Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOURCES SOUGHT

63 -- DUAL-VIEW CCTV CAMERA

Notice Date
11/27/2012
 
Notice Type
Sources Sought
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, District of Columbia, 20510-7207, United States
 
ZIP Code
20510-7207
 
Solicitation Number
2013-S-033
 
Archive Date
12/25/2012
 
Point of Contact
Nicole A. Barnes,
 
E-Mail Address
nicole_barnes@saa.senate.gov
(nicole_barnes@saa.senate.gov)
 
Small Business Set-Aside
N/A
 
Description
DESC: MARKET SURVEY AND BIDDERS LIST DEVELOPMENT - SOURCES SOUGHT REQUEST FOR DUAL-VIEW CCTV CAMERA. The purpose of this sources sought synopsis is to gain information about products and qualified industry sources that can provide Security Equipment support and services to the United States Senate Office of Sergeant At Arms (SAA). All requirements listed below are mandatory unless otherwise noted. This Sources Sought Notice (Notice) is not a request for proposal and in no way obligates the Senate to award a contract. This sources sought synopsis contains the currently available information. This information is subject to change at any time. The United States Senate SAA, Office of Intelligence and Protective Services (and other Legislative Branch agencies) intend to procure a high quality, commercial grade dual-view CCTV camera that houses two separate analog cameras each with an individual analog output. One camera lens will provide a wide view of a room while the other camera will be narrowly focused on a doorway. The camera system will need the ability to be permanently secured in drop ceilings and on flat surfaces. The entire camera system must be covered by a single dome. The purpose of this Notice is to seek information regarding companies that offer security equipment products. The SAA has identified its minimum requirements for the dual-view CCTV cameras. REQUIREMENTS : Requirements are stated in terms of minimum capabilities and characteristics required by the Senate. 1. The following minimal requirements for the dual-view CCTV camera shall be met: •a a) Must contain two separate cameras housed under a single dome cover; •b) b) Both cameras must have separate BNC video output feeds; •c) c) Both cameras must produce color images; •d) d) Both cameras must have a horizontal resolution of at least 540 TVL; •e) e) Both cameras must have the ability to be manually adjusted for pan and tilt. Each camera must be able to be adjusted independently of one other; •f) f) Both camera must have the ability to face exactly the same direction; g) One of the two cameras must have the ability to optically zoom; •h) h) Both cameras must have auto iris functionality; •i) i) Both cameras must have automatic white balance; •j) j) Both cameras must have automatic gain control; •k) k) Must be able to be permanently secured in drop ceilings and on flat surfaces; l) Must be powered by 24 volts AC (preferred) or 12 volts DC power; and m) Size of camera dome and housing shall not exceed 8" wide by 8" high. INSTRUCTIONS: To respond to this Notice, the Vendor must provide the following information: 1) General Information about your firm: Company Name, Address, Point of Contact with Telephone and FAX numbers and E-mail address, GSA Schedule Number (if applicable), DUNS Number, Tax ID Number; 2) Description of dual-view CCTV camera which meets the requirements as specified in Items 1A through 1M. 3) At least three (3) past performance references in the last three (3) years that include complete and current information (customer name, project name/contract number, address, point of contact with current phone number and email) for work performed similar in scale to this project. NOTE: Responses which do not address requirements 1A through 1M will not be considered. The information contained in this Notice will be the only information provided by the SAA during the information gathering process. All qualified sources should respond to this Notice by submitting information in accordance with the instructions provided. Vendors responding to this Notice and deemed qualified by the SAA may be requested to submit a proposal in response to a solicitation. Only vendors deemed qualified will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation during the first quarter of 2013. Responses to this Notice are due to the POC no later than December 10, 2012, at Noon EDT, and shall be submitted electronically via email only to the attention of Nicole A. Barnes at Acquisitions2012@saa.senate.gov. The subject line of the email message shall be: SSN 2013-S-033, DUAL-VIEW CCTV CAMERA. No other method of transmittal will be accepted. The response shall not exceed twenty-five (25) pages. Unnecessarily elaborate submissions are discouraged. Pages over the page limitation may be discarded. Access by the SAA to information in any files attached to the response is the responsibility of the submitting party. Neither the SAA nor the Senate is responsible for any failure to access vendor information. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR SENATE. ANY QUESTIONS OR REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/Senate/SAA/SAAFD/2013-S-033/listing.html)
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, United States
 
Record
SN02937616-W 20121129/121127234351-b2c47d3a1e9dfa2ff07a118d100b8d14 (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.