Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
SPECIAL NOTICE

70 -- Indoor Video Surveillance Transmitter Products

Notice Date
6/15/2012
 
Notice Type
Special Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RFI61512
 
Archive Date
6/28/2012
 
Point of Contact
Carrie D Herndon, Phone: 202-447-5559, Amy L. Suber, Phone: 2024475595
 
E-Mail Address
carrie.herndon@hq.dhs.gov, amy.suber@.hq.dhs.gov
(carrie.herndon@hq.dhs.gov, amy.suber@.hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION TITLE: Indoor Video Surveillance Transmitter Products Issuance Date: June 15, 2012 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgment of receipt - IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. DHS is not seeking proposals at this time. Responders are advised that the U.S. Government will not pay any costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. 1.0 DESCRIPTION The Department of Homeland Security (DHS) is seeking information on the current and near-term availability of covert video surveillance transmitters (Transmitters) for use by Federal law enforcement agencies. The transmitters of interest are small digital video transmitters that could be potentially utilized by authorized Federal law enforcement agencies for covert investigative operations and for the covert collection of evidence. The transmitters should operate in the authorized Federal radio spectrum outside the 1755-1850 MHz band. DHS seeks information on currently available products and those under development that provide performance similar to products operating in the 1755-1850 MHz band. Referenced products should be in a mature state of development by NLT end of 2014. Key characteristics to determine the quality and effectiveness of the equipment design and function for this requirement include: Interoperability and compatibility with current digital video receivers Physical size of design Physical RF Operating Range Covertness of device Clarity of video and audio reception Battery power requirements including heat dissipation. This is an RFI for products available no later than the end of 2014. 2.0 PURPOSE OF THIS RFI Through this RFI, DHS is only seeking responses to determine the capability of the market to provide products that will meet authorized covert Federal law enforcement investigation objectives. Note: This RFI is not related to the Tech Ops requirement 3.0 CAPABILITY STATEMENT SUBMISSION Interested parties are requested to submit a Capability Statement addressing the following: 3.1 Product and Description (Two (2) page maximum for each Product. All page limitations are based on single sided pages, 8.5 x 11 inch paper, single spaced, with 12 pitch Arial or Times New Roman font and 1 inch margins.) Product is defined as transmitter in a physical configuration that may be available in multiple RF bands. Identify the Product and provide the product name and description(s), including brief summary of salient product characteristics, frequencies of operation, physical size, date of commercial availability, capabilities, and known limitations for each product. 3.2 Vendor Capabilities (Two (2) page maximum) Define Vendor capabilities and resources available to provide the following: a. Production - vendor facility and manpower capacity and limitations in meeting Government production requirements under a five year multi-million dollar, multi-agency IDIQ contract (estimated >$25 M per year) b. Engineering - product modification for covert concealments c. Training - instruction in proper product use and troubleshooting d. Maintenance - product repair or preventive maintenance, when needed. e. Warranty - standard product warranty 3.3 Vendor Information - Security/ Size of Firm (One (1) page maximum) a. Security - Vendor's current security clearance level or ability to acquire security clearances for production and contractor personnel in a timely manner. b. Size of Firm - number of employees, total revenue for 2007 and estimated for 2008, and size standard in accordance with FAR Part 19  Small Businesses Only - If you are a small business in accordance with FAR Part 19, provide a brief explanation of how your firm would meet anticipated production requirements referenced in 3.2.a. above. Solution may include teaming arrangements, etc. Product catalogs and product roadmaps may be submitted as an attachment and will not be included in overall Capability Statement page count. 4.0 SUBMISSION INSTRUCTIONS Interested parties are required to address ALL of the points identified in 3.0 above. Only electronic submissions will be accepted. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include:  RFI number and "Capability Statement" in the Subject Line  If the submission includes more than one electronic email, please include the file number and total files being submitted (e.g., File 1 of 4, File 2 of 4, etc.) in the Subject Line  In the body of the email, include a Point of Contact (POC), phone number and email address of the person to be contacted regarding any correspondence between the Government and the Vendor. This person should be a primary contact and capable of addressing questions or issues associated with the submission and content of the Capability Statement.  Include a brief summary of email content, Vendor name and firm's mailing address  The Capability Statement attached to the email Capability Statements shall not exceed the number of pages stated in 3.0 for each topic, excluding Cover Page. All Capability Statements shall be submitted to Carrie Herndon, Contracting Officer, at the following email address, carrie.herndon@hq.dhs.gov and Amy Suber, Contract Specialist, at the following email address, amy.suber@hq.dhs.gov no later than 5:00 pm EDT June 27, 2014. Capability Statement receipt time will be determined by the recorded time of receipt in the above email box. In the event submissions include multiple electronic files, all files must be received in the electronic mail box by the due date specified above to be considered timely. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid DHS, please segregate and mark proprietary information. Please be advised that all submissions become the property of the Federal Government, and will not be returned. Responses to this RFI may be reviewed by Government technical experts drawn from staff within DHS and other Federal agencies. The Government may use selected support contractor personnel to assist in the review of the capability statements. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information. This action will be governed under DHS law enforcement sensitive guidelines.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI61512/listing.html)
 
Record
SN02777453-W 20120617/120615235132-6693fd54fc1dc692a37a96274a53390f (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.