DOCUMENT
63 -- Security Camera System - Attachment
- Notice Date
- 4/26/2018
- Notice Type
- Attachment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9347
- Response Due
- 5/3/2018
- Archive Date
- 6/2/2018
- Point of Contact
- Won Chae
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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 as proprietary will be handled accordingly. IAW FAR 15.201(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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334310 (size standard of 750 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a Security Camera System that at a minimum meets the following salient characteristics for the VA San Diego Healthcare System (VASDHS): Salient Characteristics Surveillance Camera Must provide a 360 ° panoramic view by integrating video across all sensors in the camera, presenting a seamless user experience from setup to viewing. Must be able to zoom in for detail within multiple views from a VMS (Video Management System). Must have a pendant enclosure with a clear bubble lower dome with a minimum of an IK10 impact rating for vandal-resistance. Must be a minimum of 12 megapixels Must have low-light capabilities, 3D noise filtering, and advanced tone mapping. Must support H.264 and MJPEG compression formats and CVBR (Constrained Variable Bit Recording) for encoding to conserve video storage space and bandwidth. Must provide video footage with a minimum frame rate of 12.5 fps at full resolution. Must be Power over Ethernet plus to eliminate the need for separate power supplies and cabling. Outdoor PTZ Camera Must have at least 30x optical zoom, 12x optical zoom and pan/tilt features Must be compatible with Pelco Video Systems and Digital Sentry Must have 3D noise filtering Must come with an integrated window wiper with configurable delay and shut-off functions. Must come with an EPP Pedestal Adapter Plate for securing it to the PM2000 or PM2010 Pedestal Mount Must have 360 ° continuous pan rotation capabilities Must have a minimum of three levels of Image Defog are available for enhancing the image on foggy or rainy days. Must have White Balance modes that allow the user to overcome conditions caused by sources such as Sodium Vapor lamps and the Vivid Imaging mode provides an option to increase color saturation. Network Video Recorder Must have a minimum of a 4th Generation Intel Xeon processor and 16 GB of RAM, Must provide a minimum of 350Mb/s for recording of analog and IP video streams as well as playback and export through the DS ControlPoint client. Must have the ability to function as a stand-alone system or as part of a network of servers, monitored from the DS ControlPoint user interface. Should be capable of being deployed solely as a network video recorder, as a digital video recorder (DVR), or as a hybrid NVR. Must have at least 12 TB of internal Storage Must support up to 3 simultaneous displays using any combination of the four outputs Must have a DVD+RW Optical Drive Must have at least (3) 2.0 USB ports and (2) 3.0 USB ports Should have a 2 Gigabit Ethernet RJ-45 (1000Base-T) Brand Name Information: PELCO 12MP 360 OD PANORAMIC NETWORK DOME CAM/REG: Part #IMM120361EP; 28 EA PELCO ESPRIT ENHNCD 1080P OD PTZ CAM W/WIPER/REG: Part #ES623015; 8 EA PELCO DS H.264 NTWRK VID RCRDR: Part #DSSRV2120P; 5 EA *The manufacturer is Pelco. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to won.chae@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, May 04, at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9347/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9347 36C26218Q9347.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4258479&FileName=36C26218Q9347-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4258479&FileName=36C26218Q9347-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9347 36C26218Q9347.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4258479&FileName=36C26218Q9347-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN04902519-W 20180428/180426231042-b95e3b18649ad900e3d79a1f81c7ebf7 (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 |