VIDEO SURVEILLANCE SYSTEM – CAMERAS & VIDEO WALL – ILEA SAN SALVADOR

expired opportunity(Expired)
From: Federal Government(Federal)
191NLE23R0001

Basic Details

started - 09 Jan, 2023 (15 months ago)

Start Date

09 Jan, 2023 (15 months ago)
due - 13 Jan, 2023 (15 months ago)

Due Date

13 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
191NLE23R0001

Identifier

191NLE23R0001
STATE, DEPARTMENT OF

Customer / Agency

STATE, DEPARTMENT OF (6455)STATE, DEPARTMENT OF (6455)ACQUISITIONS - INL (633)

Attachments (7)

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.

It is requested that all interested parties submit their proposals via e-mail to Michele Coccovizzo at coccovizzoml@state.gov and Jamie Goewey at goeweyja@state.gov by 5:00 pm EST, on Monday, January 9, 2023. Solicitation extended to 5:00 pm EST on Friday, January 13, 2023.Responses to questions has been added as attachment to this solicitation as of December 27, 2022. Requests for Drawing and Layouts shall be sent via email to coccovizzoML@state.govQuestions pertaining to this solicitation shall be accepted until 12:00 PM EST on Friday, December 16, 2022. Questions shall also be submitted via email to Michele Coccovizzo at coccovizzoml@state.gov and Jamie Goewey at goeweyja@state.gov.An
extension has been granted for the submission of questions until 1:00 PM EST on Friday, January 6th, 2023.VIDEO SURVEILLANCE SYSTEM – CAMERAS & VIDEO WALL – ILEA SAN SALVADORThe International Law Enforcement Academy (ILEA) in San Salvador was established to train law enforcement professionals, in Latin America and the Caribbean, and to provide them with the necessary, modern tools and techniques to effectively combat transnational crime, nationally and internationally, by creating inter-institutional and international networks, thus contributing to democracy and to the economic and social development of the nations.ILEA has identified the requirement for the installation and configuration of video surveillance cameras and a video wall that will serve to monitor the cameras audio/visual streams. The cameras shall be installed throughout the ILEA compound and the video wall shall be installed in the security control room.The Contractor shall provide all labor, services, tools, materials, equipment, software, connectors and cabling, transmitters/receivers, accessories, transportation, supervision, and all other requirements necessary for the installation, configuration, and fine-tuning of the systems described in the Performance Work Statement. The Contractor shall be solely responsible to ensure the delivered solution is fully compatible with existing ILEA systems.The contractor shall remove the existing video surveillance system, provide a completely new video surveillance system and video wall as specified in the attached Performance Work Statement (PWS). The delivery, installation, configuration, fine-tuning, video equipment performance monitoring, equipment instructor training, testing and call center support shall be performed on-site at the ILEA San Salvador, La Libertad, El Salvador. The contractor shall provide and install video equipment, equipment performance monitoring, 24x7x365 on-site call center technical support services and on-site bi-lingual classroom training. The on-site technical call center support period shall commence immediately upon the completion of work and continue for a one (1) year period. The video surveillance equipment is being installed on an existing building supported by an existing electrical panel box. A registered, certified, and licensed electrical engineer is required to analyze the existing electrical load capacity of the electrical panel box on-site and determine if additional electrical circuits are required to be installed, or a panel box heavy up is needed. The building electrical analysis report shall be certified and stamped by a licensed engineer, prior to the installation of equipment of the proposed equipment. All equipment installation and testing shall be fully installed and operational within 150 calendar days of the contract award. All equipment and materials are required to be new, and out of the box, no used materials and/or equipment is acceptable or allowed to be installed, no exceptions. The software license shall be appointed to the government employees. All data is considered intellectual property and solely belong to the government. Because of the sensitive nature of this requirement, a full list of all parties working on this project shall be named. All parties shall be required to sign, submit and comply, when applicable, with all disclaimer and confidentiality agreements during the proposal submission process.The Contractor shall provide familiarization training for eight (8) ILEA employees. The training shall be coordinated in advance with the COR and shall take place after testing of the installed solution. The training shall cover operational and maintenance functions required to ensure successful operation, configuration, and protection of the installed solution. The Contractor shall also explain the applicable technical support and warranty processes.WARRANTYThe contractor shall provide on-site warranty for at least one (1) year for all components delivered under this project. The on-site warranty period shall commence immediately upon written COR acceptance of the completed system and shall continue for at least one (1) year thereafter. The warranty shall cover all hardware, software, parts, and labor.The Contractor shall be liable for costs of disassembly and/or reassembly of larger items when it is necessary to remove the equipment, hardware, and software to be inspected and/or returned for repair or replacement. All transportation charges shall be borne by the Contractor. All warranty repairs will be performed at no additional cost to the Government.Any equipment, hardware, and software or parts thereof, repaired or furnished in replacement under this contract, shall be subject to the same warranty terms as equipment, hardware, and software initially delivered.The Contractor shall complete all warranty repairs or replacements no later than 15 calendar days after receiving initial written request from COR.TECHNICAL SUPPORTThe contractor shall provide 24x7x365 support. The support shall be provided on-site, via telephone or on-line, and shall be provided in Spanish. The support period shall commence upon final acceptance of the system and shall be in force for one (1) year thereafter. Maintenance and support shall comply with table 11.2.1 in the attached Performance Work Statement (PWS).PRE-AWARD ON-SITE VISITAn on-site visit for this project will be scheduled. The site visit will be scheduled on the weekend to prevent disruption to ILEA San Salvador operations and to allow attendees access to required work locations. The site visit will take place at the following location and will start at 10:00 am local (San Salvador, El Salvador) time on Saturday, December 10, 2022:ILEA San Salvador Calle El Pedregal and Cancillería Bulevar, Antiguo Cuscatlán, La Libertad, El SalvadorThe purpose of the site visit is to allow prospective Offerors an opportunity to inspect the site where services are to be performed and to familiarize themselves with regard to general and local conditions that may affect the cost of contract performance. Attendance at the site visit is recommended, however, attendance is not a prerequisite for submission of a quotation and will not be considered a factor in the evaluation of quotations.Attendees must be at the ILEA San Salvador main entrance by 9:45 am to complete the required sign-in. A maximum of three (3) representatives per company will be allowed at the site visit. Access to the location requires prior authorization from ILEA. Only individuals that have been granted access by ILEA will be allowed at the site visit. Access requests must be submitted no later than 72 hours before the site visit to david.monterrosa@ilea.sv and must include the following information:1. Subject Line: Video Surveillance Project - Site Visit Access Request - Name of Company;2. Full name of all attendees (not to exceed 3 attendees per company);3. Copy of government-issued ID for each attendee; and4. Make, model, color, year, and license plate of vehicle(s).Attendees will be required to sign-in utilizing the government-issued identification used to request access. Additionally, the attendee must provide acceptable proof of company affiliation.The Department of State will not provide any travel or logistical support for this site visit nor will the offeror be reimbursed for any costs associated with the site visit. Prospective Offerors will only be allowed to inspect the location of work during the scheduled site visit. Prospective Offerors that are unable to attend the scheduled site visit will not be provided another opportunity to inspect the site.All questions regarding this solicitation must be submitted in writing via e-mail to the Contracting Officer and Contract Specialist named in this solicitation. Questions will not be answered during the site visit. Information provided at this site visit shall not alter the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.TYPE OF CONTRACTThis contract will be awarded as a Fixed Price/Fixed Unit Cost Contract. Labor shall be firm-fixed price. All equipment, including, but not limited to, hardware, software, accessories, furniture, or any other merchandise purchases shall be fixed unit cost. All equipment purchases under this contract shall become property of the government.SELECTION PROCEDUREThe Government will award this Contract using Lowest Priced Technically Acceptable Offer (LPTA) process. A single award will be made to that responsible Offeror whose evaluated price totaling all Contract Line Items (CLINS) is the lowest and whose proposal meets or exceeds all technical and past performance evaluation criteria (non-cost factors). Offerors are hereby notified that the Government intends to use outside contractors to assist in the evaluation of proposals. Those contractors will have access to any and all information contained in the offerors’ proposals and will be subject to appropriate conflict of interest, standards of conduct, and confidentiality restrictions. It is the intent of the Government to make an award based on the initial proposal without discussions.APPLICABLE DOCUMENTSData Cabling and Components:The UTP structured cabling system for voice and data services must meet the ANSI/TIA/EIA-568-C.2 Category 6A specifications and the recommendations included in the following standards and addenda.ANSI/TIA/EIA-568-C.2 Category 6A, IEEE 802.3an-2006 and ISO 11801 Class EA ChannelANSI/TIA/EIA–568B Commercial Building Wiring Standard, which allows for the planning and installation of a structured cabling system to support, regardless of the vendor and without prior knowledge, the communications services and devices that will be installed throughout the useful life of the building.EIA/TIA-568-B.1 (General Requirements)ANSI/TIA/EIA-568-C.2 Category 6A, IEEE 802.3an-2006 and ISO 11801 Class EA Channel (Cabling components – Category 6A balanced twisted pair)EIA/TIA-568-B.3 (Cabling components – Fiber Optic)ANSI/TIA/EIA-569-B Commercial Building Standard for Telecommunications Pathways and Spaces, which standardizes the design and construction practices within and between buildings to support telecommunications means and equipment such as, conduit and guides, building entry points, communications racks and equipment room.ANSI/EIA/TIA-606A Administration Standard for the Telecommunications Commercial Building, which provides guidelines to manage the components of a structured cabling system.J-STD-607-A, TIA-942, IEEE Std 1100, EIA-310-D, UL and CSA Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications, which describes the standard methods to distribute ground (earth) signals throughout a building.PERIOD OF PERFORMANCE OR DELIVERY DATEDelivery, installation, configuration, fine-tuning, testing and familiarization training for all systems: All work must be completed no later than 150 calendar days after award.On-Site Warranty: The contractor shall provide on-site warranty for at least one (1) year. The on-site warranty period shall commence immediately upon written COR acceptance of the completed system and shall continue for at least one (1) year thereafter.On-Site Technical Support: The contractor shall provide on-site technical support for at least one (1) year. The on-site technical support period shall commence immediately upon written COR acceptance of the completed system and shall continue for at least one (1) year thereafter.PLACE OF PERFORMANCEILEA San SalvadorCalle El Pedregal and Cancillería Bulevar, Antiguo Cuscatlán.La Libertad, El Salvador.SPECIAL REQUIREMENTSAll required site preparations and alterations to the ILEA building must be approved in advance by the COR. All work must conform to the latest International Building Code or the local equivalent. The Contractor shall perform all necessary work to restore temporary alterations of the building(s) to the original condition.All hardware, software, and services must be provided through authorized distribution channels. All items provided under this project must be new and in original packaging. Used, discontinued, or refurbished materials are not allowed. The Contractor shall provide a letter from the original equipment manufacturer (OEM) demonstrating compliance with these requirements.All services must be carried out under the supervision of OEM-certified employee(s). The Contractor shall provide the COR a copy of the employee(s) resume and certification(s) as part of the proposal. A minimum of two OEM-certified employees are requiredAll data cabling must be PANDUIT 6A with LSZH jacket material. All network accessories must be PANDUIT PanNet.All the accessories should be included.Contractor shall provide a minimum of three (3) past performance references that include the following information:Company name (Client).Project start date.Project completion date.Project description.Project cost.Project point of contact name.Point of contact email.Point of contact telephone numbers.7. A list of the proposed equipment shall be provided, it shall include: Item Description, Name of Manufacturer, Model Number, Serial Numbers, Quantity, Fixed Unit Price.

US DEPT OF STATE, 2201 C ST NW  WASHINGTON , DC 20520  USALocation

Place Of Performance : N/A

Country : EL SALVADOR City : Calle El Pedregal and Cancillería Bulevar, Antiguo Cuscatlán, La Libertad

You may also like

Video Surveillance System (VSS) Upgrade - Puerto Rico

Due: 26 Apr, 2024 (in 7 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

VIDEO SURVEILLANCE SYSTEM REPLACEMENT

Due: 07 Mar, 2025 (in 10 months)Agency: INTERNAL REVENUE SERVICE

On‐Vehicle Video Surveillance System

Due: 24 May, 2024 (in 1 month)Agency: Tri County Council

Please Sign In to see more like these.

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

Classification

naicsCode 541513Computer Facilities Management Services
pscCode DG11IT AND TELECOM - NETWORK: TELECOM ACCESS SERVICES