Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2007 FBO #1873
MODIFICATION

D -- Request for Information (RFI) for Closed Circuit Television (CCTV) Switcher.

Notice Date
1/10/2007
 
Notice Type
Modification
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, DC, 20228, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFI-07-002
 
Response Due
2/1/2007
 
Archive Date
2/16/2007
 
Description
DESCRIPTION: The Bureau of Engraving and Printing is seeking information from industry that will assist in the replacement of its Closed Circuit Television (CCTV) Switcher at its Washington and Ft Worth facilities. REQUIREMENTS: CCTV SWITCHER REQUIREMENTS The CCTV matrix switcher shall include a minimum of 1536 video inputs. The CCTV matrix switcher shall include a minimum of 256 monitor outputs (expandable to greater than 500). The CCTV matrix switcher shall include a minimum of 1024 alarm inputs (allows external contact closure or logic level input to automatically display cameras on a monitor or group of monitors). The CCTV matrix switcher shall include a minimum of 50 Keyboard controllers The CCTV matrix switcher shall include a Dual Redundant System (dual redundant CPUs) wth automatic switching when a malfunction is detected. The CCTV matrix switcher shall include a Secondary CPU power supply. In the event of a primary power supply failure, the system shall automatically switch over to the backup power supply. The CCTV matrix switcher shall include Code translators, capable of communicating with our existing cameras. The CCTV matrix switcher shall include Salvo Switching. The CCTV matrix switcher shall provide full integration of video switching and control of cameras having fixed or pan/tilts or speed domes. The integration must be automatic where selection of a camera the control of that camera must follow video switching. The CCTV matrix switcher shall include Satellite Switch Capability. The CCTV matrix switcher shall include Modular Construction. The CCTV matrix switcher shall include Alarm Handling Capabilities. The CCTV matrix switcher shall include Windows-based Configuration Software. The CCTV matrix switcher programming functions shall provide security protection from unauthorized access. All features must be programmable without or without the use of an external computer. The CCTV matrix switcher shall provide communication ports for external connection to computers, printers, alarm interface units, recorder interface units, and additional system control keyboards. The CCTV matrix switcher shall support an individual monitor tour (sequence) for each and every video output. The CCTV matrix switcher shall provide video loss protection. The CCTV matrix switcher shall support preprogramming of events by macro programming. ASSUMPTIONS: The CCTV matrix switcher shall interface with the BEPs Digital Video Recording Systems (DVRS). PURPOSE: The purpose of this RFI is to gather information about those requirements enumerated above. The Government is open to alternative concepts for solutions that meet these requirements. The Government encourages creativity and outside the box thinking in responses to this RFI. This RFI seeks information about a fully dedicated federated solution as well as other approaches that could meet the functional requirements with additional levels of sharing of personnel, equipment, and connectivity paths. In doing so, the Government seeks to understand the tradeoffs among risks, costs (initial and ongoing) and alternative technical architectures that incorporate increasing degrees of sharing. Accordingly, respondents are encouraged to provide information about any alternatives that can be demonstrated. Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. Conceptual Alternatives: Briefly describe two or more concepts. Cost and Schedule Estimates: Provide cost estimates for each alternative Also, discuss cost drivers, cost tradeoffs, and schedule considerations Corporate Expertise: Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. (No suggested page count) In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, security requirements, security assurance processes, and any relevant lessons learned. Include any comments on the structure of the requirements for a formal RFP response. Additional Materials: Please provide any other materials, suggestions, and discussion you deem appropriate. INFORMATION EXCHANGE MEETINGS. Due to the time constraints for submission of proposals, questions on further details will be handled through the government POC. In addition, BEP will consider meeting individually with interested potential respondents. If you are interested in requesting such a meeting, please respond to the contact provided below. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. CONTACT INFORMATION Following is the Point of Contact (POC) for this RFI, including the public information exchange meeting: Merwin Charles merwin.charles@bep.treas.gov. Please submit responses via e-mail by 4:00 PM on February 1, 2007, to the POC.TELEPHONE INQURIES ARE STRONGLY DISCOURAGED. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to the POC.
 
Place of Performance
Address: 14th & C streets SW, Washington, DC
Zip Code: 20250
 
Record
SN01208999-W 20070112/070110221252 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.