The RFP Database
New business relationships start here

Installation of CCTV at Access Control Point (DES)


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE
ACCESS CONTROL POINT (ACP) CAMERA SYSTEM AT FORT BLISS, TX

Mission and Installation Contracting Command (MICC), Fort Bliss, Texas, in support of FT Bliss, TX's Directorate of Emergency Services (DES) is conducting preliminary planning market research to obtain information from potential and eligible contractors for a single award Frim Fixed Price Contract for a non-personal services contract to provide removal of old systems, upgrade, installation , and programming of Closed Circuit Television (CCTV) with Network video recorders at nine (9) Access Control Points(ACP) which shall provide the details needed for a positive recognition of vehicles and personnel entering and exiting the installation.
The applicable North American Industry Classification System (NAICS) code is, 517311, Wired Telecommunications Carriers.
In accordance with Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns (e.g., Small Disadvantaged Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices.
The Contractor shall provide all personnel, equipment, supplies, facilities, vehicles, transportation, tools, materials, supervision, and other non-personal services necessary to perform services and manage all daily operations.
Please see attached DRAFT Performance Work Statement (PWS) for additional information. The DRAFT PWS is subject to change.
Interested contractors should have a successful history of purchasing and installation and operating and maintaining Closed Circuit Television (CCTV) with Network Video Recorders. The proposed requirement will be a Frim Fixed Contract. The expected magnitude is $204,477.00.
Respondents shall submit a capability statement demonstrating their experience in Closed Circuit Television (CCTV) in installation, operating and maintaining CCTV systems.
Capability statements are for this Source Sought.
Are not expected to be proposals, but rather statements regarding the company's existing experience. Narratives shall include the following:
1. State the full name of your firm to include address, point of contact, point of contact phone number and email address, including Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code.


2. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman-Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Business.


3. A statement of your intention to submit an offer/bid when the solicitation is issued.


4. In the event of a future solicitation, would you bid on this requirement as a sole contractor, prime contractor with subcontractor(s), or as a joint venture?


5. Provide evidence of recent experience (past five years) in work similar in type and scope as the Prime contractor. For each contract/project submitted, include the Contract Number, Project Title and Description, Award and Completion Dates, Dollar Value of Contract, Points of Contacts for each contract to include current telephone numbers and email addresses.


6. Describe the company's professional qualifications and specific experience associated with skills associated with your key personnel identified that likely will perform the work under the contemplated contract.
7. Describe your ability and experience to comply with all applicable laws and regulations, including but not limited to, Federal law, New Mexico (NM) and Texas (TX) state law(s).


8. The type of worked associated with this contract is for the Contractor and its employees to be subjected can include, but is not limited to, standing, walking, sitting, screening, for extended periods of time. Duties can include lifting heavy items, operating light to heavy machinery, working in an industrial environment, working in an outdoor desert environment exposed to the elements, and working in an office environment. The exposure to the different environments and physical are demanding to this contract. Would you have any concerns on what was described?


9. Any other information deemed pertinent that will aid in our assessment of the firm's capabilities.



Interested potential contractors shall limit their response to this sources sought notice to a maximum of ten pages.
If issued, all notices, the Request for Proposal, and related documents or updates will be available solely on the Federal Business Opportunities (FBO) website (https://www.fbo.gov). Interested parties are responsible for monitoring the FBO website for the posting of any solicitation or subsequent updates.
Interested sources shall submit responses no later than 4:00 PM Mountain Standard Time (MST) on 28 May 2018 via e-mail to Edward Byrd at Edward.d.byrd4.civ@mail.mil with a courtesy copy to Charles D. Johnson at Charles.d.johnson12.civ@mail.mil. Include any comments. All responses will be used to determine the appropriate acquisition strategy for a future acquisition. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is ONLY to invite interested vendors to submit capability statements demonstrating their ability to provide the services listed above. At this time, the Government will not entertain questions concerning the DRAFT Performance Work Statement (PWS); however, interested firms may submit comments about the PWS. The Government will not post responses or answers to submitted comments, questions, or recommendations.
This Sources Sought Notice is submitted in accordance with 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997). This Sources Sought Notice is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bids (IFB) or as an obligation of the part of the Government to acquire any services. Responses to this sources sought notice shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No solicitation exists and solicitation requests will not be acknowledged. MICC-JBLM will not accept unsolicited proposals related to the subject of this Sources Sought Notice. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this sources sought notice that is marked "Proprietary" will be handled accordingly. Responders are solely responsible for all expenses associated with and incurred by responding to this sources sought notice. The Government reserves the right to determine how it should proceed because of this notice.


DRAFT
PERFORMANCE WORK STATEMENT
DES, Access Control Point (ACP) Camera System
PART 1
GENERAL INORMATION
1. General. This is a non-personal services contract to provide removal, upgrade, installation, and programming of Closed Circuit Television (CCTV) with Network video recorders at nine (9) Access Control Points (ACP) (Cassidy ACP, Chaffee ACP and Visitor Center, Buffalo Soldier ACP and Visitor Center, MSG Pena ACP, Old Ironsides ACP, CSM Barreras ACP, Sheridan ACP, PFC Minue and Tobin Wells Access Gate) and will include license plate recognition cameras at Cassidy ACP. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
1.1. Description of Services/Introduction. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform removal of the existing DIBOS and Honeywell CCTV systems and install Avigilon CCTV cameras and Video Recorder at Cassidy ACP, Chaffee ACP and Visitor Center, Buffalo Soldier ACP and Visitor Center, MSG Pena ACP, Old Ironsides ACP, CSM Barreras ACP, Sheridan ACP, PFC Minue and Tobin Wells Access Gate as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract.
1.2. Background. The current CCTV systems (DIBOS and Honeywell) are outdated (obsolete). A replacement system will provide the details needed for positive recognition of vehicles and personnel entering and exiting the installation.
1.3. Objectives. The purpose of this contract is to replace existing analog CCTV systems and video recorders with an updated Avigilon HD IP-based camera system and Network video recorders for better coverage and facial recognition as needed for the security of personnel.
1.4. Scope. This contract includes all functions, tasks and responsibilities normally performed by a CCTV system and video recorder on Fort Bliss Military Reservation. The Contractor shall be responsible for removing the old system and returning parts to the Physical Security Branch, Directorate for Emergency Services (DES), installing, programming and testing the replacement CCTV and license plate recognition cameras and network video recorder at Cassidy ACP, Chaffee ACP and Visitor Center, Buffalo Soldier ACP and Visitor Center, MSG Pena ACP, Old Ironsides ACP, CSM Barreras ACP, Sheridan ACP, PFC Minue and Tobin Wells Access Gates located on Fort Bliss Military Installation. The contractor will replace the existing CCTV cameras currently in use and replace them with a HD IP-based camera system and license plate recognition cameras which will be added to the Fort Bliss DES network. Equipment shall be compatible and configured with the current Avigilon System in place at the Military Police and Fire station. The contract will be considered turn-key. It will include all equipment to include media converters, wall mounts, power supplies, licensing, network switch and software. The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Texas State Law, Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations.
1.5. Period of Performance. The period of performance shall be 45 days after award of contract.
1.6 Quality Control. Quality Control is the responsibility of the Contractor. The Contractor is responsible for the delivery of quality services to the Government (see Federal Acquisition Regulation (FAR) 52.246-1, Contractor Inspection Requirements).
1.6.1. The Contractor shall develop, implement and maintain an effective Quality Control System which includes a written Quality Control Plan (QCP). The QCP shall implement standardized procedure/ methodology for monitoring and documenting contract performance to ensure all contract requirements
are met. The Contractors' QCP must contain a systematic approach to monitor operations to ensure acceptable services are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The Contractor shall provide to the Government their quality control documentation within 7 days after contract award; changes to the QCP after award shall be submitted to the Contracting Officer (KO) and Contracting Officer's Representative (COR) within five (5) working days prior to the proposed changes thereafter. After acceptance of the quality control plan the Contractor shall receive the Contracting Officer's acceptance in writing of any proposed change to their QC System in regard to this contract.
1.6.2. Corrective Actions. At any time it is determined by the Contracting Officer that the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements, action shall be taken by the Contractor to correct the deficiency.
1.7 Quality Assurance.
1.7.1. The Government shall evaluate the Contractor's performance under this contract in accordance with (IAW) the Quality Assurance Surveillance Plan (QASP). This plan is a Government only document primarily focused on what the Government must do to assure that the Contractor has performed IAW the requirements of the PWS of this contract. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable deficiency rate.
1.7.2. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office IAW Federal Acquisition Regulation Subpart 42.5, Post Award Orientation. The Contracting Officer, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the Contracting Officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be considered into the overall contract price.
1.8 Hours of Operation.
1.8.1. Normal Duty Hours. The Contractor is responsible for conducting business, between the hours of 7:30 am- 4:30 pm Monday - Friday except on Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the Contractor will not be reimbursed when the Government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential.
1.8.2. Federal Government Holidays.
New Years Day 1st day of January
Martin Luther King Jr.'s Birthday 3rd Monday of January
Presidents Day 3rd Monday of February
Memorial Day Last Monday of May
Independence Day 4th day of July
Labor Day 1st Monday of September
Columbus Day 2nd Monday of October
Veterans Day 11th day of November
Thanksgiving Day 4th Thursday of November
Christmas Day 25th day of December
1.9 Place of Performance. The work to be performed under this contract will be performed at Cassidy ACP, Chaffee ACP and Visitor Center, Buffalo Soldier ACP and Visitor Center, MSG Pena ACP, Old Ironsides ACP, CSM Barreras ACP, Sheridan ACP, PFC Minue Tobin Wells Access Gate and DES, building 20709, on Main Post and East Fort Bliss Military Installation.
1.10 Type of Contract. The Government will award a fixed price contract.
1.11 Security.
1.11.1. Security Requirements. Contractor personnel performing work under this contract must have a CONFIDENTIAL Clearance at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are IAW the Department of Defense Contract Security Classification Specification form DD254.
1.11.2. Physical Security. The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use IAW AR 190-13, The Army Physical Security Program. At the close of each work period, Government facilities, equipment and materials shall be secured.
1.11.3. Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop and implement a key control program and procedures compliant with AR 190-13 to ensure that keys are controlled and safeguarded. The plan shall be incorporated within the Contractor's Quality Control. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the KO, COR and Security Manager.
1.11.3.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be reimbursed by the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost reimbursed by the Contractor. Any Government property stolen or damaged in association with keys being duplicated, misplaced, or lost by the Contractor personnel shall be reimburse the Government accordingly.
1.11.3.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer.
1.11.4. AT Level I Training. All Contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete Antiterrorism (AT) Level I awareness training within five (5) working days after contract start date or effective date of incorporation of the requirement into the contract, whichever applies. The Contractor shall submit Certificates of completion for each affected contract employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within five (5) working days after completion of training by all employees and subcontractor personnel on a recurring annual basis. AT Level I awareness training is available at the following site: https://atlevel1.dtic.mil/at. If access to a computer is not available, the unit's Level II ATO will conduct AT Level I training for the Contractor and employees within five (5)
working days after contract start and maintain a copy of the attendance roster for one year. Any Contractor hired after contract start will be required to receive AT Level I training within five (5) working days by the ATO. It will also be acceptable for the new hire to take the training on line and present the training certificate to the ATO within three (3) calendar days. AT Level I training is an annual requirement with the 12 month period starting on the date of initial training and re-certification NLT the last day of the 12 month period. If the requiring activity does not have an ATO, the first ATO in the chain of command will conduct this training.
1.11.5. Access and General Protection/Security: Policy and Procedures. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by Directorate of Emergency Services. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in Contractor security matters or processes.
1.11.6. iWATCH Training. The Contractor and all associates subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within five (5) working days of contract award and within five (5) working days of new employees' commencing performance with the results reported to the COR no later than five (5) working days from employment start. The attached document can be used by the COR to satisfy this requirement.
1.11.7. Security of Classified Items, Systems and Information. The Contractor, as a general rule, shall not have access to classified information; however, should classified documents fall into the possession of the Contractor, the Contractor shall immediately contact the COR for disposition instructions
1.12 Safety. The Contractor shall establish and maintain a safety plan which shall be submitted to the KO at the time of proposal.
1.12.1. In order to provide safety control for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies, and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with the following Safety Accident Prevention Standards: 29 CFR 1910, Occupational Safety and Health Standards; 29 CFR 1926, Safety and Health regulations for Construction; Army Corps of Engineers Manual 385-1-1, Safety and Health Requirements Manual. The Contractor shall comply with the above and all other applicable DoD, Army, Federal, State and Local safety and health requirements.
1.12.2. Reporting of Fire and Safety Hazards. The Contractor shall train personnel to recognize fire and safety hazards and encourage personnel in the performance of their duties to report fire and safety hazards and unsafe conditions to their supervisor. The Contactor shall take corrective action to remedy reported deficiencies IAW the terms of this contract. The COR shall be notified of deficiencies beyond the terms of this contract.
1.12.3. Environment and OSHA. The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict between compliance with such local, State, and Federal environmental and occupational safety laws, rules, regulations, and compliance with the requirements of the contract shall be immediately brought to the attention of the Contracting Officer or authorized representative for final resolution. The Contractor shall notify the Contracting Officer or authorized representative in writing in addition to any verbal notification of such conflict. The Contractor shall be liable for all fines, penalties, and costs which result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the Contracting Officer
or authorized representative to halt any and all Contractor performance with a commensurate deduction of monies due to the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during performance of this contract. Upon discovery of a serious hazard such as, but not limited to, fire, or large fuel spill, the Contractor shall notify the Contracting Officer or designated representative and COR.
1.12.4. Reporting Mishaps. The Contractor shall adhere to reporting of mishaps IAW AR 385-10, The Army Safety Program and DA Pam 385-40, Army Accident Investigations and Reporting. In addition the Contractor shall report: (1) Injury or occupational illness to on-duty contractors; (2) Damage to GFM, GFP, or GFE provided to a contractor; (3) Contractor accidents involving Army property and personnel.
1.12.5. Personnel Safety. The Contractor shall immediately correct all safety deficiencies upon notification of the deficiencies by the Contracting Officer, designated representative or COR, and shall notify the Contracting Officer of the corrective action to be taken.
1.13. Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notify both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order.
1.14 Personnel. For purposes of this paragraph, the term "personnel" or "employee(s)" refers to any person performing work related to this contract, including but not limited to, the Contractor's employees, agents, representatives, or subcontractors. The Contractor shall staff this effort with trained, competent and capable employee(s) for the discipline they are assigned to. Contractor personnel shall present a clean, neat and professional appearance. The Contractor shall ensure that employees meet all applicable federal, state, local, and installation certification, licensing, medical requirements, and qualifications to perform all assigned tasks and functions as defined in this contract prior to commencement of work. The Contractor shall not permit any personnel to work under this contract if such person is identified by a Government authorized representative to the Contractor as a potential threat to the health, safety, security, general well being, or operational mission of the Army and Fort Bliss, Texas. All Contractors' personnel shall comply with installation security and access procedures and the Contractor's safety plan to be submitted no later than (NTL) 5 days after contract award.
1.14.1. Contractor's personnel, whose tasks involve operation of any vehicles, shall possess a valid U.S. state driver's license, applicable for the type and class of vehicle being operated.
1.14.2. Contractor's personnel shall either be a United States Citizen or authorized to work in the United States.
1.14.3 Contractor's personnel shall only use those laborers trained, qualified and certified to perform all work associated with the installation of the Avigilon Camera system and MDI SafeNet ICIDS II. Certified technicians to install and operate compatible systems shall be applicable to the pre-existing infrastructure as the system is tied to the MDI alarm system and the CCTV management system that is already in place.
1.14.3. Speaking, Reading, and Understanding English. Where reading, understanding, and discussing environmental, health, and safety warnings are an integral part of an employee's duties, Contractor's employee shall be able to understand, read, write, and speak the English language fluently. English
shall be the only language used with regard to this contract for written correspondence, discussions and other business transactions.
1.14.4. Identification of Contractor Employees. The Contractor (to include subcontractors) shall provide each employee an Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times during which the employee is performing work under this contract. Each Contractor (to include subcontractors) employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The Contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.
1.14.5. National Agency Check & Controlled Access Areas. A national Crime Information Center (NCIC) inquiry with favorable results will be conducted on each installer prior to any work commencing on this contract as directed by the Deputy Director of Emergency Services. Inquiries with other agencies that may possess additional information that have direct bearing on the honesty and stability of the individual installer will also be conducted with favorable results recorded.
1.14.6. Conflict of Interest & Employment of Government Personnel. The Contractor shall not knowingly employ any person who is a U.S. Government employee if employing that person would create a conflict of interest. Additionally, the SP shall not knowingly employ any person who is an employee of the Government, either military or civilian, unless such person seeks and receives written approval according to DOD 5500.7-R, Joint Ethics Regulations (JER) by the individual's commander or director. A copy of the authorization will be provided to the COR.
In addition, the Contractor is prohibited from employing Government Quality Assurance Representatives (QAR) whom the Contractor knows or should have known are responsible for monitoring any contracts/subcontracts awarded to the service provider.
1.14.7. Conduct of Employees. Contractor employees shall conduct themselves in a professional manner, abstaining from use of profanity while maintaining a neat and clean personal appearance.
1.14.8. Employee Uniforms. Contractor employees shall wear uniforms displaying Contractors name in a clear unobstructed location on the shirt.
1.14.9. Personnel Health and Hygiene. Contractor employees shall maintain a clean and respectable appearance.
1.14.10. Contractor Vehicles.
 All Contractor vehicles shall be readily identifiable. Identification shall include displaying Contractor's name in a clear and unobstructed location on the vehicle.
 Motor vehicles entering Fort Bliss Operational Area shall be properly licensed, insured, and registered with the Installation Access Pass Office.
1.14.11. Contractor Advertising. The Contractor shall not place or display advertising of any kind on government property.
1.14.12. Key Personnel: The follow personnel are considered key personnel by the Government:
1.14.12.1. Project Manager (PM)/Alternate PM. The Contractor shall provide a PM who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer. The PM or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or alternate shall be available between 7:30 a.m. thru 4:30 p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons.
1.14.13. Supervision of Contractor Employees. The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor employees.
1.15 Training. The Contractor will provide training to end user with all necessary instructions to operate the system, to perform enrollment, manage, and administer the system. This training shall include instructions for proper procedures for starting sequences, operation, limitations, general and preventive maintenance, trouble shooting, and replacement for major system components. The Contractor shall provide individual training to the Installation Alarms Administrator prior to Government acceptance.
1.17 Data Rights. The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.
PART 2
DEFINITIONS & ACRONYMS
2. Definitions and Acronyms.
2.1. Definitions. Federal Acquisition Regulation (FAR), Dictionary of US Army Terms, AR 310-25 and Authorized Abbreviations and Brevity Code, AR 310-50, are the references for definitions and acronyms not listed below.
2.1.1. Contract Administrator. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters.
2.1.2. Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term used in this contract refers to the prime.
2.1.3. Contracting Officer. A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government.
2.1.4. Contracting Officer's Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract.
2.1.5. Controlled Area. A controlled space extending upward and outward from a specified point. This area is typically designated by a commander or director, wherein sensitive information or operations occur and requires limitations of access.
2.1.6. Defective Service. A service output that does not meet the standard of performance associated with the PWS.
2.1.7. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports.
2.1.8. Government-Furnished Property (GFP) or Government Property (GP). Property in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor.
2.1.9. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal.
2.1.10. Physical Security. Actions that prevent the loss or damage of Government property.
2.1.11. Property Administrator (PA) or Plant Clearance Officer (PLCO). An authorized representative of the Contracting Officer appointed in accordance with agency procedures, responsible for administer-ing the contract requirements and obligations relating to Government property in the possession of the Contractor.
2.1.12. Quality Assurance. The Government procedures to verify that services being performed by the Contractor are acceptable IAW established standards and requirements of this contract.
2.1.13. Quality Assurance Specialist. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas.
2.1.14. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance.
2.1.15. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.
2.1.16. Subcontractor. One that enters into a contract with a prime Contractor. The Government does not have privet of contract with the subcontractor.
2.1.17. Work Day. The number of hours per day the Contractor provides services IAW the contract.
2.1.18. Work Week. Monday through Friday, except for Federal holidays unless specified otherwise.
2.2. Acronyms.
ACOR Alternate Contracting Officer's Representative
ACP Access Control Point
AFARS Army Federal Acquisition Regulation Supplement
AQL Acceptable Quality Level
AR Army Regulation
AT Antiterrorism
CCE Contracting Center of Excellence
CCTV Closed Circuit Television
CDR Contract Deficiency Report
CFR Code of Federal Regulations
CMR Contract Manpower Reporting
COCO Contractor-Owned/Contractor Operated
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting Officer Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DD250 Department of Defense Form 250 (Receiving Report)
DD254 Department of Defense Contract Security Requirement List
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FAR Federal Acquisition Regulation
FPCON Force Protection Condition
HIPPA Health Insurance Portability and Accountability Act of 1996
IDIQ Indefinite Deliverable, Indefinite Quantity
JER Joint Ethics Regulation
JTR Joint Travel Regulation
KO Contracting Officer
LPR License plate recognition
NEC Network Enterprise Center
NVR Network video recorder
OCI Organizational Conflict of Interest
OCIE Organizational Clothing and Individual Equipment
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PA Property Administrator
PIPO Phase In/Phase Out
PLCO Plant Clearance Officer
POC Point of Contact
PRS Performance Requirements Summary
PTZ Pan tilt zoom
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
SOW Statement of Work
TE Technical Exhibit
UPS uninterrupted power supply
PART 3
GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES
3. GOVERNMENT FURNISHED ITEMS AND SERVICES:
3.1 General: No Government furnished supplies or equipment will be provided during the performance of the requirement.
3.2 Services: No Government furnished services will be provided during the performance of the requirement.
3.3 Government Furnished Supplies/Equipment: No Government furnished supplies/equipment will be provided during the performance of the requirement.
3.4 Government Furnished Property: No Government furnished property will be provided during the performance of this requirement.
PART 4
CONTRACTOR FURNISHED ITEMS AND SERVICES
4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:
4.1. Contractor Furnished Items. Everything included in this paragraph and its subparagraphs is basic to the contract and should be included in the contract price.
4.1.1. The Contractor shall provide all labor, supervision, transportation, vehicles, supplies, equipment, materials, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS and shall be included in the contract price.
4.2. Materials. The Contractor shall provide all necessary hardware, software and auxiliary devices, supplies, required to complete operation of the megapixel HD IP CCTV and license plate recognition camera system and recording device. The Contractor will provide the necessary equipment needed to safely remove the existing system.
4.3. Equipment. The Contractor shall furnish all plans, labor, equipment, material and shall have the appropriate certifications to install the Avigilon Camera system. All hardware, software and auxiliary devices required to complete the operation of the HD IP CCTV and license plate recognition camera system to meet the requirements under this PWS. If the execution of work to be performed by the Contractor requires the hiring of subcontractors they must be identified, and certified to work on the system and the work they will perform must be defined in advance.
4.4. Responsibilities of the Contractor. The Contractor shall provide a safe working environment for key consultants and all persons in his/her employ as prescribed by Engineering Manual (EM) 385-1-1, "General Safety Requirements" and 29 CFR 1910 "Occupational Health and Safety". The Contractor shall be responsible for all damages to persons and property that occur in connection with the work and service under this contract, without recourse against the Government. The Contractor shall provide maximum protection, take every reasonable means, and exercise care to prevent unnecessary damage to existing historic structures, contemporary structures, landscape plantings, natural features, roads, utilities, and other public or private facilities. Special attention shall be given to historic structures, natural and landscape features of the areas to protect these elements and their surroundings.
4.4.1. Permits and Responsibilities. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract.
PART 5
SPECIFIC TASKS
5. Specific Tasks.
5.1.1 The contractor will remove the existing DIBOS camera systems at the following locations:
- Cassidy ACP, which consists of three (3) PTZ's and four (4) fixed cameras located on the exterior of the Cassidy ACP
- Buffalo Soldier ACP which consists of three (3) PTZ's and nine (9) fixed cameras located on the exterior of the Buffalo Soldier and Ground Retractable Automobile Barrier (GRAB) net system located approximately 300 yards west of Buffalo Soldier ACP
- Chaffee ACP which consists of four (4) PTZ's and six (6) fixed cameras located on the exterior of Chaffee ACP
- MSG Pena ACP which consists of two (2) PTZ's and Five (5) fixed cameras located on the exterior of MSG Pena ACP
The contractor will also remove the existing Honeywell camera systems and recording devices at the Buffalo Soldier VCC, building 5400, and Chaffee VCC, building 1613.
The system must be removed and handled with care and intact so the system can be reinstalled at a separate location at a later time. The existing conduit will not be damaged or destroyed. The DIBOS Video recorders and monitors located in the mechanical rooms of each guard house; Cassidy Guard House, Bldg 2071, Buffalo Soldier Guard House, Bldg 5404, Chaffee Guard House, Bldg 2636 and MSG Pena Guard House, Bldg 11003 will be removed, handled with care so the system can be reinstalled at a separate location at a later time. All equipment will be inventoried at the time of removal by ACP and turned over to DES Physical Security Alarm Administrator (COR) or designated personnel (Project Manager) who will return the equipment to the DES Physical Security Alarm Administrator. Equipment will be turned over as soon as work commences at each of the ACP's. The Contractor will not consolidate equipment to be returned to the DES Physical Security Alarm Administrator from all 4 ACP's. Each ACP will be inventoried separately for property accountability.
5.1.2 The Contractor will provide all equipment, materials and labor necessary to replace the existing analog CCTV system with an upgraded Avigilon HD IP-based CCTV and license plate camera system (Installed at Cassidy ACP only) at Cassidy ACP, Chaffee ACP and Visitor Center, Buffalo Soldier ACP and Visitor Center, MSG Pena ACP, Old Ironsides ACP, CSM Barreras ACP, Sheridan ACP, PFC Minue and Tobin Wells Access Gate on Fort Bliss Main Post and East Bliss Military Installation with the ability be tied to the existing Avigilon system currently located at DES, 20709 Sergeant Major Blvd on East Fort Bliss. This includes cabling, network switches, media converters, mounting hardware, and licensing, The ACP's will employ a total of 59 HD IP-based CCTV. Equipment, license plate cameras and software and shall be completely compatible and configured and installed by network engineers and product support specialists in accordance with manufacturer's specifications. Vendor shall provide model numbers, serial numbers, and all additional supporting documentation of all equipment provided under this contract to the Contracting Officer Representative (COR). The Contractor shall be Avigilon Certified to perform the work.
5.1.3 The Contractor shall coordinate all work with on-site Government Contracting Officer Representative (COR) and with the Fort Bliss Network Enterprise Center (NEC) networking division for connection of the fiber and configuration/activation of the switch at the installation point. NEC is not responsible for the network switch.
5.1.4 The contractor will be responsible for the safe storage of tools, material and equipment to protect work against theft, injury, or damage, and carefully store material and equipment received on site which is not immediately installed. Contractor shall protect all areas to which the system is to be installed from damage by work or workmen and correct cosmetic damage caused without additional cost to the government. Delivery, shipment, and storage of required components for the installation of the system will be the responsibility of the contractor. The contractor is responsible for the removal/disposal of all packing material, excess items and debris that are not used as part of this contract.
5.1.5 Placement of cameras at Cassidy ACP, Chaffee ACP and Visitor Center, Buffalo Soldier ACP and Visitor Center, MSG Pena ACP, Old Ironsides ACP, CSM Barreras ACP, Sheridan ACP, PFC Minue and
Tobin Wells Access Gate will be conducted according to the DES locations diagram provided (see Attachments). Each ACP will employ HD IP-based CCTV day/night color cameras to monitor activity surrounding the ACP. The cameras must possess the ability to deploy an active IR filter system that is triggered in low light situations, switching between day and night visibilities. All cameras must have alarms inputs for future integration of alarm points (such as duress buttons). The cameras shall support user configuration of camera parameters including Camera name, location and security level. The license plate readers shall be both dual lane and single lane to be used in the inbound/outbound lanes of Cassidy ACP only. A dual lane reader will be used in outbound lane to ensure the camera picks up the appropriate vehicle exiting each lane. The Contractor must be Avigilon certified to perform this work.
Theses cameras will be wall-mounted, structurally supported via the body of the building. The day/night HD IP-based cameras shall have pendants, goosenecks or ceiling mount brackets, where applicable. It shall be impact resistant in construction. It shall have tamper resistant screws. Each camera and mount will be rated for up to 110 mile-an-hour wind gusts, be water and dust proof and should have a temperature rating of 0 degrees Fahrenheit to 120 degrees Fahrenheit. All exterior cameras must be compatible and integrated with the ability to be view at DES, located in Bldg 20709 Sergeant Major Blvd.
Camera specifications- Reference attachment for placement
Cassidy ACP- Reference Attachment for camera placement
Camera 1- shall be a Pan, Tilt, Zoom HD IP-based camera with minimum of 8.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 2- shall be a Pan, Tilt, Zoom HD IP-based camera with a minimum of 8.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment 2. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 3- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 4- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 5- shall be a Pan, Tilt, Zoom HD IP-based camera with minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 6- shall be a Pan, Tilt, Zoom HD IP-based camera with minimum of 8.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 7- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 8- shall be a dual fixed HD IP based license plate recognition camera with (infrared) IR to record license plates from vehicles exiting the installation. Camera shall be mounted between the two (2) lanes and have capabilities to distinguish a specific vehicle in the inside lane and the outer lane when two (2) vehicles are existing simultaneously. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 9- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 10- shall be a single lane fixed HD IP based license plate recognition camera with (infrared) IR to record license plates from vehicles entering the installation. Camera shall be mounted for viewing one lane. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS
Camera 11- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 12- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Buffalo Soldier ACP and VCC- Reference Attachment for camera placement
Camera 1- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 2- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 3- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 4- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 5- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 6- shall be a Pan, Tilt, Zoom HD IP based camera with minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment 2.Camera must meet the environmental ratings as listed in 5.1.5 of the PWS
Camera 7-.shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 8- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 9- shall be a Pan, Tilt, Zoom HD IP based camera with minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment 2.Camera must meet the environmental ratings as listed in 5.1.5 of the PWS
Camera 10- shall be a Pan, Tilt, Zoom HD IP based camera with minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment 2.Camera must meet the environmental ratings as listed in 5.1.5 of the PWS
Camera 11- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for viewing the entry and exit grab net barriers. Camera will be pole mounted using existing pole. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 12- shall be a fixed HD IP based camera with a minimum of 3.0 megapixels with (infrared) IR for viewing the entry and exit grab net barriers. Camera will be pole mounted using existing pole. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS
Camera 13- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 2.0 megapixels with IR for capturing customer facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 14- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 2.0 megapixels with IR for capturing customer facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 15- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 2.0 megapixels with IR for capturing customer facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Chaffee ACP and VCC- Reference Attachment for camera placement
Camera 1- shall be a Pan, Tilt, Zoom HD IP based camera with minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 2- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 3- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 4- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 5- shall be a Pan, Tilt, Zoom HD IP based camera with minimum of 8.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 6- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 7- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 8- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 9- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera10- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 11- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 12- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 2.0 megapixels with IR for capturing customer facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 13- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 2.0 megapixels with IR for capturing customer facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 14- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 2.0 megapixels with IR for capturing customer facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
MSG Pena ACP- Reference Attachment for camera placement
Camera 1- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 2- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 3- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 4- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 5- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 6- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 7- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with IR for capturing driver/passengers facial features. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 8- shall be a fixed HD IP based camera with a minimum of 5.0 megapixels with (infrared) IR for capturing vehicle make, model and color information. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Old Ironsides ACP - Reference Attachment for camera placement
Camera 1- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 2- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 3- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 4- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 5- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
CSM Barreras ACP - Reference Attachment for camera placement
Camera 1- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 2- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 3- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Camera 4- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 5.0 megapixels with the capacity to view the entire ACP area from the location and angle as positioned on attachment. Camera must meet the environmental ratings as listed in 5.1.5 of the PWS.
Sheridan ACP - Reference Attachment for camera placement
Camera 1- shall be a Pan, Tilt, Zoom HD IP based camera with a minimum of 8.0 megapixels with the capacity to view the traffic intersection of Haan Rd and Sher

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP