Washington Bids > Bid Detail

Security system services USCG Station Bellingham

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159836816900227
Posted Date: Aug 1, 2023
Due Date: Aug 2, 2023
Solicitation No: 07252023
Source: https://sam.gov/opp/6f1011d120...
Follow
Security system services USCG Station Bellingham
Active
Contract Opportunity
Notice ID
07252023
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
BASE SEATTLE(00033)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Aug 01, 2023 07:58 am PDT
  • Original Published Date: Jul 25, 2023 12:57 pm PDT
  • Updated Date Offers Due: Aug 02, 2023 12:00 pm PDT
  • Original Date Offers Due: Aug 02, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 17, 2023
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Bellingham , WA 98225
    USA
Description View Changes

1.1 Objective



The United States Coast Guard (USCG) is procuring an indoor/outdoor security system to include control centers, monitors, cameras, software, hardware, installation, warranty and onsite training for users onboard USCG Station Bellingham and Maintenance Support Building.



SITE TOUR: A site tour will be held Friday 28 July at 0930am PST. Meet at the front entrance of USCG Station Bellingham, WA, if interested. For more information contact the project manager: Raymond Anderson at raymond.c.anderson@uscg.mil or phone at (360) 640-8571.



This is Lowest Price Technically Acceptable source selection process (FAR 15.101-2). Technial criteria will be as follows:



1. Delivery date. Vendor shall be able to start work with all available goods for a date in August 2023.



2. Work plan. Please provide a 1 to 2 page typed proposal that suggests, at minimum, how you intend to meet the expected tasks (including but not limited the number of people you will have on job site), your technical abilities to meet the overall goals of the project, and how your team plans to ensure quality and resolve discrepancies.



3. Required reports:





Required for Standard ICT Items



For EACH Standard COTS/GOTS ICT item, REQUIRE the offeror to provide:




  • Accessibility Conformance Report (ACR) - A written ACR for each ICT item, based on the product’s Voluntary Product Accessibility Template (™)™. To be considered for award, the ACR must be complete, and submitted according to the instructions.

  • Supplemental Accessibility Report (SAR) - A written SAR containing:

    • Description of evaluation methods used to produce the ACR, to demonstrate due diligence in supporting conformance claims;

    • Documentation of features that help achieve accessibility and usability for persons with disabilities;

    • Information on core functions that can’t be used by persons with disabilities;

    • Information on how to configure and install the ICT item to support accessibility; and

    • Information on how the ICT item enables the creation of accessible electronic content that conforms to the Revised 508 Standards, including the range of accessible user interface elements the tool can create. (only required for authoring tools that generate content (documents, reports, videos, multimedia, web content, etc.)





Answers to questions resulting from tour:




  1. There are some cameras on the drawing that are in new locations. This will require a fair bit of conduit work to complete. Is it acceptable to use existing camera locations? I believe that using existing camera locations will provide at least the same level of coverage if not somewhat better coverage. (new layout drawing can be provided with quote). The legacy camera layout does not comply with current DHS/USCG security standards. There are some locations where the new cameras will replace legacy ones, but there are several that will be installed in new locations. Deviations from the VSS design provided are not authorized.

  2. There are cameras currently installed on poles in several locations but there are not new cameras for these locations. Can we use the poles for new camera installation? This would provide exception visibility as well as save time installing additional conduit. (New layout drawing can be provided with quote). See answer above.

  3. For camera locations that currently have cameras but no cameras are slated to replace them, is the intent to have the existing cameras brought in to the new system? The boat house is a good example of existing cameras that are not listed to be replaced on the camera map provided in the solicitation. Per the SOW, all legacy hardware will be removed by installer.

  4. Will any type of analytics be required or desired at the facility? Not at this time.

  5. PTZ cameras – just to confirm there are 5 PTZ cameras on this solicitation. PTZ cameras will require the user to position the camera manually for recording purposes. My concern is that the PTZ cameras may not be well utilized compared to a lesser expensive multi sensor camera. Just wanting to confirm the functionality. We've evaluated the options and are requesting PTZ for a specific purpose.

  6. Accessibility Conformance Report (ACR) and Supplemental Accessibility Report (SAR) – these reports are listed as required but I’ve not seen this before for a video surveillance system. Are these really required for this system and if so can you provide some additional information as to how to prepare the reports? I'll defer to the KO on this. I have no clue what an ACR or a SAR is... KO's have had me put that in SOWs before. If it's irrelevant to this project, please remove.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1519 ALASKAN WAY SOUTH
  • SEATTLE , WA 98134
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >