Security Camera Install Slidell, LA - NEW REQUIREMENT, NO INCUMBENT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561621. The small business size standard is $22.0M. The SCLS applies for St. Tammany Perish, LA.
This SOW is for the replacement of the existing CCTV analog system with an IP network video surveillance system, 4K or 1080p HD resolution or better, and be Blue Iris VMS compatible. This is a standalone system separate from the building VOIP system. Integration into the WFO system must be approved by SRH Systems Integration Branch Chief.
See attached Statement of Work for full list of requirements.
BRAND NAME REQURIEMENT: “Equipment to support camera equipment: Cisco Catalyst C9200L-48P-4X (48 ports full PoE+, 4x1/10G fixed uplinks). Tripp Lite 48-Port 2U Rack-Mount Cat6 110 Patch Panel, 568B, RJ45 Ethernet. Dell Precision 3930 rack mounted Windows 10 Pro Operating System with an Intel Core i7-9700K processor (8 Core, 12MB Cache, 3.6Ghz, 4.9 Ghz Turbo w/UHD Graphics 630), 64GB memory, 3.5" 4TB 7200rpm SATA AG-Enterprise Hard Drive. Equipment has been standardized within NWS and has passed all required IT security protocols. Specific equipment is required to ensure internal and external support. New items only, no refurbishments will be accepted.
PLEASE PROVIDE YOUR WILL OR WILL NOT STATEMENT PER 52.204-24 UNLESS YOUR REPS AND CERTS HAVE BEEN UPDATED IN SAM PER 52.204-26.
THE GOVENRMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST A CONFIRMATION OF THE QUOTE RECEIPT.
100% SMALL BUSINESS SET-ASIDE, FIRM FIXED PRICE, PURCHASE ORDER TO BE AWARDED TO TRADEOFF/BEST VALUE ACCEPTABLE QUOTE TO THE GOVERNMENT PER FAR 52.212-2.
PERIOD OF PERFORMANCE:
1 year from date of award
PLACE OF PERFORMANCE:
NWS WFO Slidell,
62300 Airport Rd,
Slidell, LA 70460-5243
WAGE RATES APPLICABLE:
THE WAGE RATES WD 2015-5189, REVISION 22 WILL BE INCORPORATED AND MAY BE VIEWED AT https://wdolhome.sam.gov/
SITE VISIT
Contact Melissa McIntier via email at Melissa.mcintier@noaa.gov Office: 228-369-4420 schedule a site visit.
See attached full Combined Synopsis with all terms and conditions which all vendors must be in compliance with to be eligible for award.
PROVIDE ALL DOCUMENTATION PER FAR 52.212-2 TO BE ELIGIBLE FOR AWARD.