) Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
FA2517-18-Q-6051COMBINE

Basic Details

started - 20 Sep, 2018 (about 5 years ago)

Start Date

20 Sep, 2018 (about 5 years ago)
due - 20 Sep, 2018 (about 5 years ago)

Due Date

20 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA2517-18-Q-6051COMBINE

Identifier

FA2517-18-Q-6051COMBINE
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation.(ii)(iii)(iv) The NAICS code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufactoring. The size standard is 1,250 EMP and a single award will be made as a result of an evaluation of quotes received.(v)CLIN 0001- 1 BD- Replacement VICADS VMS Server (10-10000-000)CLIN 0002- 1 LO- Replacement VICADS Broadcast Server (10-20003-000)CLIN 0003- 1 LO- Replacement VICADS Camera Recording Server, 8U, MJPEGCLIN 0004- 1 LO- On Site Programming & Test/ Equipment Pre-Programming/ StagingCLIN 0005- 1 LO- Shipping(vi)1. New equipment (i.e. (1) VICADS Management Server, (1) VICADS Broadcast Server, and (1) VICADS MJPEG NVR) will meet Peterson Air Force Base (PAFB), Manufacturer and Industry standards. All
removed and replaced equipment will be provided to PAFB at a collection point to be defined in the TO installation site survey.2. Replace aging Prometheus Security Group Global VICADS VMS servers and NVR's matching the approved equipment and VICADS Windows 7/Server 2008 configurations. All configurations will meet current fielded and listed at the USAF's TAC-3 test site as well as the Air Force Security Forces Non-Nuclear approved equipment list.3. All potential members of the contractor team will meet the criteria for unescorted entry into PAFB. These requirements are outlined in AFI 31-101.4. Contractors will need coordination with PAFB CS for communications infrastructure and system communication validation and approval for use between buildings and the head-end locations.25. Contractors will need coordination with PAFB CE Squadron for any electrical or Heating Ventilation and Air Conditioning (HVAC) in specific areas requirements that may be needed for new panels and equipment in the buildings and head-end locations.6. All equipment installations will meet applicable national electric and safety standards, the Electronic Systems Center (ESC) Siting Criteria and AFI 31-101, Chapter 12. See ESC Test Plan 0023 for additional reference.7. Contractor must provide training for new VICAD system and software. Training must be provided for Administrators.For further guidance, please see the 21 SFS Performance Work Statement (PWS) Attachment 1.(vii)21st Security Forces SquadronTSgt Bobby Goldsmith50 S. Peterson Bldg 656Peterson AFB, CO 80914(viii)(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section iv of this solicitation.(ix)(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers:Factor 1: Technical CapabilityFactor 2: Price(1) Factor 1: Technical Capability:(A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable.Acceptable is defined as the quote meets the minimum requirements of the solicitation.3Unacceptable is defined as the quote does not meet the minimum requirements of the solicitation.A vendor's quotation will be considered technically acceptable if it quotes the items and quantities listed in paragraph (v) products meeting the minimum characteristics described in paragraph (vi). Quotations that do not meet this requirement will be considered unacceptable and will not be considered for award.(2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness.(b) AWARD PROCESS: The Government will first evaluate all quotations on an acceptable/unacceptable basis. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable will receive the award. The award will be made to that offeror without further consideration of any other offerors.(c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x)(xi)(xii)(xiii)(xiv)(xv)Quotes are due via e-mail not later than 4:00 PM, MST Thursday, 20 Sep 2018. If you have any questions, please submit them in writing not later than scott.alexander.10@us.af.mil ryan.mcconnell@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist.12:00 PM, MST Tuesday 18 Sep 2018. All quotes and questions (if applicable) should be submitted to and 4(xvi)Attachments: 11. Performance Work StatementFor additional information regarding this solicitation please contact Contract Specialist Scott Alexander, or the Contracting Officer Ryan McConnell at scott.alexander.10@us.af.mil 21cons.lgcbb@us.af.mil. Please ensure you reference the solicitation number in the Subject Line. The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. Additional terms and conditions apply to this solicitation and are found in Attachment 1 Terms and Conditions. The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. See Attachment 1 for full text. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with Alternate I, is applicable to this acquisition. Ensure all Representations and Certifications are updated in SAM. FAR 52.212-2 -- Evaluation -- Commercial Items Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. Delivery terms are 30-60 days after date of contract award. FOB Destination shipped to- DESCRIPTION: The above Video Image Control and Display System (VICADS) Network Video Recorders (NVR) Replacement must at a minimum, meet the criteria below: The following is a list of contract line item number(s) and items and respective quantities. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. Solicitation FA2517-18-Q-6051, Video Image Control and Display System (VICADS) Network Video Recorders (NVR) Replacement is being issued as a Request for Quotation (RFQ). Contact Information: Scott M. Alexander, Contract Specialist, Phone 7195567585, Email scott.alexander.10@us.af.mil - Ryan McConnell, Contracting Craftsman, Phone 3125564713, Email ryan.mcconnell@us.af.mil Office Address :21st Contracting Squadron135 Dover Street, Suite 2225 Peterson AFB CO 80914-1055 Location: 21CONS (Bldg 350) Set Aside: N/A

21st Security Forces SquadronTSgt Bobby Goldsmith50 S. Peterson Bldg 656Peterson AFB, COLocation

Address: 21st Security Forces SquadronTSgt Bobby Goldsmith50 S. Peterson Bldg 656Peterson AFB, CO

Country : United StatesState : Colorado

You may also like

B-2130NR, Network Video Recorders - B-2130NR, Network Video Recorders

Due: 17 Jun, 2024 (in 1 month)Agency: Risk Response Team Inc

TO PROCURE VIDEO TELE CONFERENCE (VTC) AND AV CONTROL EQUIPMENT FOR GREENCASTLE DC

Due: 17 Sep, 2024 (in 4 months)Agency: FEDERAL EMERGENCY MANAGEMENT AGENCY

RFQ #pd.04905 (zm) - VIDEO EVIDENCE RECORDER WITH CASE

Due: 07 May, 2024 (in 2 days)Agency: Hawaii County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334220 GSA CLASS CODE: 63