U.S. Department of Justice 4 Memorandum Federal Bureau of Prisons MOC New York MCC hew York 150 Pork Row Sew Vork, NV 10007 September 6, 2018 MEMORANDUM FO FROM: MCC New York SUBJECT: Request to Exceed Work Order Finding Limitation MWR #8158 - Replace Camera Recorders MCC New York As described in the Facilities Operations Manual ps4200.12, Chapter 2, Page 4, = 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 4 recorder redundancy license for 350 channels, install 272 cameras and upgrade soitware 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. MUR Estimated Cost: $600,090 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 #8158, 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. nn EFTA00060302

--=PAGE_BREAK=--

ix AR Stream ei U.S, Department of Justice aS P” ik Memorandum Say c : egy, Federal Bureau of Prisons MCE New York MCC News Vork 150 Park Bow New York, NY 10007 September 6, 2018 MEMORANDUM FOR NORTHEAST REGION FROM: MCC New York SUBJEC -) : 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 repiace (2) DVRs for the NICE camera system, the encoders and decoders as well as rack mounts and cower supply, the server, purchase a recorder redundency 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 the minor work request referenced above. Work Order Estimated Cost: $800,000 Funding by Decision Unit: El Estimated Stafi Man-Hours: 800 Estimated Steéert Date: December 1, 2018 Estimated Completion Date: February 9, 2019 EFTA00060303

--=PAGE_BREAK=--

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

--=PAGE_BREAK=--

FAC 2.5 - Schedule of Cost Input (SCi) Currently, MCC New York has two ninety six (96) channel! DVR’s which have failed repeatedly, feaving 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 OVR'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- 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 ($767,421.25), In-House: Electrical ($325,78.75) 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 FROP Technical Design Guidelines, seismic zone requirements, environmental compliance, Life Safety, NFPA, ADA-ABA, and Federal, State, and Lacal codes and regulations. k. N/A Pagel EFTA00060305

--=PAGE_BREAK=--

i AHA Replace Camera System independent Government Estimate (IGE MCC New York (See Attachment) lal Construction & Plastic jal & Molsture Protection & Windows Spec EFTA00060306

--=PAGE_BREAK=--

TO: FACILITY MANAGER (Entored by:) (Dopartment) (Phone) (Dopartment Head Bignature) Site: NYM Building: GEN Lecation: INSTITUTIO - THROUGHOUT THE Work Location: SS . gInioN—— abs ide iiss lei toad Gael we Oate Active: 4/24/2018 ‘Status: CMPLT PriorttyNo: 1 To Foreman: CM2-Comm Tech, Denis! Still: Communication 10,600 (Ff WORK ORDER WAS CREATED FROM A PM, ENTER Pi4 WORK ORDER @: Ust betow al] materials used: Dencriction Quantity yom Unit Price Total Grand Totat tf Applicable, ensure that the equipment has e MWi tabe! effbond in clear view and legible. MW! &: C1 Aatostes Abatement is required of has been compinted. Foreman's Total Hours: 2.00 C1 FITARA process is required. Dato Complated: 4/24/2018 _ Upon completion of work, camplete form end return to the Feciity Manager. Btaff Signature OEM, parts no langer produced by man segate coniscted manufacture. All avaliable hard drive are second hand or reman. EFTA00060307

--=PAGE_BREAK=--

MEMORANDUM FOR FROM: SUBJECT: US. Department of Justice Federal Bureau of Prisons Warlin chon, DO 20584 September 14, 2018 NORTHEAST REGION Request CCTV Metropolitan Correctional Center (MCC) New York © Purchase Electronic Equipment 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) 1 4) 11) 22) 22) 1) Enterprise software uograde for video channels from pre-Net 2 -0 to Net 3.1, NV-ENT-CHVUPG-PNET2 NET31 POS 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 VisionHub Smart Video Recorder 9820, 2U with internal RAID6 + Raidl BOTB net storage, NV-SVR9820-RIN 6-RIN1-80TB NiceVision Encorder/Decorder rack mont kit, supporting 4 NVE/NVD 1002 (for non-XT models) , 6 NVE/MVD 1002 Power Supply (for non-XT models) , 5 NVE1008 and NVE2016 or 5 AED1016 Power Supply , NV~ED-RMKIT NiceVision H.264 Encoder supporting 16 cameras at 30/25fps in 4CIF resolution includes dual PS, NV-NVE-2016 NiceVision Decoder 5204 supporting up to 4 video outputs (10), NV-NVD-5204 AMS Sever, SGT-AMS EFTA00060308

--=PAGE_BREAK=--

17) Outdoor PT2Z/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 a have -_ — — call me, or have aes staff contact EFTA00060309

--=PAGE_BREAK=--

US. Department of Justice Federal Bureau of Prisons September 20. 201% y m, at MCC New York. graded camera eed $800, d through the EFTA00060310

--=PAGE_BREAK=--

U.S. Department of Justice Federal Bureau of Prisons Memorandum MCC New York MOD 0321-19 MOD 0002 September 11, 2019 MEMORANDUM FOR CONTRACTING Reply ATTN © SUBJECT: Modification Request Vendor: Anixce: 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 Purchase Order: $24,918.28 Reason for Mod: Please remove line item 6 from modification 1 ($13,350.00) and adda line item 12 from the attached quote ($4,179.00) 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 Enter Enter Service Current Enter Unit Change in New Dollar Item No.: or Supply: Qty: Price: Qty (+/-): | New Qty: Subtotal: 6 Supply 7500 $1.7800 -7500 0 = -$13,350.0000 137 supply 0 ~$0:360080.5572 7500 7500 $4,179.0000 0 $0,0000 0 $0.0000 RECEIVED By 2: 9:44 am, sep 18, 2019 EFTA00060311

--=PAGE_BREAK=--

1SBNYM18FTP120240/P 00002 Page 1 of 6 AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT STF 060m NOMENTMODIFICATION NUMBER PPECTIVE OA FURGHASE REQUISITION NUMBER pan OE} ne PO0002 | 1128-18 Suto BY OMNES 5 other Men Men 6) Federal Bureau of Prisons — Federal Bureau of Prisons Roxann Garcia MDC Brooklyn BRO/ NE Finance Center- FCI Fort Dix P.O. Box 329001 fF NE FINANCE CENTER Brooklyn, NY 11232 BLDG $756 HARTFORD ROAD gint Bass MDI. NJ 0 0. NAME AND ADDRESS OF CONTRACTOR (Mumber, street counsy, state and ZP Code) rx | AMENOMENT OF SOLICITATION NUMBEP ANIXTER INC. Doing Susiress Ax ANIXTER ‘98. DATED (SEE /TEM 11) 2301 PATRIOT BLVD a nae SBNYMISFTP120240 OR. DATED (SEE ITEM 13) cone 36236128 feacomveonena7saigs) | 90242018 11, THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS [L] The above numbered solicitation is amended as sat for in liam 14. Tha hour and date specified for receipt of Offers [[] tesendes, — [] erat onenced, Offers must acknowledge receipt of this amendment prior ts the hour end date specified in the solicitation or as amended, by one of the following methods: (a) By comploting tems 6 and 16, and returning copies of tha arnendment; (b) By acknowledging receipt of this amendment on each copy of he offer submitted; or (c) By separate lutter or electronic communication which includes a referance to the solicitation and amendment pumbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by vinue of this amendment you desire to change an offer already submited, such change may be made by tetter or electronic communication, provided each letter o¢ electronic communication makes reference to the solicitation and this emendment, end Is recoived priar to the opening ‘hour and date spoctflod. 12. ACCOUNTING AND APPROPRIATION DATA (If required) SA-2018-02-FP021452P!-2699-2018 13, THIS ITEM APPLIES ONLY TO MODIFICATIONS OF DERS. IT MODIFIES THE CONTRACT/ORDER NUMBER AS DESCRIBED IN ITEM 14. CHECK ONE | A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify suthonty) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NUMBER IN ITEM 10A_ 8. THE ABOVE NUMBEREO CONTRACTIORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such aa changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). "This SUPPLEMENTAL AGREEMENT & ENTERED INTO PURSUANT TO ALTHOAITY OF: |. OTHER (Specily type of modification end authority) x SEE BLOCK 14, E. O4PORTANT: Conarector [x]*=* [| levees ten oe ocean onc corn cnplen te lenny ten, 14 DESCRIPTION OF ‘TION (Organized by UCF nection headings, Inckaling saictalioytontract sutje matter where leasiie.) MODIFICATION TO DECREASE FUNDS. ORIGINAL PO: $ 34,089.28 DECREASE BY: $-9,171.00 NEW AMOUNT: $24,918.28 NO OTHER CHANGES NEEDED AT THIS TIME. pl fore EFTA00060312

--=PAGE_BREAK=--

wVwne Table of Contents List of Attachment.......-s:.crserresssvessseresssnmuersennens SBNYM18FTP120240/P00002 Page 2 of 6 EFTA00060313

--=PAGE_BREAK=--

4SBNYM18F TP120240/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 a i ae 0001 | MFR PART#CCHOIU PART+ 180826 Housing (CCH). Black. Empty. One Rack Unit 15.000000 $216,7100 Sah FOR a Tos CH Change: 0.000000 Change: $0.0000 Current: Currant: 15.000000 $216,7100 0002 | MFR PART ~VFL-350 Previous: EA Previous: Fou i Se meacayee 2.000000 $479.9800 Current: 2.000000) Curent $479.9800 coos | FCC-WIPES Previous: EA Previous: Mao . Fiber Optic Cleaning Wipes,90 Wipes per Canister Lint free 2.000000 $14.2200 Change: 0.000000 Change: $0.0000 Current: 2.000000 Current: $14.2200 0004 | MFR PART « 241201001000 Previous: Bx Previous: PART + CM 00421BDN-7RB-02 Mull-Conductor .Enhanced 6 Nonbonded- 20.000000 $245.6200 Pair Cables @ pair UNITE CMR Reclin-Box Black cl 98: 0.000000 Ci ge: $0.0000 Current: Current: 20.000000 $245.6200 0005 | AX103253 Previous: EA Previous: PART# 371650 CAT6+ KeyConnect Patch Panel,24-port 1U, Black 20.000000 $189.0200 o 0.00000 CI $0.0000 Current: Current: 20.000000 $189.0200 Previous: $3,250.65 Change: $0.00 Current: $3,250.65 Previous: $959.96 Change: $0.00 Current: $959.96 Previous: $28.44 Change: $0.00 Current: $28.44 Previous: $4,912.40 Change: $0.00 Current: $4,812.40 Previous: $3,780.40 Change: $0.00 Current: $3,780.40 EFTA00060314

--=PAGE_BREAK=--

011 15SENYM18FTP120240/P00002 Page 4 of 6 373-COR8.3-TBRA-12 Previous: Previous: $13,350.00 CORNING-C 012E6F-31131-A1 12-F 8.3/125 SMTB IN/OUT RISER1.0/1.0/0.75 DEB/KM ARMORED} FREEDM ONE Change: ($13,350.00) Current: $0.00 2020103 Previous: $227.70 387791 ae Commnater, 1 Fteoa ah, RNG O-EF Cotte Outer Clemete Change: $0.00 Current: $227.70 100054C Previous: $188.50 408271 EZ-RJ PRO HO Crimp Toot,(CatS & Cats). Clamshell Change: $0.00 Current: $186.50 MM02-BNTECS-02 Previous: $2,876.00 BELDENENT C601 100002 CBLASSY MOD 244PR SOLID CAT6+ IPS BONDED T568/B Change: $0.00 CMR 2FT BLACK Current: $2,676.00 RS1215-20 Previous: $1,385.80 246718 1U Rack-Mount Power Sixtp,120V,20A,5-20P 12 Outlets (6 Front- Change: $0.00 Facing, 6-Rear-Facing) 15 ft. Cord Currant: $1,385.60 207404 Previous: $1,496.40 CORNING-C CCH-CP12-18T 12 PORT PANEL ST SM LOADED USE WITH CCH ENCLOSURE Change: $0.00 Current: $1,498.40 FI-500 Previous: $1,833.03 610560 Fiber Optic Inspection System includes @ handheld f $1,833,0300 Change: $0.00 lips for LC and SC style bulkheads and 1.25 and 2.50mm patch $0.0000} Current: $1,833.03 EFTA00060315

--=PAGE_BREAK=--

1SBNYM15FTP120240/P00002 Page 5 of 6 Current: $1,633.0300 373- CORS.3-TBRO-12 CORNING-C 012EBF-31131-29 12-F 8.3/125 TB IN/OUT RISER 1.0/0.75 OB/KM FREEDM ONE 0013 Previous: $0.00 Change: $4,179.00 Curent $4,179.00 4, ($9,171.00) $24,916.26 CHANGE CURRENT TOTAL Previous: $34,089.28 SA-2018-02-FP021452P 1-2699-2018 Change: ($9,171.00) Current: $24,918.28 PREVIOUS: $34,069.28 CHANGE: (59,171.00) CURRENT: $24,918.28 Small Business Set Aside Section 3 - Contract Clauses Clauses By Full Text $2.232-18 Availability Of Funds (Apr 1984) Funds are 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 are made availabic to the Contracting Officer for this contract and until the Contractor reccives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) EFTA00060316

--=PAGE_BREAK=--

Section 4 - List of Attachments No Clauses EFTA00060317

--=PAGE_BREAK=--

LIMITED-SOURCES JUSTIFICATION IAW FAR 8.4 13.106-3 1. REQUIRING AGENCY: 0OJ/Bureau of Prisons. MCC New York. 150 Park Row. New York, NY 10007 2. NATURE/DESCRIPTION OF ACTION: Limited Sources Justification in accordance with FAR 8.405-6(a)(1A) and 13 105-3(b)(3Xi). Urgent and Compelling Need 3. DESCRIPTION OF SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S: The Agency requires two (2) Nicevision Professional Smart Video Recorder Digitat Video 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 failed 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 unsupportabie, unreliable, and has exceeded its life expectancy Cameras and records are an essential component that support a safe and secure environment for both inmates and staff. {t 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 esumated value of this requirement is $696 108 99 4. AUTHORITY: Acquisition is conducted under the authonty of the Multiple-Award Schedule Program - 41 U.S.C. 152(3) In accordance with FAR 8 405-6(a)(1)(A) and 13. 106-3(b)(3)(}) an urgent and compelling need exists. and following the procedures would result in unacceptable delays. 5. DEMONSTRATION THAT THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS OR THE NATURE OF THE ACQUISITION REQUIRES USE OF THE AUTHORITY CITED: MCC New York is a Federal Prison and safety and security 1$ of the utmost importance. A proper functioning security system is vital to carrying out our mission. The procurement of the NICE Vision upgrade will allow appropriate 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 lega! 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 DJBP00700NASBPA113 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 Schedule GS-07F0322T The recording system. required to be connected to the existng BOPNET (Bureau of Prisons Network) WAN system, must {ctlow strict IPV6 protoco! 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 thal 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 mstallation of the NICE recording system 6. BEST VALUE: Pricing proposed is comparable to previous prices paid for similar requirements and ts in line with the government estimate provided by Bureau $ facility staff. It is in the government's interest and in my determination. issuing an order under the terms of GS-07F-0322T represents the best value for this requirement consistent with FAR 8 404(d) 7. ADESCRIPTION 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 servicing security systems across the Bureau. SigNet is capable of meeting the requirement at a reasonable price and due to the urgency 'n obtaining this equipment, no other sources were considered EFTA00060318

--=PAGE_BREAK=--

8. ANY OTHER FACT SUPPORTING THE JUSTIFICATION: In accordance with FARB 405-6(a)(2)(1v). this justification will not be posted to the Government Point of Entry (GPE) due to secunty 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 3. 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: | hereby certify that the supporting data provided by the technical and requirements personne! that for the basis for in accordance with FAR 8 405-6(d) and BPAP 8 405-6. i certify this justification 1s accurate and complete to the best of knowledge and belief SUBMITTED BY: teld Acquisition CONCURRENCE. MCC New York. NY Date Field Acquisition Office FS Date Acting Procurement Executive EFTA00060319

--=PAGE_BREAK=--

tant for Administration Competition | i } } j t t ! } ‘ | j ' | i | | | i | | EFTA00060320

--=PAGE_BREAK=--

MCC NEW YORK 45BNYM18FTP 120150 Page 1 of 15 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24 & 30 2. CONTRACT NO. oa ee 4, ORDER NUMBER COE ART 09/21/2018 1SBNYMI8FTP120150 7. FOR SOLICITATION © TELEPHONG MUAABER (We eateet eats) | 8. OFFER DUE OATE/LOGNL INFORMATION CALL: & SOLICITATION ISsuE GATE &. ISSUED BY CODE 10. THE ACOUISITION: UNRESTRICTED: Federal Bureav of Prisons LSENYM | ®t CA] Je hamg MCC New York CL) swuecaness (7) Sastre ne nomenon 150 Park Row Ose SANE RIGS CS: 334512 New York, NY 10007 OO wrecomes en Sar stannanc: Employees Murescess |= LJ wy ‘11. GEUVERY FOR FOB DESTINATION UNLESS BLOCK IS MARKED O SEE SCHEDULE 3. DELIVE) CODE Federal Bureau of Prisons Federal Bureau of Prisons MCC New York od NE Finance Center- FC] Fort Dix 150 Park Row NE FINANCE CENTER New York, NY 10007 BLDG 5756 HARTFORD ROAD Joint Base MDL, NJ 08640 1a, CONTRACTOR 0081421578695 | PACATY 1171856222 _ fies. PAYMENT WiLL BE MADE BY SIGNET TECHNOLOGIES, INC. Federal Bureau of Prisons ATTN: NYM ACCOUNTS 12300 KILN COURT FCI Fort Dix PAYABLE SUITE E P.O. Box 38 BELTSVILLE, MD 20705-1357 NER Finance Center - Acccounting OUNS: 17yasezz2 Joint Base MDL, NJ 08640 TELEPHONE NO, OIces Hs ——— = -— TE oe] _ite 25, ACCOUNTING AND APPROPRIATION DATA 28. TOTAL AWARD AMOUNT (Far Govt. Use Orty} 4-201 8-02-FP021452P1-29F-3100-20 698,108.99 |_| 278 SOLICITATION INCORPORATES BY REFERENCE FAR S2212-1, 52.712-4. FAR 52.212-3 AND S2.212-6 ARE ATTACHED. ADOENDA | | ARE | | ARENOT ATTACHED [x] 27 CONTRACTIPURCHASE ORDER CORPORATES UY REFERENCE FAR $2.212-4. FAR 82.2124 13 ATTACHED. ADDENDA [x] ARE [] ARNOT ATTACHED Oo 7B MMARO OF CONTRACT: Rap orren YOUR OFFER ON SOLICITATION (BLOC! INCLUDING ANY AOOITIONS On CIUSIGES WHECH ARE BET FORTH HEREIN, [lorrar 2 REMITTANCE 1S DIFFERENT AND PUT BUCH ADORESS 04 MCC NEW YORK - CAMERA SYSTEM Provide services in accordance with the FSS, SOW and technical proposal. a See Continuation Sheet(s) (Use trwerss sntor Amat Adiintenal Shoes 4s Meorssary) id 28, CONTRACTOR 1S REQUIRED TO SIGN THES DOCUMENT AND RETURN | COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AMD DELIVER ALL (TEMS SET FORTH eR Ne ELE ETE Es ne SO AIe ROOTING. SHEETS GURISCT To Tie TERMS AND CONOIMONS SPECIFI| 3a, SIGNATURE OF OF FEROR/CONTRACTOR: (HUARD Fore 144 V.na0ts Prescribed by GSA - FAR (48 CFR) $3.212 EFTA00060321

--=PAGE_BREAK=--

41a. | CERTIFY THIS ACCOUNT IS CORRECT AND FOR PAYMENT | 42a. RECEIVED BY 7 HIGNATU ANO LE OF CERTIFYING OFFICER Of a>. RECEIVED A EFTA00060322

--=PAGE_BREAK=--

wn 15SBNYM1SFTP 120150 Page 3 of 15 Table of Contents icer's Represen ( ) 2852.223-70 Unsafe Conditions Due to the Presence of Hazardous Material (June a 52.24-403-70 Notice of Contractor Personnel Security Requirements (OCT 2005) ..ssssssssssssssseesseessnnee 52.27-103-72 DOJ CONTRACTOR RESIDENCY REQUIREMENT BUREAU OF PRISONS (JUNE 2004) one DJAR-PGD-15-02-1B Contractor Internal Confidentiality Agreements or Statements Prohibiting or Reporting of Waste, Fraud, and Abuse - Solicitation - (DEVIATION 2015-02) (March 201 S)..-ossessvssovsseovnovnsvesrveoyasessevesnseovsesessnesonsveseessasses tnosssvescoennes enccssnttel eeewtre cnesereen nnventoessunes reevesnesesnssseesoesense DJAR-PGD-15-03 Security of Department Information and Systems... rpm a BOP 2852.242-71 EVALUATION OF CONTRACTOR PERFORMANCE UTILIZING CPARS (APR DBT I) eerenneesscsacnnctcsnnsnnsoscenense essccnnesanncase LS 508 COMPLIANCE WITH SECTION 508 ¢ OF THE REHABILITATION, ACT OF ‘1973, | 1998 AMENDMENTS ...sc0scccsssscsoes vsessueet sunssovosensees toessnone nssscosppagnevoieussneronenssssevsensseseeuse Bal DJAR-PGD-15-02-2A Corporate Representation Regarding Felony Conviction Under Any Federal Law _ or Unpaid Delinquent Tax Liability - Award (DEVIATION 2015-02) (March 2015).....sesssseeense woo 13 List sonet sessemevonsenstesoeseese testto4 stsanttet steenennepemmnes eenemnvesenecnens sosves eresosesereowsenessovsesnsscscccoancscesesssnece 1S. EFTA00060323

--=PAGE_BREAK=--

15BNYM18FTP120150 Page 4 of 15 Section 2 - Commodity or Services Schedule SCHEDULE OF SUPPLIES/SERVICES CONTINUATION SHEET NV-ENT-1CH ; \ $83,790.00 Ln. Single Licanse for Nice Vision Enterprise package video/audio RING-Ri / “ $88,737.60 — Visionus 8 SMART Vi0eO F RECORDER ER 9620, 2U WITH TERNAL RAIDG + RAID 1 80TB NET STORAGE $23,275.00 hee RECORDER REDUNDANCY LICENSE PER 1 CHANNEL ou 0004 =| NV-ENT-MJVUPG-NET2X NET31 a $0.00 Sree ROTA PACAGE MAIR 1ON our SITE, teens ANO CHANNELS From NET 2.X NV-NVD-S204 $3, 4800 $3,800.48 ba NICEVISION DECODER 5204 SUPPORTING UP TO 4 VIDEO = a] OUTPUTS (1U) SGT-AMS $4,389.0000 $4,389.00 oe AMS SERVER NVE-2016 $2,493.7500 $54,862 50 baie NIGEVISION 1.264 E DER SUPPORTING 16 CAMERAS AT 30/25FPS IN 4CIF JUTION. INCLUDES DUAL PS 0008 | 1OM62WR-89 . $517.3700 $69,644.95 iP CAMERA 0009 | SIGNET LABOR . $243,523.0000 $243,523.00 0010 mice vi “ire visio K $119.7000 $1,316.70 AVERY 1008 FOR NOT. eT MOC MP MOOLLS), OR6 RVEMNVD 100; Yoon t POWERS s 14 | Q6055-E $42,500.00 Le OUTDOOR PTZ/1080P/X32/1P 0012 | O8414LVS ; 050. $78,750.00 CORNER /VANCAMI1.3MM 0013 | TS1L61 f $1,394.00 WALL MOUNT FOR 06055-E T98A18-VE $1,925.76 0014 | MEDIA CONVERTER CABINET FUNDING DETAILS: Sie eee a acmnarmnararae EFTA00060324

--=PAGE_BREAK=--

Page 5 of 15 : E H ea EFTA00060325

--=PAGE_BREAK=--

15BNYM18FTP120150 Page 6 of 15 Section 3 - Contract Clauses Clauses By Full Text 52.21-603-70 Contracting Officer's Representative (COR) (June 2012) (®)[JEFF. COLTON FACILITES MANAGER , MCC NEW YORK.lAres Code and Telephone 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 ali invoices/vouchers for acceptance of the supplies or services furnished for (c) The COR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, 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 Duc to the Presence of Hazardous Material (June 1996) (8) "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- i designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requir- ing (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of alll 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. (©) 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. (@) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, dis- covers 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. (c) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on # 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. (®) 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 Persoonel i ‘OCT 200: Compliance with Homeland Security Presidcatial Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201) entitled "Persona! Identification Verification (PIV) for Federal Employees and Contractors," Phase I. 1. Long-Term Contractor Personnel: 2 In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term con- 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 are listed in Form I-9, OMB No, 1615-0047, "Employment Eligibility Verification," and at least one document must be a valid State or EFTA00060326