Alabama Bids > Bid Detail

Over-Speed and Wrong Way Detection, Maxwell AFB, AL

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159491522871771
Posted Date: May 24, 2023
Due Date: Jun 5, 2023
Solicitation No: FA330023Q1111
Source: https://sam.gov/opp/6780b78fe3...
Follow
Over-Speed and Wrong Way Detection, Maxwell AFB, AL
Active
Contract Opportunity
Notice ID
FA330023Q1111
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AETC
Office
FA3300 42 CONS CC
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 24, 2023 02:44 pm CDT
  • Original Response Date: Jun 05, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5836 - VIDEO RECORDING AND REPRODUCING EQUIPMENT
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Montgomery , AL 36112
    USA
Description

Statement of Requirements



Over-speed and Wrong way detection





1. PURPOSE. The overall purpose and objective of the requirements is for Over-speed and Wrong way detection for the 42 Air Base Wing encompassing Maxwell and Gunter Air Force Bases. An Alabama licensed electrical contractor will provide all necessary supervision, labor, travel, tools, equipment, and other items necessary to safely complete the installation of all associated components. The installation must comply with all applicable industry standards or commercial requirements such as, but not limited to: TIA/EIA-570, Residential Telecommunications Cabling Standards, TIA/EIA-607, Commercial Building Grounding and bonding Requirements for Telecommunications, NFPA 70 National Electric Code (NEC), NFPA 101, Life Safety Code, NFPA 780, Standard for the installation of Lightning Protection Systems, etc.





2. DESCRIPTION OF ITEMS. The following items are required for performance under this contract: No specific brand name is required.





2.1. LIST ITEM AND IDENTIFY SPECIFICATIONS BELOW





2.1.1. Speed Measurement: Vendor must be able to troubleshoot, purchase, install, and run a speed measurement system like radar. Radar must detect vehicles approaching and if the speed is over the later determined threshold, alert the posted entry controller sentries.



2.1.2. Wrong Way Detection: Vendor must be able to troubleshoot, purchase, install and run detection equipment to identify a vehicle attempting entry in an outbound lane. Equipment must be radar, in-ground loop detector, or similar equipment to detect and alert the posted entry controller sentries.



2.1.3. Driver Notification System: Vendor must be able to troubleshoot, purchase, install and run detection equipment to identify a vehicle attempting entry in an outbound lane and trigger an LED flashing light to indicated the driver that they are attempting entry in the wrong direction.



2.1.4. All communication cabling will be concealed above a drop ceiling in existing cable trays or wire straps. Any cable unable to be concealed above a drop ceiling will be installed in EMT conduit and painted to match the surrounding surface unless otherwise specified. Any conduit installed on the exterior of the facility will be watertight metallic type and approved for wet locations.



2.1.5. Any penetrations in exterior walls will be sealed to prevent water penetration. Penetrations in interior walls will be sealed with an appropriate fire-block caulk.



2.1.6. Contractor will terminate and commission all supplied equipment.



2.1.7. All work must be accomplished during duty hours.



2.1.8. Contractor will provide the government representative with a schedule of work and allow periodic inspection of the work as determined by the government.





2.2 Vendor is responsible for providing all additional mounting hardware, not included with the purchased items, necessary to facilitate the installation of the purchased equipment and other items necessary to safely complete the installation of all acquired components.





CLIN 1: Purchase and installation of new equipment, as determined by the government. For the purposes This CLIN will be funded to meet the minimum at the beginning of the performance period and subsequently as requirements are identified and agreed to by the government.



CLIN 2: Troubleshooting, maintenance, and replacement of existing equipment to include but not limited to Radar, Loop Detectors, LED indicated signs, speaker (alert) system. This CLIN will be funded to meet the minimum at the beginning of the performance period and subsequently as requirements are identified by the vendor and agreed to by the government



CLIN 3: System management: Vendor will provide all required system management to include, but not limited to: operating system software patching, application version updates, firmware upgrades, user maintenance, new user enrollment, new configuration, etc. Vendor must respond to down/inop equipment within 5 calendar days.



3. DELIVERY REQUIREMENTS:





3.1. Vendor is responsible for receiving and storage of all parts.





4. INSTALLATION REQUIREMENTS: Contractor will install and configure equipment and if needed, run any communication wires needed for operation. Government Representatives in the Plans and Programs Section of the 42d Security Forces Squadron will identify the location and requirement/specifications/capabilities for new installations and/or replacement equipment if needed.





5. STANDARD WARRANTY: The contractor shall provide any Original Equipment Manufacturer (OEM) standard commercial warranty applicable to the products being purchased at no additional cost to the Government.





5.1. Prior to project acceptance, the contractor shall provide the customer with all manufacturer warranties as needed for any component incorporated into this project such as equipment manuals, literature, CDs and DVDs and other documentation on all equipment and software.





6. COLLATERAL SUPPORT:



6.1. Acquire any related permits that may be necessary for work performed.



6.2. Arrange access for installation into all applicable facilities in conformance with the installation schedule.



6.3. Provide storage space/staging area for materials.



7. SPECIAL REQUIREMENTS.



7.1. All wiring connections will be secured using standard connectors that meet standard fire codes for security systems. All wiring must be clearly labeled and wiring diagram provided to the government.



7.2. If upon a discovery of any communication problems, contractor and government representatives from the affected organizations will meet and trouble shoot the problem together.



7.3. A joint quality assurance inspection will be conducted prior to system turn over and system operability testing conducted.



7.4. The contractor will assign employees who possess certification to handle all required material handling, transportation, loading, unloading and product installation tasks to meet OSHA, base safety requirements and certification standards. The contractor will ensure product meets required safety standards at the time the project is finished and accepted by the customer. Contractor must provide the standard commercial product warranty certificate specifying warranty period for the system.





7.5. All wires that will be exposed will be routed through conduit. If cabling is running through the ceiling, it must be air plenum rated.



7.6. When finished, a complete set of as-built drawings will be submitted to the government in digital CAD format.



8. SECURITY REQUIREMENTS. The contractors will comply at all times with base security requirements to include base pass requirements and personnel security clearance.



8.1. Before arrival the contractor must mail or fax a visit authorization letter to the government representative listing the name, date of birth and place of birth of the individuals who will be working on the base. Contractor will be responsible for obtaining written permission/signature from each person’s name submitted for a background check to be completed. If a background check cannot be completed entry onto the installation cannot be granted.



8.2. Retrieving Identification Media. The contractor shall be responsible for retrieving all identification media including vehicle passes from employees who depart for any reason before the contract expires e.g. terminate for cause, retirement, etc.



8.3. Traffic Laws. Contractor and employees shall comply with base traffic regulations.



8.4. Weapons, Firearms, Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition on themselves or within their contractor owned vehicle or privately owned vehicles while on base.



8.5. Physical Security. The contractor shall be responsible for safeguarding all government property, and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured.



9. SAFETY:



9.1. Safety. The contractor must have a safety and health plan for their employees. The contractor shall instruct each employee in the recognition and avoidance of unsafe conditions and regulations to his work environment to control or eliminate any hazards or other exposure to illness or injury.



9.2. Accident/Incident Reporting and Investigation. The contractor shall record and report to the CSO all available facts relating to each instance of accidental damage to government property or injury to either contractor or government personnel. The contractor shall secure the accident scene and wreckage until released by the accident investigative authority through the CSO. If the Government elects to conduct an investigation of the incident the contractor shall cooperate fully and assist the government personnel until the investigation is completed.



9.3. Subcontractors Safety. The Contractor shall be responsible for ensuring his/her subcontractors comply with all provisions of this contract.



10. GOVERNMENT POINTS OF CONTACT:



MSgt David Spencer



Building 943



130 West Selfridge



Maxwell AFB, AL 36112



david.spencer.9@us.af.mil



334-953-9595


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 50 LEMAY PLAZA S
  • MAXWELL AFB , AL 36112-6334
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 24, 2023 02:44 pm CDTSources Sought (Original)

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 >