EFTA00060302.pdf
PDF Source (No Download)
Extracted Text (OCR)
US. Department of Justice
Memorandum
Federal Bureau of Prisons
%ICJ:New York
Ralltilli
MEMORANDUM FO
ab
FROM:
n
MCC New York
Ala &w rest
ISO Pn:k Row
,Vev rook NI' 10007
September 6, 2018
SUBJECT:
Request to Exceed Work Order Finding Limitation
MWR 18158 - Replace Camera Recorders
MCC New York
As described in the Facilities Operations Manual PS4200.12,
Chapter 2, Page 4, I am requesting your approval to exceed the
$10,000.00 work request funding limitation for Minor Work
Request (MWR) #8158. This MWR is required to replace (2) DVRs
for the NICE camera system, the encoders and decoders as well as
rack mounts and power supply, the server, purchase a recorder
redundancy license for 350 channels, install 272 cameras and
upgrade software for said systems. The vendor will also provide
4 hours of on-site training for operators and administrators.
I certify that materials have not been ordered and construction
work has not been performed on MWR #8158.
MWR Estimated Cost: $600,030
Funding Decision Unit: El
Estimated Staff Man Hours: 800
Estimated Start Date: December 1, 2018
Estimated Completion Date: February 9, 2019
I have included MWR 48158, Schedule of Cost Input (SCI) and
Independent Government Estimate (IGE) for your reference.
If you have any questions or concerns regarding this matter,
please contact me directly.
EFTA00060302
U.S. Department of ►ustice
Memorandum
Federal Bureau of Prisons
'IC: Yea. Yuri
MEMORANDUM FOR
FROM:
SUBJECT:
MCC Nov
ISO Path Arm.
f:ra• Park NY IOW:
September 6, 2018
NORTHEAST REGION
MCC New York
Request to Exceed Work Request Funding Limitation
MWR #8158 - Replace Camera System
MCC New York
It has come to my attention that the work request referenced
above will require MCC New York to exceed the $10,000.00 work
request funding limitation. Therefore, I am submitting this
request for approval to exceed the funding limit policy. This
request is submitted in accordance with the guidelines set forth
in Facilities Operations Manual, PS4200.12, Chapter 2, Page 4.
The statement of work for this project is as follows: This MWR
is required to replace (2) DVRs for the NICE camera system, the
encoders and decoders as well as rack mounts and power supply,
the server, purchase a recorder redundancy license for 350
channels, install 272 cameras and upgrade software for said
systems. The vendor will also provide 4 hours of on-site
training for operators and administrators.
I certify that materials have no: been ordered and construction
work has not been performed on the minor work request referenced
above.
Work Order Estimated Cost:
$800,000
Funding by Decision Unit:
El
Estimated Staff Man-Hours:
800
Estimated Start Date:
December 1, 2018
Estimated Completion Date:
February 9, 2019
EFTA00060303
All supporting documentation is attached for your reference. If
you have any further questions or concerns regarding this
matter, please contact me.
AttachMents: SCI, IGE
EFTA00060304
FAC 2.5 - Schedule of Cost Input (SCI)
Date
8/24/2018
Request
Initial
Institution
MCC NEW YORK
Category
General Repairs
Project Title
Replace Camera System
Object Class
FY18
FY19
FY20
POS WY
S x 100
POS WY
5 x 1000
POS WY
$ x 1000
11.1 Full-Time Permanent
11.5 Other Personal Compensation
12.1 Personal Benefits: Civilian
21.0 Travel and Transportation of Persons
22.0 Transportation of Things
23.2 Rental Payments to Others
23.3 Communication. Utilities and Miscellaneous Charges
24.0 Printing and Reproduction
25.0 Other Contract Services
19
767.4
26.0 St.pplies and Materials
32.6
31.0 Minor Equipment
32.0 Land Structures
Total
800.0
0.0
0.0
Total
800.0
Total In Dollars
5840,000.00
_
Currently, MCC New York has two ninety six (96) channel DVR's which have failed repeatedly,
leaving critical areas of the institution without video coverage. There are no OEM replacement parts
Current
available for purchase to repair the recorders. The current recorders use obsolete technology which
Conditions
cannot be upgraded without upgrading equipment. They are unsupportable, unreliable, and have
exceeded their life expectancy. Cameras and recorders are an essential component which supports a
safe and secure environment for both inmates and staff.
We propose to hire a contractor to replace two existing ninety six (96) channel DVR's with a new
three hundred fifty (350) channel NVR systems configured at 4CIF, 15FPS to RAID 6 array for 14
days, provide a redundant recorder in a Plus (1) one configuration, replace the existing AMS server
and Decoder, install two hundred seventy two (272) cameras, and provide four (4) hours total of on-
Proposal
site training for operators and administrators on the latest software package.
a. MCC New York, 150 Park Row, NY, NY
b. N/A
c. N/A
d. N/A
e. N/A
f. Quote
g. Contractor. in-House
h. Contractor: Communications ($767,411.25), In-House: Electrical ($325,78.75)
i. N/A
j. This project will comply with all FBOP Technical Design Guidelines, seismic zone requirements,
environmental compliance, Life Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and
regulations as applicable to this project.j. Compliance has been addressed as applicable to this project.
inclusive of F80P Technical Design Guidelines, seismic zone requirements, environmental compliance. Life
Safety, NFPA, ADA-ABA, and Federal, State, and Local codes and regulations.
k N/A
Flop Technical Design Guidelines, seismic lone rectubernents environmental compliant', life Safety, NFPA, ADA-ABA, and Federal, Slate, and local codes and
refutations have been reviewed or It AM services are required must alt be addressed In the proposal section of this Justification.
Page
EFTA00060305
Independent Government Estimate (IGE
Institution:
MCC New York
Project Title:
Replace Camera System
Category
Object Class
men .Hours
25 (Contract)
26 (In-Houle)
1
General Requirements
2
Sitework
3
Concrete
4
Masonry
5
Metals
R. Structural
b. Miscellaneous
1
6
Wood & Plastic
7
Thermal I Moisture Protection
a. imulstion
8
Doers & Windows
9
Finishes
a. Paint
b. Sooting
c. Ceing
el. Other
10
Specialties
11
Eou:pmtat [See Attachment)
12
Furnishings
13
Special Construction
14
Conveying Systems
15
Mechanical
a. Plumbing
b. HVAC
16
Electrical
3. erinlarY
b. Secondary
532,578.75
400.00
c. Lighting
d Comrnunicat ore
5767,42 L25
400.00
TOTALS:
5767.421.25
532,57875
800.00
AA,-,t
Grand Tway
EFTA00060306
FBOP WO Tech
Facility Minor Work Request
NYM
8158
CPA2
TO: FACILITY MANAGER
FROM:
Facilities
llItt NYM
pawed by:)
(Department)
(Phone)
fluDdlog: GEN
Location: ENSTTTUTIO - THROUGHOUT-NE
Work LOCIrkal:
tra3
nun
You are requested ta perform the fottorAng wort
One rely elx (06) charnel RAJOicorirowed DVR has felled repeatedly. leaving allot] armee of the :Istituto:I writhed' recording caPablitYi
(Ospartnacti Mead Illgeetung
d Applable, teams oil safely preeautions are tolknrect te badesta, but net anted tol nitre WAG= NO CONFINED SPACE SKIRT'
Date Acta: 4244011
rely No.1 8158
You am authorized to perform the above work:
To Foreman: GA2 - Cann TeichrH. pedal
Skill: Commarkston
IF WORK ORDER WAS CREATED FROM A PM, ENTER PM WORK CRDER 0:
UM babas all materials tact
MOWS
Mats: CMPLT
Prteetty Na:
1
10,000
Out=
11.411
Unit Ptteit
12111
Or id Toast
IfApyilaMis, amen ad Si soutpacro boo INA WS end to oboor Now ea0 WON. PAN It
o Manta* Akaterrliird Is required or has been completed.
CI FTTARA process la required.
Foremen's Total Nowt
100
Chao Compiler:id:
4/74/2018
Upon comp!odan al work comp/we form and return to tha Holy Mennen
Wed Signature
Completion Comments:
CEM, puts no longer produced by man se
a contacted manufactwo. AD eveBatt hard drive are second hand or ran.
1
EFTA00060307
F.S. Department of Justice
Fedend Bureau of Prisons
Il;nlunchn,. DC 10.14
September 14, 2018
MEMORANDUM FOR
NORTHEAST REGION
PROM:
SUBJECT:
Request Yo Purchase Electronic Equipment
CCTV
Metropolitan Correctional Center (MCC) New York
This is in response to your request for a technical review of the
equipment listed below for MCC New York. As required by Facilities
Operations Manual, your request to purchase Electronic Equipment
that exceeds $25,000 has been reviewed and approved. For reference
purposes, this document is assigned as EEA 2018-0913-b.
350) Enterprise software upgrade for video channels from pre-Net 2
.0 to Net 3.1, NV-ENT-CHVUPG-PNET2 NET31 POS
1) Enterprise software package major version upgrade for site,
users and channels from NET 3.0 to Net3 .1, NV-ENT-MJVUPG
-NET2X NET 3.1
4) VisionHub Smart Video Recorder 9820, 2U with internal RAIDS +
Raidl BOTB net storage, NV-SVR9820-RIN 6-RIN1-80TB
11) NiceVision Encorder/Decorder rack mont kit, supporting 4
NVE/NVD 1002 (for non-XT models) , 6 NVE/NVD 1002 Power Supply
(for non-XT models) , 5 NVE1008 and NVE2016 or S AED1016 Power
Supply , NV-ED-RMKIT
22) NiceVision H.264 Encoder supporting 16 cameras at 30/25fps in
4CIF resolution includes dual PS, NV-NVE-2016
22) NiceVision Decoder 5204 supporting up to 4 video outputs (10),
NV-NVD-5204
1) ANS Sever, SGT-P.HS
EFTA00060308
17) Outdoor PTZ/1080P/X32/IP, Q6055-E
75) Corner/VANCAM/1.3MM, Q8414LVS
180) Indoor/Outdoor mini dome, 1080P, Q3515-LVE
Please note that additional approval is required through the
Information, Policy, and Public Affairs (IPPA) Division before
purchase
If ou have an • cations •lease call me, or have our staff contact
EFTA00060309
MEMORANCUM FOR
FROM:
SUBJECT:
US. Department of Justice
Pell!' al Buteau of Prison,.
IntiVivi. DC 205.:4
September 20. 201K
NOPTWEAST EECION
nssista
ttrector
for Administraticn
Request to Exceed Work Request Funding Limit
Replace Camera System
Metropclitian Correctional Center MCC) New York
This is an approval of your September 11, 2013, request to exceed
the spending limit of 550,000 on Work Request #8150, Replace Camera
System, at MCC New York. This work request is to replace the current
degraded camera system. The total cost of this work request is not
to exceed $000,000. Please note that additional approval is
required through the Informaticn, ?cl:cy, and Pcblic Affairs (IPPAI
Division.
If ou have an
uestions, lease call me or have our staff contact
cc:
EFTA00060310
O.S. Department of Justice
Federal Bureau of Prisons
Memorandum
MCC New York
MOD 0321-19
MOD 0002
MEMORANDUM FOR CONTRACTING
Reply
ATTN 0
SUBJECT:
Modification Request
Vendor:
Anixte:
Fund Control Number: TP120240
RP Number: 1128-18
Total Amount of Current Purchase Order: $34,089.28
Requesting Amount (+/-): -$9,171.00
New Amount of Purcnase Order: $24,918.28
September 11, 2019
Reason for Mod: Please remove line item 6 from modification 1 ($13,350.00) and
add line item Li? from the attached quote (54,179.00) to the purchase order.
The cost per unit of several items within the quote have changed resulting in
a significant difference in the purchase amounts. Please see attached quote.
Please modify line item(s):
Enter
Enter
Item No.: or Supply:
6 Supply
1317 Supply
Enter
Enter
Service Current
Enter
Unit Change In
Qty:
Price:
Qty (+1.):
7500
51.7800
-7500
0
-10:5600S0.5572 7500
New Dollar
New Qty: Subtotal:
0
-$13,350.0000
7500
54,179.0000
0
50.0000
0
50.0000
EFTA00060311
16BNYMUIFTP1202401POD002 Page I of 6
AMENDMENT OF SOLCITATIONIMODIFICATION OF CONTRACT
1. CriftlIACT 63 COOS
GS-07F-60601t
I mtempueinatOOMICAtair main
P00002
s. raSUCO or
3 CFFLCIlvt oare
1021 /2019
I 5BNYM
4. RtOurarnOreOurtattni IWOMMIHni tumult
1128-18
a nor
mann N
rePlegrei
Federal Bureau of Prisons
MDC Brooklyn
P.O. Box 329001
Brooklyn. NY 11232
CODE
(0
BRO/
S. NAM NO MORES, Of CONTRACTOR (Mareat MIN( May. OS end Intel
ANDCTER
Debi Maw Ac
ANDCTER
2301 PATRIOT BLVD
GLENVIEW IL 60026-8020
1. AdardeliTEAE0 eV Manrwm am4
ccoa BrrEF
Federal Bureau of Prisons
Roams Garcia
NE Finance Ceuta- FC1 Fort Dix
NE FINANCE CENTER
BLDG 57S6 HARTFORD ROAD
Joint Base MDI N 0864) iA atarnomon or trouctranOrr autiSIR
It BATED (SEE ITEM II)
trier 1A/1617RS
toA MOOPICATION V COMPACT/ORDER
/RIABER
15BNYM18FTP120240
TOL TATE° 1W /TEN 1M
I Fars rrtr rnnF 0475/11RSI
0924/2018
II. TIM ITEM ONLY APPLIES TO AMENDMENTS OF SCILIC1TAT1ONS
O The above mattered mactLerion Li *mended Ila VII lorth In Ham 14. The torn and dela apiciSod lor maipt 01 05ars
O
Is eand40.
O
es nu enurnad.
Mars maal acknoMertge rnpl of Ut amendmal gala Jo the hour and dale spedb4 bl RN selleleSel a an FiFIFLUF. by Ese of The ScrOnAng rothotif (5)
By compoing Items 6 and 16, sad reaming
copies of gd orrandleant; (a) By scbirwaedgiv receipt of It* amendment on each copy 44 INT
aver anbmIttad: or (c) By sepatille MINT or MIIMION4 cortanunkallon Mach kidudes a ran=
to the innaatIon and arendraanI numbers FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECENED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY
RESULT IN REJECTION OF YOUR OFFER. It by *we M this amenstreenteou epee to ohne an odor already oubnebed, such China MY be made by M. of
sent corrnunicaeon. prO34600 urn leer or Scion* correnuntabon mikes ree twee to the scacItalbrt and Ude trnendeneM, end Is rectaired Mar to the operMg
tour and data spodBod.
12 ACOPLIGING AND APPROPRIAMNOATA(Fraauken
SA-2018-02-FP0214S2P1-2699-2018
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.
IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14.
CHEM ONE
MHO CHANGE ORDER IS ISSUED PURSUANT TO (Spray rethoolly) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NUMBER IN REM taA.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS mODIFIEO TO REFLECT THE ADMINESTRATWE CHANCES (itch as changes In paying tact
dais. Mc) SET FORTH IN ITEM U. PURSUANT TO DIE AUTHORITY OF FAR 43.103(0).
oppropdolion
C. DRS SUPPLEMENTAL AGRPEArrall es ENTERED INTO PURSUANT TO ALTIPIORTT'Y OF:
X
a OTHER (Sn* Sr ohnocefican at artleadt4
SEE BLOCK 14.
C. ditaCalTANT: Candor
Okra
O Is maned asp oo. Ooahme. and MOM MPS N to fl ag Mkt
14. OESCRiPTION Of AMENDICHTMOCa7CATION fOrweinre ap MA moron reacatea hay
atacrafinytonfred Man MI" *ten MSS.)
MODIFICATION TO DECREASE FUNDS.
ORIGINAL PO: S 34,089.28
DECREASE BY: 5.9.171.00
NEW AMOUNT: S24,918.28
NO OTHER CHANGES NEEDED AT THIS TIME.
sap M garrMaa hash, al SP •71 Cralreelse armances ttranaced in tom SIA ca. IDA n 1Wrylatara &arcs( ;wren tr.:hugs] sedate. farm at duct
EFTA00060312
15BNYM18FTP1202401P00002 Pogo 2 of 6
Table of Contents
Section
2
3
4
Aeserl ion
Page Number
Solicitation/Contract Form
Commodity or Services Scbedule
•••••••
• •
• •• • •-•m•.•
00*
Contract Clauses
....•••
52.232-18 Availability Of Funds (Apr 1984)
List of Attachments
•••••••••••••
•••••••••
•
•
• ••••••• •
• ••••••••••
••••••
••••••••••••
••••••••••
••••
. 5
EFTA00060313
158NYM18FTP120240/P00002 Page 3 of 6
Section 2 - Commodity or Services Schedule
MCC New York FIBER
Quote, Q002ROBV
GSA: GS-07F-6060R
SCHEDULE OF SUPPLIES/SERVICES
CONTINUATION SHEET
REM NO.
SUPPUES/SERVCES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
MFR PART Is CCH-OIU
Previous:
EA
Previous:
Previous: $3,250.65
PART• 180826
Closet Connector Houshg (CCM). Reek. Empty. One Rack Ural
High (1 RMU), Hoes Two CCH
Connector Panels
15.000000
Camp: 0.000000
Current
15.000000
$218.7103
Change: S0.0000
Currint
5210.7100
Change: $0.00
Current 53,250.85
0002
MFR PART • VFL.350
Previous:
EA
Previous:
Previous: $959.96
Visual Fault locator, 2.5 mm adapter
2.000000
Change: 0.000000
Current 2.000000
5479.9000
Change: 30.0000
Ctment
$479.9500
Change: $0.00
Current $959.96
0003
FCC-WIPES
Previous:
EA
Previous:
Previous: $28.44
348034
Fiber OplIc Chsan'ng Wipes,90 Wipes per Canister Unt free
2000000
Change: 0.000000
Current 2.000000
314.2200
Change: $0.0000
Current:
Change: $0.00
Currant $28.44
$142200
0004
MFR PART • 241201091000
Previous:
BX
Piteous:
Previous: $4912.10
PART • CM 0042180N-7R6-02
Me19•Canduclor .Enhancsd Category 8 Nonbonded•
Pair Cables 4-palr U/UTP CUR Reel•In-Box Back
2000000
Change: 0.000000
Current
$2496200
Change: $00000
Current:
Change: 30.00
Current $4,912.40
20.000000
$245.6200
0005
M101253
Previous:
EA
Previous:
Previous $3,780.40
PART/ 371650
CATS+ KeyConneet Patch Panol.24-port 1U, Stack
20.000000
Change: 0.000000
Current
20000000
$1890200
Change: 50.0000
Current
$189.0200
Change: $0.00
Current $3.780.40
EFTA00060314
15B NYM1SF7P120240/P000 02 Page 4 of 6
0008
373COR5.3-10RA-12
Previous:
FT
Previous-
Previous: $13.350.00
CORNING-C 01203F-31131-A1
124 8.3/125 SOB IN/OUT RISERIAY1.00.75 D8/104 ARMORED
FREEDN ONE
7,500.000000
Change:
-7,500.000000
Current 0.000000
$1.7800
Change: 30.0000
Current $1.7500
Change: ($13,350.00)
Current $0.00
0007
2117010J
Previous:
EA
Previous:
Previous: $227.70
387711
Cable Conner:loci-Piece:Cat 6. RJ45.026- Cable Outer Diameter
100 porter
3.0:0000
Change: omen)
Current 3.000000
575.9000
Change: $0.0000
Current:
Change: $0 00
Current $227.70
575.9000
0008
100054C
Previous:
Et
Previous:
Previous: $188.60
456271
EZ-RJ PRO HD Crrip Tool,(Cat5 5 Caen Clemente
2.000000
Change: 0.0000
Current 2.000000
593.2500
Change: 50.0000
Currant
5932500
Change: $0 .00
Current. $155.50
0009
tilM02-BNTEC8-02
Previous:
EA
Previous:
Previous: 52178.00
BELDENENT C801100002
CBL ASSY MOD 24-4 PR SOLO CATO+ IP5 BONDED TSBCPV8
CMR 2FT BLACK
400.000000
Change: 0.00000
Current:
400.000000
58.8900
Change: 50.0000
Current 58.6900
Mange: 50.00
Current $2,875.00
0010
R51215-20
Previous:
EA
Previous:
Preelour $1,385.80
246718
ILI Rack4Aounl Pow Strip,120V,20A,5 20P 12 Outlets (8 Front-
Fenno, 8-Rear-Facing) 15 ft. Cool
20.000000
Change: 0.0000
Current
5692900
Change. 50.0000
Currant:
Change: 50.00
Current 51.315.80
20.000000
589.2900
0)11
207404
Previous:
EA
Previous:
Prevkass: $1,496.40
CORNING-C CCH-CP12-19T
12 PORT PANEL ST SM LOADED USE WITH CCH ENCLOSURE
20.000000
Clunge: 0.0000
Current
574.9200
Change: 50.0000
Current:
Change: $0.00
Current $1,498.40
20.000000
574.9200
5312
FI-500
Previous.
EA
Previous:
Previous: $1,833.03
610589
Fiber OpLY Inspection System Includes • hendinkl
color display auto-focus Inspection scope and 4
Ups for LC and SC style bulkheads and 125 and 2.50mm paten
cords.
1000003
Change: 0.00000
51.833.0300
Change: 50.0000
Change: 5000
Current $1.833.03
EFTA00060315
158NYIA18FTP120240/P00002 Page 5 of 6
0013
373- COR8.3-TBRD-12
CORNING-C 012E8F-31131.29
12•F 0.3/125 TB IN/OUT RISER 1.0/0.75 DB/KM FREEDM ONE
Gummi: 1.000000
Previous:
0 000000
Change.
7.500.000000
Conceit
2500.000000
Current
51.833.0300
Previous
50.0000
Change: $0.5572
Current 505572
Previous: $0.00
Chang. 54.179 00
Current S4,179.00
PREVIOUS TOTAL
CHANGE
CURRENT TOTAL
534,08928
($9,171.00)
$24,918.28
FUNDING DETAILS:
ITEM
NO.
FUNDING LINE
OBUGATED AMOUNT
ACCOUNTING CODES
N/A
1
Previous: S340/39.28
Change: (39,171.00)
Current $24,918.28
SA-2018-02-FP021452P1.2699.2018
PREVIOUS: $34.08928
CHANGE: (59.171.00)
CURRENT: 524.918213
Small Business Set Aside
Section 3 - Contract Clauses
Clauses By Full Text
52.232-18 Availability Of Funds (Apr 1984)
Funds arc not presently available for this contract. The Government's obligation under this contract is contingent upon the availability
of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any
payment may arise until funds arc made available to the Contracting Officer for this contract and until the Contractor receives notice
of such availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
EFTA00060316
15BNYM18FTP120240IP00002 Pogo 5 of 6
Section 4 - List of Attachments
No Clauses
No Attachments
EFTA00060317
LIMITED-SOURCES JUSTIFICATION
UAW FAR 8.4 13.106-3
1. REQUIRING AGENCY: DOJ/Bureau of Prisons. MCC New York. 150 Park Row. New York. NY 10007
2. NATURE/DESCRIPTION OF ACTION: Limited Sources Justitcation in accordance with FAR 8.405-6(a)(1RA) and
13 106-3(b)(3)(i) Urgent and Compelling Need
3 DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S: The Agency requires two (2)
Nscevision Professional Smart Video Recorder Digital Vcleo Systems to be supplied and installed at MCC New York. This
requirement includes the provision of all equipment and labor for the replacement of existing DVR system with an
upgraded NVR system MCC New York has two ninety six (96) channel DVR's which have faked repeatedly. leaving
critical areas of the institution without video coverage. There are no OEM replacement parts available for purchase to
repair the recorders The current recorders use obsolete technology that cannot be upgraded without upgrading the
equipment. The current equipment is unsupportable, unreliable. and has exceeded rs life expectancy Cameras and
records are an essential component that support a safe and secure environment for both inmates and staff. It is unusual
and compelling urgency to meet this requirement to maintain supervision of exit doors in the inmate housing areas,
safeguarding government property. and to avoid seriously bodily harm
The estimated value of this requirement is 5696 108 99
4. AUTHORITY: Acquisition is conducted under the authority of the Muttipte-Award Schedule Program - 41 U.S.0 152(3)
In accordance with FAR 8 405-6(a)(1)(A) and 13 t06-3(bX3)(i) an urgent and compelling need exists, and blowing the
procedures would result in unacceptable delays
5. DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF
THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED: MCC New York is a Federal Prison and safety and
security is of the utmost importance. A proper functioning security system is vital to carrying out our mission. The
procurement of the NICE Vision upgrade vigil allow appropnate video storage. playback and still images capture. as well as
the ability to control the PTZ camera for security needs within a prison setting where video footage is reviewed routinely to
determine improper activity within the institution and is often used to support *ga: cases Failure to have this capability
puts the institution at an extreme risk and liability Additionally. we lost recording capabilities in some areas which made
this an urgent and compelling need Failure to make this award immediately would result in safety and security concerns
for staff and inmates and increase liability to the government.
SigNet Technologies. Inc. (SigNet) is the current provider of all Digital Video Recording Systems Maintenance Services for
the Bureau of Prisons (BOP) These services are procured under Blanket Purchase Agreement DJBP00700NASEIPA113
SigNet is also an approved distributor of NICE products and can provide the required supply of equipment and installation
of the upgraded system under the terms and conditions of Federal Supply Schedue GS-07F03227
The recording system, required to be connected to the existng BOPNET (Bureau of Prisons Network) WAN system, must
follow strict IPV6 protocol standards. Currently. the NICE Whole System is approved for BOPNET and is maintained by
SigNet under the terms and conditions of GS-07F0322T Any other system that has not been approved must be vetted
and evaluated prior to utilization This process would take between six months to one year
SigNet is ready to receive the delivery order for the supply and nstallation of the NICE recording system
6. BEST VALUE: Pricing proposed is comparable to previous prices pad for similar requirements and is in line with the
government estimate provided by Bureaus facility staff It is in the government's interest and in my determination issuing
an order under the terms of GS-07F-03227 represents the best value for this reourrement consistent with FAR 8 404(d)
7. A DESCRIPTION OF MARKET RESEARCH CONDUCTED AND THE RESULTS: A brief review of the contractor
listing for FSS 84. SIN 246 60 1 revealed SigNet holds a current FSS contract SigNet is a known contractor who has
established a record of satisfactory performance in servoing security systems across the Bureau SigNet is capable of
meeting the requirement at a reasonable price and due to the urgency in obtaining this equipment no other sources were
considered
EFTA00060318
8. ANY OTHER FACT SUPPORTING THE JUSTIFICATION: In accordance with FARB 405.6(a)(2)(iv) this Justification
will not be posted to the Government Point of Entry (GPE) due to security risks A public posting that MCC New York
currently has an unstable and often-inoperable video recording system. could potentially endanger inmates and staff
safety
9 ACTIONS TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE ANY SUBSEQUENT
ACQUISITIONS: This action is necessary due to existing security concerns of failing equipment that is essential to the
safety of staff and the inmate population incarcerated at MCC New York Future requirements of similar magnitude will be
ordered in accordance with the procedures at FAR 8.405-1(d) on a competitive basis as circumstances allow
TECHNICAL CERTIFICATION:
I hereby certify that the supporting data provided by the technical and requirements personnel that for the basis for
ustificati
t• th- -st of my knowledge
I?-
Date
In accordance with FAR 8 405.6(d) and BPAP 8 405.6 I certify this Justification is accurate and complete to the best of
knowledge and belief.
SUBMITTED BY:
CONCURRENCE
MCC New York. NY
Field Acquisition Office
MEM
Acting Procurement Executive
Date
Date
EFTA00060319
APPROVAL
ItFtr
il
wlo r for Administration
Competition Advocate
Date
EFTA00060320
MCC NEW YORK
15BNYM18FTP120150
Pogo 1 of 15
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 1Z 17, 23, 24 4 30
I. INOUISITION MAWR
1064-18
2. CONTRACT NO.
GS-07F-0322T
3. AWANDOTECTIYi
DATE
09/21/2018
l 0110E114/DER
15BNYM18FTP120150
6.S&J JTATIONTNNgR
G. SOU:RATION ISSUE
DATE
T. FOR SOLSCITATION
INFORMATION CALL:
a. PONE
. TELEPHONE N.PALID3 a aNT oil)
/OFFER DUE DATE/LOCAL
RUE
S. ISO= SY
CDOE
I
Federal Bureau of Prisons
I simiym
It
•
•
TIE ACOWSIIION IS
smALL ma.“,
mozzitawau.
: riot o
Veeeit
wavaiso
Liani
WAIL MASCO
0
ii
O
0
UNREETR:CTED OR
notrekt et IWU askr-sa
axi
•
ImALL MAIM MCC/um
LOMIII
"
.
SET/ZOE:
% FOR
VW
rocs: 334512
STI STANDARD Employees
MCC New York
I SO Park Row
New York, NY 10007
II. ()FINERY FOR FOS DESTINATION
UNLESS BLOCH IS IdAME0
K
13a.
WE
salmi:Is
12. DGCOUNT TERNS
NET 30
THIS 03NTRACT IS A
K
'RATIO ORDER Ulan OP
usCORM
18 RATING
TA memo° or enverrAnon
RFO
0
IFS
II
REP
IS, DWYER TO
COOL
I lawn(
14. Amounts= or
I BNEF
Federal Bureau of Prisons
MCC New York
ISO Park Row
(0)
New York, NY 10007
Federal Bureau of Prisons
NE Finance Cenrer- FC1 Fort Dix
NE FINANCE CENTER
BLDG 5756 HARTFORD ROAD
Nadine MDL, NI 08640
R. CONTRAC
w
TOR/
COOS lem8695
I
me
PROUTY I i 7i 856222
Ian PAYNE/17MA a WOE SY
COCE
J sem
Federal Bureau of Prisons
ATTN: NYM ACCOUNT!
FCI Fort Dix
PAYABLE
P.O. Box 38
NER Finance Center - Acccounting
Joint Base MDL, NI 08640
SIGNET TECHNOLOGIES, INC.
12300 ICILN COURT
SUITE E
BELTSVILLE, MD 20705-1357
DUNS ITHIC
TELEPHONE NO.
IT% CHECKS. REMITTANCE LS DIE FERGIE AHD PVT SWIALIOREISS DI
TET. SULI4T MICCEri ADDRESS SHOWN In MOO( 1112 UTGESS BLOCK BELOW IS
CHEOCED
SEE ADO MUM
It
ITEM NO.
014N4R0 224)e00004420.4C62
21.
OtW4TTTY
22.
MIT
23.
ONITFRICE
24.
Delivery DEE 0908/2018
MCC NEW YORK - CAMERA SYSTEM
Provide services in accordance with the FSS, SOW and
technical proposal.
See Continuation Sheet(s)
(41. law a ate diami RIIRad Pow ..
,)
it ACCOUNTING AND APPROPRIATION DATA
SA-2018-02-FP021452P1.29F-3100.2018
XL TOTAL SAO AMOUNT (For Gott a
OH FA
8698.108.99
ETA. SEMOTATION INCORPORATES NY REFERENCE MR 12.212.1. 522124. FM 522124 N40 522124 ME ATTACKED. ADOENOIL I
TARE UME NOT ATTADIED
M. COMIPACTPURCKASE ORDER INCORPORATES Sy PREVRPICE FAR 13.2124 FAR 6.1.2114 IS ATT/CMII. ADORTIDA
El ARE 0
AM NOT ATTACHED
it CONTRACTOR IS RIOURED TO SKIN THS DOCUMENT AND *rum I cones TO
0 a AWARD Of CONTRICT: RC.
OFFER
ISSUINO OFFICE. CONTRACTOR AGREES TO FURICINAMIDELNER ALL ITEMS SET FORD.
DATED
. CAA Off ER ON UktrrAnom MOCK S)
OR OTHERWISE =Immo MOVE MD Cf1APIT ADDITIONAL SHEETS SUIL.ECT TO THE
:NCLUDING ANT ADOMOKS OR C ...CTS MIXT, ARE SET FORTH HSCIM.
TEARS MD CONDITIONS SPECIFIED
SIGIVOIFICE OF OFTERORCONTRACTOR
a
MIAS AM TITLE OF SCHER Mat CAPRON)
a
DATE SIGNED
AUTHORRED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE
Wbed by DIA -FAR (411 CFR) 11212
EFTA00060321
15BNYM18FTP120150
Page 2 of 15
10
ITEM NO.
20.
SCHEDULE OF SUPPLER/SERVICES
21.
QUANTITY
22.
UNIT
23.
UMT PRICE
21.
AMOUNT
O
RECEIVED
O
INSPECTED
ACCEPTED. AND CONFORMS TO THE CONTRACT. EXCEPT AS NOTED
3n. gitataTlater Or auf e0 RIM) GOVERNMENT
REPRESENTATIVE
33‘ DATE
3.2d. PFUNTED NAME AND TITLE or AUTHORIZED GOVERNMENT
REPRESENTATIVE
324. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE
321 TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32g. EMAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33 ]HIP NUMBER
34 VOUCHER NUMBER
3s. AMOUNT VERIFIED
CORRECT FOR
It PAYMENT
EICOMPLETE EIPARTIAL
37. CHECK NUMBER
In FINAL
I PARTIAL I
I FINAL
la SIR ACCOUNT NUMBER 39. SIR VCCICHER NUMBER 40. PAID BY
41a. I CERTIFY INS ACCOUNT 5 CORRECT AND PROPER FOR PAYMENT
424. RECEIVED BY (PrOQ
419. SIGNATURE MO TITLE OF CEA/VYING OFFICER
41c. DATE
4Th. RECEIVED AT (Local)
42e DATE RECD (YY/10490)
420. TOTAL CONTAINERS
STANDARD FORM 1449 WV. ern III BACK
EFTA00060322
15BNYMIIFTP120150
Table *Montagu
Page 3 or 15
Stain
llustIsuis
Easaliwalar
1
SolicitationCoatract Form
I
2
Commodity or Services Sebeduk
4
3
Contract Clauses
6
5221-603.70 Contracting Officer's Representative (COR) (June 2012)
6
2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (lune 1996)
6
5224-403.70 Notice of Contractor Personnel Security Requirements (OCT 2005)
6
52.27-I03-72 DOJ CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUNE
2004)
8
DJAR-PGD-15-02-1B Contractor Internal Confidentiality Agreements or Statements Prohibiting or
Restricting Reporting of Waste, Fraud, and Abuse - Solicitation - (DEVIATION 2015-02) (March
2015)
8
DIAR-POD-15-03 Security of Department Information and Systems
8
BOP 2852.242-71 EVALUATION OF CONTRACTOR PERFORMANCE UTILIZING CPARS (APR
. .. .-....- ............... ...-..-
13
508 COMPLIANCE WITH SECTION 508 OF THE REHABILITATION ACT OF 1973, 1998
AMENDMENTS
13
DAR-POD-15-02-2A Corporate Representation Regarding Felony Conviction Under Any Federal Law
or Unpaid Delinquent Tax Liability - Award (DEVIATION 2015-02) (March 2015)......... ........ ..
13
4
List of Aar-butanes
EFTA00060323
15BNYM18FTP120150
Page 4 of 15
Section 2 - Commodity or Services Schedule
SCHEDULE OF SUPPLIES/SERVICES
CONTINUATION SHEET
ITEM NO.
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
NV.ENT1CH
350.000030
EA
5239.4000
$83.790.00
Stogie License :or Nice Vision Enterprise package vIdeotaudO
channel
0002
NV-SVR9820.RINE.RIN1-80TB
4.000000
EA
522.184.4000
588.737 60
0003
VISIONHUB SMART VIDEO RECORDER 9820. 2U WITH
INTERNAL RAIDS • RAID 1 80T8 NET STORAGE
RECORDER R
0094
NV•ENT-P.I.IVUPG-NET2X NET31
1.000000
EA
50 0000
$0 00
ENTERPRISE SOFTWARE PACKAGE MAJOR VERSION
UPGRADE FOR SITE. USERS AND CHANNELS FROM NET 2.X
TO NET 3.1
0005
NV-NVII.52041
1.000000
EA
53.600 48:0
5320048
NICEVISION DECODER 5204 SUPPORTING UP TO 4 VIDEO
OUTPUTS (1U)
0006
MIS SERVER
1.000003
EA
94,389.0000
54,389.00
0007
N V.NVE.2016
22 000000
EA
52.493 7500
354.862 50
IC
NE V1SION H.264 ENCODER SUPPORTING 16 CAMERAS AT
30125FPS IN 4CIF RESOLUTION. INCLUDES DUAL PS
0098
10M62WR-B9
135.000000
EA
5517 3700
569.844.95
IP CAMERA
0009
SIGNET LABOR
1 000000
EA
5243.523.0000
5243 523 00
0010
NV.ED-RMK
11.003000
EA
5119.7000
51.316 70
NICE VISION ENCODER/DECODER RACK MOUNT KIT
SUPPORTING 4 NVE/NVD 1002 (FOR NOT-XI-MODELS). OR 6
NVE/NVD 1002 POWER S
0011
06055-E
OUTDOOR PT7J1080P/X32/IP
17.003000
EA
52.500.0000
542.500.00
0012
08414LVS
75 000000
EA
51,050.0000
$78,750.00
CORNER NANCAA1/1.33.1M
0013
T91L61
17.000000
EA
592.0000
51.39400
WALL MOUNT FOR 05055E
0014
798A1LVE
8000000
EA
5240 7200
51,925 76
MEDIA CONVERTER CABINET
TOTAL
5898.108 99
FUNDING DETAILS:
ITEM
NO
FUNDING LINE
OBLIGATED AMOUNT
ACCOUNTING CODES
N/A
1
$698.10899
SA•2018.02.FP021452P1-29F-3100-2018
TOTAL 5098.108 99
EFTA00060324
5BNYR118FTP120150
Page 5 o115
Large B
EFTA00060325
15BNYM1OFTP120150
Page 6 of 15
Section 3 - Contract Clauses
Clauses By Full Text
52.21.603.70 Contracting Officer's Representative (COR) (June 2012)
(a)fIFFF COLTON ,E,SCanatialitiffia , MCC NEW YORK (Area Code and TrIenhone Number) is hereby designated as the
Contracting Officer's Representative (COR) under this contract.
(b)The COR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provide
hereunder in accordance with the terms and conditions of this contract providing direction to the contractor which clarifies the con-
tractor effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying
aR invoices/vouchers for acceptance of the supplies or services furnished for payment.
(c) The COR does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed
tarns, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contrac-
tual obligations or the Scope of Work, the Contracting Officer shall issue such changes.
2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (June 1996)
(a) "Unsafe condition' as used in this clause means the actual or potential exposure of contractor or Government employees to a haz-
ardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other materi-
al or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requir-
ing safety controls.
(b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require
contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment proper conditions
and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure.
(c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the pres-
ence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas
in which they will be working.
(d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, dis-
coven the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee, (with written
notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the
contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property
that may be exposed to the unsafe condition.
(e) When the Government receives notice of am unsafe condition from the contractor, the panics will agree on a course of action to
mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will consti-
tute a dispute under the Disputes clause of this contract.
(f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and
local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material
including but not limited to the use, disturbance, or disposal of such material.
(End of Clause)
52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005)
Compliance with Homeland Security Presidential Directive-I2 (HSPD-12) and Federal Information Processing Standard Publication
201 (PIPS 201) I entitled "Personal identification Verification (NV) for Federal Employees and Contractors," Phase 1.
1. Long-Tam Contractor Personnel:
In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term 2 con-
tractor employee whose background investigation (BI) process begins on or after October 27, 2005:
a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents arc
listed in Form 1-9, OMB No. 1615.0047, "Employment Eligibility Verification," and at least one document must be a valid State or
EFTA00060326
Document Preview
PDF source document
This document was extracted from a PDF. No image preview is available. The OCR text is shown on the left.
This document was extracted from a PDF. No image preview is available. The OCR text is shown on the left.
Extracted Information
Dates
Phone Numbers
Document Details
| Filename | EFTA00060302.pdf |
| File Size | 2577.7 KB |
| OCR Confidence | 85.0% |
| Has Readable Text | Yes |
| Text Length | 37,733 characters |
| Indexed | 2026-02-11T10:23:02.510105 |