Skip to main content

An official website of the United States government

You have 2 new alerts

Stand-Alone Security Camera with Installation

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Aug 10, 2024 09:35 am CDT
  • Original Date Offers Due: Aug 27, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5810 - COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Sioux City , IA 51111
    USA

Description

This solicitation, W50S72-24-Q-7204, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, effective 22 May 2024. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 334290 and the small business size standard is 800 Employees. The Government intends to make a single award as a result of this solicitation. The following commercial services are requested in this solicitation:

Required Line Items:

0001: Stand-alone high-definition and forward-looking infrared (FLIR) capable security camera system with one autodome PTZ (pan-tilt-zoom) style Internet Protocol (IP) 1 EACH

  • Minimum 30x zoom capability
  • Minimum 180 degrees pan capability
  • No recording capabilities required
  • Minimum 1080p
  • Selectable FLIR camera
  • Preset slewing positions and buttons (four minimum)
  • Day/night capable
  • Weatherproof
  • At least 50/60 HZ, with 24V AC power, or Power Over Ethernet (POE)
  • Display on three separate displays

0002: Joystick control panels to control the movement of the camera.  Control panels must have the capability to slave to a master control panel and allow the second control panel to control the camera when selected. Both control panels require selectable preset slewing positions, four minimum. 2 EACH

0003: Installation of camera outside of building 254 (approx. 20 ft high – see photo attached) brick exterior, new wall penetration will be required, including required mounting brackets and required cable and connectors. Connection of camera to joysticks and display monitors (three existing displays). NO conduit available for use, vendor should use plenum rated wires.  Length from camera to display monitor is approximately 250 feet. Mounts and wall penetration plan will have to be approved by the Civil Engineer prior to install.  Vendor will be required to be escorted to a restricted area for install. Transmission devices such as cell phones and smart watches are prohibited in this area. 1 EACH

SUBMISSION REQUIREMENTS/RFQ TERMS:

1. Offerors shall submit Attachment 1 Vendor Information Sheet with their quote.  All of the information on the attachment must be filled out. Offerors shall submit Attachment 1 Vendor Information Sheet as a separate attachment entitled “Attachment 1 Vendor Information Sheet W50S72-24-Q-7204”.  Failure to provide Attachment 1 Vendor Information Sheet will render the quote non-responsive, and it will not be considered for award.

2. Offerors shall submit all product information with their quotes.  Product information shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified.  Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award.

3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.  Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. Failure to provide representations and certifications form, or have them completed within SAM profile will render the quote non-responsive, and it will not be considered for award.

4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.  Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation.

5. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:

(A) Small business;

(B) Service-disabled veteran-owned small business;

(C) Women-owned small business (WOSB) under the WOSB Program;

(D) Economically disadvantaged women-owned small business under the WOSB Program; or

(E) Historically underutilized business zone small business.

6.  Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Contractors shall not quote sales prices that will expire before 30 September 2024.

7. Questions regarding this solicitation shall be emailed to Capt. Allison Harbit and MSgt. Megan McCauley, no later than 10:00 AM Central on Friday, 16 August 2024. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation.

8. Proposals are due at:

185ARW/MSC

ATTN: Capt Allison Harbit

2920 Headquarters Avenue

Sioux City, IA 51111-1300.

Proposals may be submitted by mail, hand delivered, e-mail to allison.harbit@us.af.mil and megan.mccauley@us.af.mil.

It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.

Contact Information

Contracting Office Address

  • KO FOR IAANG DO NOT DELETE 2920 HEADQUARTERS AVE
  • SIOUX CITY , IA 51111-1396
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 11, 2024 10:55 pm CDTCombined Synopsis/Solicitation (Original)