Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOURCES SOUGHT

H -- Military Ruggedized PoE Cameras

Notice Date
5/26/2020 11:02:30 AM
 
Notice Type
Sources Sought
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-R-0BNL
 
Response Due
6/10/2020 2:00:00 PM
 
Archive Date
06/25/2020
 
Point of Contact
Kelly A. Lynch
 
E-Mail Address
kelly.a.lynch21.civ@mail.mil
(kelly.a.lynch21.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PSC: �H267 - Equipment and Materials Testing: Photographic Equipment NAICS Code: 333316 - Photographic equipment (except lenses) manufacturing The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC) at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide military ruggedized Power over Ethernet (PoE) cameras to support the Fire Control Systems & Technology Directorate.��� DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. BACKGROUND:� The U.S. Army is seeking potential sources for military ruggedized PoE cameras for research developmental engineering and testing.� The requirement is for six (6) Ruggedized PoE Cameras (and lens) for military application, eight (8) Windows-based software to view multiple live camera feeds and to configure cameras, six (6) mounting plates, twelve (12) cables for power and networking, and six (6) PoE power adapters to convert 24VDC to PoE. The cameras need to meet the following specifications: HARDWARE Resolution:� 2464 x 2056 [5 megapixels (MP)] Sensor:� Color/Mono/NightVision Day and Night functionality: Yes Pixel Size: 5MP Zoom: Optional if survivable to shock requirement below Interfaces GigE with Power over Ethernet (PoE) Frame Rate: 22 frames per second (fps) (8-bit), 11 fps (10-bit/12-bit unpacked), 15 fps (10-bit/12-bit packed Output Bit Depth 8-bit, 10-bit, 12-bit Sensor Digitization 12-bit Exposure Control Off, manual, external, auto Regions of Interest (ROI): 2 ROI Night Vision Goggle (NVG) compatible operations Field of view: Target distance of about 118 inches and a viewing angle of 30 degrees horizontal ENVIRONMENTAL Temperature Operating, -40�C to +70�C; Storage, -50�C to +70�C Altitude Compliant with MIL-STD-810G, 500.5, (15K ft � operational, 50K ft � storage, 8K to 40K ft � rapid decompression) Sand and Dust Compliant with MIL-STD-810G, (blowing sand at 40-65 MPH for 6 hrs at ambient + 6 hrs at max operate, blowing dust at 17-23 MPH for 1.5 hrs) Water Tightness Compliant with MIL-STD-810G, (No water penetration during: driving rain: 4 in/hr at 40 MPH for 30 min, 30 PSIG water from 5 ft) Driving Rain Compliant with MIL-STD-810G, (4""/hr @ 40 MPH) Water Jet 25 PSIG from 5 ft Immersion Compliant (1"") with MIL-STD-810G Humidity Compliant with MIL-STD-810G Salt Fog Compliant with MIL-STD-810G, (resistance to salt-fog atmosphere for 48 hrs) Solar Radiation Compliant with MIL-STD-810G Vibration Compliant with MIL-STD-810G, (Operate through: 15 min/phase/axis of Ground Mobile Wheeled Vibration Profile, M113 Crew Compartment Wall Profile, and 150 min/phase/axis Bradley Sponson Vibration Profile) Shock Compliant with MIL-STD-810G, while hard mounted (Operate through: 240g) Drop Compliant with MIL-STD-810G EMI/EMC Compliant with MIL-STD-461F, CE-102, CS-101, CS-114, CS-115, RE-102, and RS-103 (fully configured system, fully cabled) ESD Compliant with IEC 61000-4-2 Levels 1 & 4 (2KV to I/O pins, 8KV to chassis, 15KV to non-conductive surfaces) High Altitude Electromagnetic Pulse Compliant with MIL-STD-461F RS105 and CS116 INPUT POWER: Power over Ethernet or 20-33V, Compliant with MIL-STD-1275 (Reverse polarity protection, Operate through: 6V IES, 16V Cranking, 250V spike, etc.) SEE ATTACHMENTS The applicable NAICS code for this requirement is 333316 with a Small Business Size Standard of 1,000 employees. The Product Service Code is H267. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capability statement. SUBMISSION DETAILS: Interested parties shall submit a brief capability statement.� Standard corporate brochures are not desired.� The capability statement should include the following: company name, address, telephone number, e-mail address, technical point of contact, DUNs Number, Cage Code, company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman- Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), and Technical description of ability to meet the requirement.� Each interested source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements. Companies shall also provide point of contact information, where available, for the efforts cited above.� This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the U.S. Government.� The U.S. Government is not seeking, and will not accept, unsolicited proposals.� Responders are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice. All submissions are requested to be made within fifteen (15) calendar days from the date of this publication, via electronic mail to both Points of Contact (POCs) for this action.� Respondents will not be notified of the results of the survey. Points of Contact Name: Kelly Lynch Title: Contract Specialist Email: Kelly.a.lynch21.civ@mail.mil Name: Gloria Thoguluva Title: Contracting Officer Email: gloria.thoguluva.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afa0a77e62214e719a5bad5267ff1972/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05670761-F 20200528/200526230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.