Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOLICITATION NOTICE

58 -- STANDARD; 664-20-3-4072-0038; POLICE; SECURITY CAMERA REPLACMENTS, materials only, no installation required

Notice Date
6/8/2020 2:09:21 PM
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0919
 
Response Due
6/22/2020 11:00:00 AM
 
Archive Date
08/21/2020
 
Point of Contact
John Harrison, John.harrison2@va.gov, Phone: 562-766-2267
 
E-Mail Address
john.harrison2@va.gov
(john.harrison2@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION: 36C26220Q0919. 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). This is not a solicitation announcement. This is sources sought synopsis only for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 561621 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide Security Cameras, no installation required If you are interested and can provide the required supplies, please provide the requested information as indicated below. Responses to this notice should include your company name, DUNS Number, 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) 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 type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to John.harrison2@va.gov Telephone responses shall not be accepted. Responses must be received no later than Monday, June 22, 2020 at 11:00AM PST. If a solicitation is issued it shall be announced later, 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. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. This request for information is for materials only. No installation is required. ITEM NO. DESCRIPTION QUANTITY UNIT -------------------------------------------------------------------------- 4.0C-H5A-DC1-IR 4.0 MP WDR, LightCatcher, Day/Night, In-Ceiling Dome 3.3-9mm f/1.3 P-iris lens, Next-Generation analytics 19 EA 2.0C-H4PTZ-DC C30 2.0 Megapixel (1080p) WDR Day/Night 30x, In-Ceiling Dome, Self-learning analytics 20 EA HD-NVR4-STD-4 48TB-NA HD-NVR4-STD-48TB-NA 2U Rack Mt Windows 10 1 EA ACC7-ENT ACC7 ENTERPRISE EDITION CAMERA LICENSE 39 EA TOTAL COST: CCTV System Salient Characteristics H5A Camera Line 4.0 Mega Pixel 5 Year Warranty Video Analytics Smartcodec Technology True Wide Dynamic Range ONVIF Compliant Lightcatcher Technology Multiple lens option Progressive scan CMOS of 1/2.8 16:9 2560 x 1440 4:3 2304 x 1728 Max resolution Dynamic Range WDR Off 83dB WDR on 126dB Max Image Rate WDR off (50Hz/60Hz): 25 Fps/30 Fps Max Image Rate WDR on (50Hz/60Hz): 20 Fps/20 Fps Bandwidth Management HDSM SmartCodec Technology; Idle scene mode 3D Noise Reduction Filter IR Illumination Max Distance (high power 850 nm LED) Dome 35 m 115 ft Full Tele 15 m 49 ft Wide Minimum Illumination 0.03 lux in color mode, 0.014 lux in monochrome mode, 0 lux with IR Horizontal angle of view based on aspect ratio 16:9 4:3 34° - 92° Vertical angle of view based on aspect ratio 16:9 18° - 50° 4:3 25° - 68° Max Aperture F1.3 Control P-Iris, Remote Focus and Zoom Image Compression Method H.264 HDSM SmartCodec, H.265 HDSM SmartCodec, Motion JPEG Streaming Multi-stream H.264, Multi-stream H.265, Motion JPEG; HDSM 2.0 on 4.0 MP, 5.0 MP, 6.0 MP, and 4K (8.0 MP) cameras Motion Detection Pixel motion: Selectable sensitivity and threshold. Classified object detection Camera Tamper Detection Electronic Shutter Control Automatic, Manual (1/7 to 1/8196 sec) Iris Control Automatic, Open, Closed Day/Night Control Automatic, Manual Flicker Control 60 Hz, 50 Hz White Balance Automatic, Manual Backlight Compensation Adjustable Privacy Zones Up to 64 zones Security Password protection, HTTPS encryption, digest authentication, WS authentication, user access log, 802.1x port-based authentication Protocols IPv6, IPv4, HTTP, HTTPS, SOAP, DNS, NTP, RTSP, RTCP, RTP, TCP, UDP, IGMP, ICMP, DHCP, Zeroconf, AR Device Management Protocols SNMP v2c, SNMP v3 Audio Compression Method G.711 PCM 8 kHz Audio Input/output Line level input and output External I/O Terminals Alarm In, Alarm Out RS-485 Terminal Yes, Box camera only H4 PTZ Camera Line 2.0 Mega Pixel Self-learning analytics High frame rate 60Fps Light catcher technology Ultra-wide dynamic technology Bandwidth management Patented Advanced Video Pattern Detection and Teach by Example Technology True wide dynamic range (WDR) Image Sensor WDR 1/2.8 progressive scan CMOS Active Pixels 1920 (H) × 1080 (V Imaging Area 4.8 mm (H) × 2.7 mm (V); 0.189 (H) × 0.106 (V) Minimum Illumination 0.1 lux (F/1.6) in color mode; 0.03 lux (F/1.6) in monochrome mod Dynamic Range 120+ dB Image Rate Up to 60 fps (Aspect Ratio) Resolution Scaling down to (16:9) 384×216 or (5:4) 320×256 Lens 4.3 to 129 mm, F/1.6 F/4.7, autofocus Angle of View 2.3° - 63.7° Optical Zoom 30x Video Compression H.264 (MPEG-4 Part 10/AVC), Motion JPEG, HDSM SmartCodec Technology Streaming Multi-stream H.264 and Motion JPEG Motion Detection Selectable sensitivity and threshold Electronic Shutter Control Automatic, Manual (1/1 to 1/10,000 sec) Iris Control Automatic, Manual Day/Night Control Automatic, Manual Flicker Control 50 Hz, 60 Hz White Balance Automatic, Manual Backlight Compensation Manual Privacy Zones Up to 64 zones, 3D privacy mask supported Presets 500 named presets Tours 10 named guard tours Audio Compression Method G.711 PCM 8 kHz Digital Zoom Up to 100x when used with ACC Client for Window Electronic Image Stabilization On/Off Digital Defog Adjustable/Off IPv6, IPv4, HTTP, HTTPS, SOAP, DNS, NTP, RTSP, RTCP, RTP, TCP, UDP, IGMP, ICMP, DHCP, Zeroconf, ARP, LLDP NVR4 Standard 48TB 3 Year Warranty 48 TB Up to 1150 Mbps of total throughput simultaneous recording, playback, and live streaming Hot-swappable components maintain video recording and playback operations even in the event of multiple simultaneous component failures Separate operating system and video storage volumes to enable independent, non-disruptive maintenance Video Management Software Avigilon Control Center compatible with Enterprise, Standard and Core editions Recording Data Rate Up to 700 Mbps (max 250 Mbps per connection) Playback and Live Streaming Up to 450 Mbps (while simultaneously recording video) Hard Disk Drive Configuration Video data up to 8 x large form factor hard disk drives, hot-swappable, RAID 6 Operating system - 2 x M.2 SSD, RAID 1 Network Interface 4 x 1 GbE RJ-45 ports (1000Base-T) (Optional) 2 x 10 GbE SFP+ ports Memory 16GB DDR4 Operating System Microsoft Windows 10 IoT Enterprise LTSB or Microsoft Windows Server 201 Processor Intel Xeon Video Outputs VGA Form Factor 2U rack mount chassis Power Input 100 to 240 VAC, 50/60 Hz, auto-switching Power Supply 80 plus Titanium - optional secondary power supply Certifications UL, CUL, CE, BIS, BSMI, CCC, EAC, KC, NOM, NRCS, VCCI, RCM Safety EN 60950-1:2006 / A11:2009 / A1:2010 / A12:2011 / A2:2013; UL/CSA/IEC 60950-1, 2 Ed + Am 1: 2009 + Am 2: 201 Electromagnetic Emissions US CFR Title 47, FCC Part 2, 15; Canadian ICES-003(A) Issue 6; EN 55032:2012/ EN 55032:2015/ CISPR 32:2012/ CISPR 32:2015 (Class A); EN 61000-3-2:2014/ IEC 61000-3-2:2014 (Class D); EN 61000-3-3:2013/ IEC 61000-3-3:2013 Electromagnetic Immunity EN 55024:2010+A1:2015/CISPR 24:2010 + A1:2015 Energy Commission Regulation (EU) No. 617/2013
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a8350752f1141869c3a938acd6afa8d/view)
 
Place of Performance
Address: VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161
 
Record
SN05683467-F 20200610/200608230150 (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.