HomeMy WebLinkAboutexhibit2City of Miami, Florida Surveillance Platform RFP 04-05-013R
2.0. SPECIFICATIONS / SCOPE OF WORK
2.1 Background
The Miami Police Department is seeking to acquire one (1) complete and fully operational state-of-
the-art Surveillance Platform, utilizing the latest in digital technology, for its Organized Crime and
Terrorism Section.
2.2 Scope of Services / Specifications
The Successful Proposer shall be responsible for obtaining the vehicle new, year 2005 model (or
newer, as applicable), from an authorized dealer with the listed additional OEM options requested
and an extended factory warranty. The vehicle obtained shall be capable and outfitted to handle the
modification into a custom conversion surveillance platform. The Successful Proposer shall also be
responsible for transporting and delivering the vehicle to and from any locations during the
building/modification process at no additional cost. After the award of a Contract and during the
building/modification process, a site inspection shall be made available and provided by the
Successful Proposer to the City's authorized representative.
The Successful Proposer shall -have all work completed within their establishment and by personnel
under the direct employment of the Successful Proposer, to include addressing and finalizing repair
issues within the stipulated extended warranty period. Should any repairs need to be performed by
an authorized repair center honoring factory warranties, the required piece of equipment, should it
be feasible, shall be removed by the Successful Proposer from the platform and delivered by the
Successful Proposer for repairs. Under no circumstances will the platform be taken to any location
other than the Successful Proposer's establishment 4o have any work or repairs performed on it.
Should the vehicle need to be serviced or mechanically repaired while under the vehicle's factory
warranty, it may be transported to a local authorized dealer's repair facility, upon approval by the
City.
Successful Proposer, and its employees and sub -contractors, if applicable, shallensure complete
confidentiality in the manufacture and conversion of the surveillance platform.
A. Factory Vehicle Specifications
Full size FORD E250 series standard van .(102" .):
• Vehicle shall be suitable to accept a high top custom conversion package and
surveillance platform modifications
• Payload capacity shall be modified if necessary to ride and sit level after customized
surveillance package is added with a 2-person crew operating in the rear compartment.
• Vehicle shall be ordered with the proper package to include such standard options such
as: Power steering and Brakes, Electric windows and door locks, Air Conditioning,
Electric Mirrors and Premium AM -FM cassette/CD radio.
Drive train:
• Engine - 5.4 EFI V8, or better
• Transmission - 4-Speed Automatic with Overdrive, or better
• Rear Axle Ratio — 3.55 Axle Ratio, or better
7
Al IALriMt,ri 1 n t ur o
City of Miami, Florida Surveillance Platform RFP 04-05-013R
Requested additional upgrade packages:
• Exterior upgrade package (Chrome bumpers & Grille, Aerodynamic Halogen lamps)
• Remote keyless entry/panic alarm
• High capacity air conditioning (front & rear)
• Heavy-duty auxiliary battery
B. Custom Conversion Package
The vehicle shall be equipped with a high top Conversion Package obtained from a reputable
and factory authorized recreational custom van conversion company. It shall be the
responsibility of the Successful Proposer to select a factory authorized custom conversion
contractor/vendor, which does not void the vehicle's factory warranty by any modifications
performed. It is .also preferred that such conversion contractor/vendor be able to provide a
special conversion package to include exterior and partial interior work to help defer costs.
The conversion package shall include, but not be limited to, items such as:
• Interior matching upholstered front and rear (door panels, floors, ceiling and walls);
• 4 premium grade and matching high back captain chairs;
• window shades;
• wood trim;
• front console;
• indirect lighting;
• 3 custom ultra vista windows;
• deluxe exterior graphics;
• matching running boards; and
• wheel flares, custom rims and tires.
Final approval of the design, style, color and graphics and any options being provided by the
conversion company shall be pre -approved by the City's Contract Administrator prior to any
work being performed.
C. Surveillance Vehicle Conversion
• The vehicle's rear compartment shall be modified and outfitted to provide an electronic
surveillance platform for use by Law Enforcement Personnel.
• The Successful Proposer shall provide a detailed description of the conversion and what it
includes as 'standard workmanship (i.e.; insulation, wiring, upholstering, locks, lighting,
safety equipment, etc.).
• The Successful Proposer shall utilize reinforced welded framing to secure interior
flooring and walls to the vehicle's body with all possible voids filled with
environmentally safe foam insulation providing the highest possible R-value and
acoustical isolation advantage.
• Any and all materials used in the construction shall be free of any solvents, which could
cause physical or respiratory concerns in a close quarter, limited ventilation environment.
• The Successful Proposer shall construct a working equipment console designed to fit
transversely between the rear wheel wells and up to ceiling height as opposed to the
8
ATTACHMENT "A" PAGE 3 OF b
City of Miami, Florida Surveillance Platform RFP 04-05-013R
standard parallel left side Layout. (A preferred layout drawing has been provided to assist
you with this project design.)
D. Surveillance Conversion Specifications
Accordingly, the conversion of the vehicle —
• Shall have a bulkhead divider located behind the front seats with a sliding access door,
locking hardware and viewing port, and shall be designed to match with the interior
color scheme.
• Shall have a main electrical service panel with circuit protection to supply and distribute
power to operate AC and DC powered equipment Heart 2500 watt/50 amp charger unit
with Link 2000 Battery status panel and system controller, multiple ac 120 volt outlets
and 12 volt outlets located throughout the rear compartment / console for use to power
equipment not permanently wired into the system.
• Shall have one (1) self-contained electric compressed as cooling air conditioner able to)
provide a minimum of a 20 degree reduction of temperature below the ambient outside
air temperature, and such unit shall work independent to the air conditioning system
which comes with the vehicle from factory. The unit shall draw power from the on board
battery system of the surveillance package.
• Shall have two (2) Captain Chairs (matching design and color from conversion
company) mounted side by side on 360 degree swivel bases and Slide tracks able to
travel 2 to 4 feet as allowable.
• Shall have a combination of OPTIMA brand deep cycle sealed batteries to provide
adequate Amperage to operate the surveillance equipment for a minimum of 8 hours of
operation under a full load. Said batteries shall be mounted in a manner so as to facilitate
servicing utilizing removable containers/boxes with venting to the exterior of the vehicle
that can safely contain any seepage of fluids from the batteries.
• Shall have a custom designed rack mount system console. Designed to be permanently
mounted to fit transversely over the rear axle area with removable access panels for
servicing of electronics equipment. Voids between the console and the vehicle sidewalls
and ceiling will be finished where possible with matching materials. This console shall
be designed to house the electronic equipment above the work counter and the electrical
inverter and distribution breaker/fuse panel in the Iower section (preferably centered).
• All rear compartment windows shall be covered with custom "light tight" coverings with
viewing ports. The three rear locations designated to support cameras shall be
constructed to house a permanent, front pivoting pan & tilt assembly. The two side ports
shall be tailored cloth with removable infrared panels for each opening. Each port shall
have a camera lens boot that is removable when not in use.
• Shall have tactical red lighting on adjustable "goose neck" fixtures in the work area and
white lighting for illumination in rear compartment. Each fixture shall have individual
switches to control illumination.
9
AJ1ALttNlrtvl H raur. 4 ur
City of Miami, Florida
Surveillance Platform RFP 04-05-013R
E. Listing of Itemized Electronic Equipment
• Shall have two (2) Retractable video scopes each able to accept a motorized 10 to
250mm lenses and video camera. Video scopes are to be mounted on the roof (1-aft & 1
midship of the vehicle). Retractable video scopes must be designed to include: wick
detachable camera mounts, screw drive motor assembly, slip ring technology, 360 de;fie
rotation, variable speed control & anti glare window ports
• Shall have two (2) "Bogan" brand wall arm type brackets located near each
window/viewing port with 2 "Bo.gan" arm quick release and adjusting assemblies
• Shall have three (3) Front .pivoting Pan and Tilt motor assemblies fix mounted at each.
rear camera viewing port. Each assembly will offer covert viewing through a minimum
2.5" square window. It shall provide +/- 30 degrees pan & +/- 20 degrees tilt and able to
accommodate a 16-160mm motorized zoom lens and CCD camera controlled remotely
from the console.
F. Camera Control Station
• Shall have a single station master keyboard switcher/selector with joystick and video
input and distribution control unit (example: Pelco KBD 300 keyboard and CM6700
Control unit). The unit shall be able to accept multiple camera & PTZ motor inputs to
operate all the cameras mounted within the platform and have additional spare inputs to
accept additional sources i.e.: Microwave video receiver, external sources, etc.
• Shall have a five {5) Day/Night color cameras w/ Sony ex -view %" imaging CCD sensor,
must be capable of obtaining a minimum of 470 lines of resolution & operate at a
minimum illumination of 0.0] LUX. The camera's internal processor shall be capable of
automatically switching from color to black & white when low lighting conditions occur
to obtain clear images.
• Shall have two (2) "Watec" LCL-902K low light B&W camera with V2 " imaging CCD
sensor, 570 lines of resolution and able to operate in minimum illumination of .00015
LUX.
• Shall have two (2) 10mm to 250mm Cannon motorized Ienses.
• Shall have three (3) 16mm to 160mm Cannon motorized lenses.
• Shall have two (2) 2X lens extenders.
• Shall have one (1) Sony DCR-DVD 201 Mini DVD camcorder.
• Shall have three (3) 13" rack -mount Sharp Aquos LC13EIUB flat screen color monitors
with audio.
• Shall have one (1) Officer safety perimeter video monitoring system. Includes four (4)
Mini Digital zoom & pan tilt low light B&W cameras with one (1) real time Quad
inputted into one of the above monitors.
]o
ATTACHMENT "A" }A(,t, 5 ute b
City of Miami, Florida Surveillance Platform RFP 04-05-013R
• Shall have one (1) 7" Accelle. FD7GL LCD flip down T.V. monitor with amplified
antenna.
• Shall have one (1) 12 volt VHS -VCRs cable to record in 2,4,6,8,12 & 24 real tirne
format with Time and Date stamp and audio input (to act as an analog backup from
either DVR).
• Shall have two (2) rack mount multi -channel DVR (Digital video & audio recorder) each
with a minimum I60g hard drive. Each system must have a built in or external DVD
burner (primary recorders for Monitors A & B).
• Shall have one (1) Video on screen motion detection/alarm programmer, routed to
primary working monitor.
• Shall have one (1) AN "picture in picture" controller, routed to primary working
monitor.
Shall have one (1) Audio and Video distribution/router controller, only if needed as ran
additional A/V distributor/router.
• Shall have one (1) Sony UP-20 Color video printer with switch to accept video from any
source.
• Shall have one (1) Maxa beam illuminator w/ 1R (infrared) filter lens (MBD-430 kit).
• Shall have one (1) DTC permanent rack mount XPDK Super Triad 5 channel Microwave
Receiver kit (XPDK-550-ENG) (antennas to be mounted and concealed under high top
roof:).
• Shall have one (1) Vehicle perimeter audio recovery processor w/ covertly installed
microphones for optimum performance and Marantz PMD-670 2 channel digital recorder
audio recorder.
• Shall have one (1) Rack mounted DTC R-99-WS-RM VHF-RF receiver w/ audio
filtering system andcovert antenna.
• Shall have one (1) Intelligent Devices SES IV (speech extraction system) Audio
Forensics software system.
• Shall have one (1) Dell Laptop notebook "Inspiron XPS" Pentium 4 w/ HT 3.4G1-1z, with
all the listed upgrade and accessory options listed on the attached information as it
pertains to Dell, or most recent model with same/better configurations.
NOTE: THE ABOVE LIST OF EQUIPMENT SHALL BE USED AS A GUIDE. All
equipment being offered in the Proposal is required to meet or exceed the specifications listed for
each item. The City reserves the right to add or delete any of the above equipment prior to contract
execution.
11
ATTACHMENT "A" PAGE 6 -OF 6
City of Miami, Florida Surveillance Platform RFP-04-05-013R
2.3 Product Warranty
The Successful Proposer shall provide a minimum one (1) year warranty on all parts and labor on
the surveillance conversion package including any equipment not manufactured but installed within
the platform as part of the surveillance package, at no additional cost to the City.
The Successful Proposer shall handle and coordinate all manufacturer warranty repairs of such
equipment. The Successful Proposer shall additionally provide a two (2) year extended warranty in
addition to the original one-year warranty. The extended warranty shall include, at a minimum
costs of labor to diagnose and replace parts and equipment including those electronic com on
that fail to perform and are covered by the manufacturer. During the 'total stipulated warranty
period of three (3) years, should any repairs of equipment exceed three (3) business days, therefore
making the platform unavailable for use by the City, the Successful Proposer shall provide a
temporary part of equal or greater performance to replace the item in order to minimize down time
of the platform. This warranty should not apply to any damage caused from abuse, acts of nature or
vehicular accidents, and should not cover items that would normally fall under the scope of the
vehicle original factory warranty.
2.4 Delivery of Platform
Following the award of the Contract and during final Contract negotiations, the Successful Proposer
shall be required to meet with an authorized and designated representative of the City's Police
Department's Organized Crime & Terrorism Section, Technical Squad, to finalize the details of the
project. Upon approval and execution of the Contract, if applicable, it shall be a requirement that
the Successful Proposer produce the above -described fully functional surveillance vehicle within six
months (180 days). Failure to provide said surveillance vehicle within the specified timeframe will
be cause for liquidated damages to be assessed by the City at a rate of $100.00 per day, which will
be deducted from the invoice as mere compensation for the loss of not having the vehicle available
to conduct its police investigative activities.
2.5 Training
The Successful Proposer shall provide on -site training for four (4) persons applicable to the
operation of the surveillance platform and the proper handling of said equipment, at no additional
cost to the City. The training shall provide each operator with a full understanding of each pieoe of
equipment, its limitations and practical applications during day and night operations including RF
(radio frequency) and microwave equipment applications and limitations. At the conclusion of the
training, each student shall receive a certification in surveillance platform operations and handling
provided by the Successful Proposer.
2.6 Cost Proposal
Each Proposer shall refer to Section 5.1.1 Subsection 7 Cost Proposal, and detail any and all costs to
provide the required product and services as listed herein. The City reserves the right to add or
delete any equipment or change specifications as part of Contract negotiations with the Successful
Proposer, to ensure the platform remains viable, up-to-date, and state-of-the-art.
In addition to the cost of the platform and equipment, and the conversion of same, Proposer must
provide in its proposed cost(s) the additional two (2) years of the extended warranty period, as
applicable.
12