Share This:

Request for Proposal Outline: for Security Surveillance System and Vape Sensors
5/15/2024 11:06:00 AM - Bidding Opportunities

Related Files

RfPSurv 2.pdf

Request for Proposal Outline: for Security Surveillance System and Vape Sensors

The Saginaw Chippewa Indian Tribe is in the process of constructing a new school and recreation center, Wii Maajiikwad. The project is located on the Saginaw Chippewa Indian Tribe’s reservation at 2875 Gikendaaso Way, Mt. Pleasant, MI.  It is approximately 79,000 square feet.

 

We are seeking proposals for a security surveillance and vape sensing system. Refer to Instructions to Bidders for bidding conditions. This is a turn-key operation and proposals should include all camera hardware, licensing, mounting and configuration of equipment in accordance with the following requirements:

 

The building includes the following spaces;

·         3 preschool classrooms

·         6 elementary classrooms

·         A Staff Lounge

·         Two Youth Lounges

·         Multiple restrooms

·         2 full gymnasia

·         1 weight room

·         1 stage area/multi use area

·         Food service area – kitchen, servery and storage rooms

·         1 main lobby

·         Library

·         6 special use rooms

·         21 office areas

·         Boiler Room

·         Shipping and Receiving Room

Objective

·         A singular manufacturer that can supply a seamless integration under one web based platform between the requested devices: Security Cameras, Vape Sensors, Parking Lot cameras, Visitor Management System; to supply the Tribe’s needs. The system must have one user interface, the command center, the web interface that allows Saginaw Chippewa Indian Tribe & all its users to manage, view, control, make changes, share & save footage, pull reports of all of its devices from a single pane of glass i.e. - iOS, Android Device, computer, laptop, viewing station, iPad etc.

·         Platform: Interface is easy to navigate and can be managed under a centralized platform through a single pane of glass. Single platform and command console that provides video management as well as environmental sensor management

·         Sharing: Ability to share live link or historical footage of a single camera or group of cameras with a set of external contacts (e.g.,first responders)

·         Cloud: Preference will be given to a hybrid cloud security platform, where products are managed through a single pane of glass.

·         Integration: Native integration with cameras, to allow for a comprehensive response to security threats.

·         10 year Warranty.

·         Video Integration -Monitoring: Easily find footage of persons moving throughout the building and site.

·         People Analytics: Ability to view a timeline of visitors by filtering with People Analytics

·         Alerts - Person of Interest: Person of interest (POI) notifications

·         License Plate Recognition: Ability to recognize and monitor license plates

·         Analytics: Capability to perform computer vision analytics at the edge - people analytics, vehicle analytics, license plate recognition, tamper alerts, included with purchase.

·         Background Checks: Able to provide sex offender checks

·         The ability to visually monitor all areas of the building without blind spots. Each bidder is to provide a proposed layout of cameras for both indoor and outdoor monitoring including all building mounted cameras and parking lot cameras.

·         Cameras should have the capacity to provide; facial recognition capability, high definition, 20 mega pixel, multi-use sensor cameras (example 4 cameras in one), remote access for quick response, and high-quality monitor display for greater detail and clarity. It is desired that the cameras be POE so that they can traverse the Owner’s existing network. Vendors who cannot meet this requirement must provide all equipment to assure emergency backup power for their system. POE systems that can traverse the network will have emergency backup power from the building emergency generator.

·         In the 3 early childhood rooms and the kindergarten room ( Rooms B119, B125, B144, C101), the system is to be interactive so that parents can log in and monitor the activities in these rooms. Cameras are not required in the remaining five classrooms (C103, C113, C115, C118 and C121).

·         Cameras are not required in offices

·         The system must be operational by the end of July.

 

Environmental monitoring capabilities that can report Temperature, Humidity, PM 2.5, TVOC, Vape Detection, Air Quality Index, Carbon Dioxide, Noise, and Motion all on one device in the following areas:

o   Lobby A101

o   All restrooms

o   Staff Lounge

o   Youth Lounge

o   Teen Lounge

o   Corridor A122 and C125

o   Coat Room A121

o   Shower Area

o   Boiler Room A138

o   Receiving Room A136

o   Maintenance Room A139

 

 

 

Scope of the Work

·         It is the obligation of the bidder to provide all camera hardware, licensing, mounting and configuration of all equipment required to accomplish the objectives of the Owner. This includes both indoor and outdoor installations.

·         Provide Business License and Proof of Insurance

·         Description and definition of Warranty services and options, (long term additional costs).

·         Detailed description of; initial installation, equipment, training and costs associated with each item. Sheet E1.0 from Bulletin 7 has been provided with this RFP illustrating locations that have already been established for cameras. Any additional camera locations will require the vendor to provide wiring back to the nearest IDF or MDF.

·         Boxes have not been provided at interior camera locations. It is the responsibility of the bidder to furnish and install all boxes and conduit required for proper installation and functioning of the system and to include the cost of such work in the bid for the project.

·         Where rooms are divided by operable walls, both sides of the wall are to be independently monitored.

·         Storage and Retention Capabilities – define this in detail in your proposal.

 

Qualification

Describe the strengths of your company, focusing on specializations that are most relevant for this project. Identify qualifications that support your ability to address client needs for the project from start to finish, including warranty services. Provide information that show how you can meet the required schedule, such as staffing/subcontractors, quality control, methods, government compliance programs, daily/ weekly operations.

Execution Strategy

Describe methods and provide examples of your process for completing the objectives.

Resources

Describe the resources you have in place, or plan to acquire, such as qualified contractors, equipment and technology and their ability to meet the required timeframe.

Cost for services

Provide a breakdown of monthly and annual costs for the overall project. Including licensing costs, etc.

 

 

 

Proposals are due May 24, 2024

Please submit Proposals to:

 

 

Dustin Davis                                                                                                      

Tribal Administrator

Saginaw Chippewa Indian Tribe

7500 Soaring Eagle Blvd.

Mt. Pleasant MI 48858

DDavis@sagchip.org

 

Patricia Alonzo

SCIT Education Admin. Asst. II

7500 Soaring Eagle Blvd.

Mt. Pleasant MI 48858

PaAlonzo@sagchip.org

 

Courtney Kahgegab

Project Coordinator Assistant

Saginaw Chippewa Indian Tribe

7500 Soaring Eagle Blvd.

Mt. Pleasant MI 48858

CKahgegab@sagchip.org