Description:
Seeking market capability to provide/meet the following minimum requirements:
Lighted, motion activated crosswalk bollards. A crosswalk lighting system consisting of bollard posts on each side of the road that will activate attached strobe lights and crosswalk illuminating lights using a motion sensor. The lighting will be activated when a person walks up next to the bollard prior to crossing the roadway.
REQUIREMENTS:
•Two (2) motion activated bollards installed at one crosswalk on Goddard Drive at Malmstrom Air Force Base, Montana
•Bollards shall be installed one on either side of the roadway/crosswalk
•Each bollard shall be approximately six feet or more in height and approximately one foot in width on each side
•"XING", "CROSSWALK", or similar verbiage shall be visible in large, six to eight inch letters on the sides of the bollards facing motor vehicle traffic
•Motion activated flashing lights must activate whenever a person walks within the motion sensing range, and lights shall be approximately three-four inches in width
•Bollards shall have functionality in all lighting and weather conditions
oI.E. dawn, daylight, dusk, and nighttime
oTo include any and all incliment weather conditions
•Strobe lighting must be highly visible to motorists in the roadway
•Flood style lights must illuminate the crosswalk completely during hours of darkness
•Bollard posts shall be synchronized so when one is activated, the other across the roadway activates as well
•A minimum three year warranty shall be provided by the contractor
INSTALLER RESPONSIBILITIES/DELIVERY:
•Delivery and installation of bollards shall be completed within 45 days After Date of Contract (ADC)
•Contractor shall install the system per the manufacturer guidelines
•Contractor shall provide training on basic troubleshooting of the system to the base Civil Engineering Squadron personnel once installation has been completed
oA training document/booklet shall suffice for this requirement
oReach-back technical support from the contractor shall be provided as needed
NOTE: Equivalency shall be determined based on the salient specifications contained in this RFI.
CAPABILITIES STATEMENT
Interested parties are encouraged to submit a capability statement, with descriptive literature, clearly demonstrating ability to meet the stated requirements. The capability statement should clearly present evidence that the interested party feels is relevant.
POINT OF CONTACT: A1C Abigail R. Hebert; commercial: (406) 731-2799; email: [email protected] and TSgt Ann Marie L. Bierman; commercial: (406) 731-4462; email: [email protected]. Submit capability statements (email preferred) by 10:00 AM MST on 18 July 2019. If faxing capability statements, please email to verify receipt. Fax: (406) 731-3748.