Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2023 SAM #7759
SOURCES SOUGHT

70 -- Body Worn Camera Solutions

Notice Date
2/22/2023 12:00:12 PM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
OFFICE OF INSPECTOR GENERAL WASHINGTON DC 20201 USA
 
ZIP Code
20201
 
Solicitation Number
OIG307179
 
Response Due
3/3/2023 9:00:00 AM
 
Point of Contact
Jessica Edwards
 
E-Mail Address
jessica.edwards@oig.hhs.gov
(jessica.edwards@oig.hhs.gov)
 
Description
This is a Sources Sought notice only.� This is NOT a solicitation for proposals or quotations.� This Sources Sought is issued for information and planning purposes only as part of the Department of Health and Human Services, Office of the Inspector General, (HHS-OIG) market research for a total solution requirement that combines a body-worn camera (BWC) for law enforcement with a cloud-based evidence storage system.� The total solution must be Federal Risk and Authorization Management Program (FedRAMP) approved and certified for use by Federal Agencies (https://www.fedramp.gov). �FedRAMP is a government-wide program that provides a standardized approach to security assessment, authorization, and continuous monitoring for cloud products and services. �FedRAMP is mandatory for Federal Agency cloud deployments and service models at the low, moderate, and high-risk impact levels. Based on consultations with HHS-OIG IT personnel, the ability to ingest BWC footage to a GSA Federal Risk and Authorization Management Program (FedRAMP) Joint Authorization Board (JAB) authorized system rated for impact level Moderate is strictly required and rated for impact level High is strongly preferred. This requirement is covered under NAICS code 334310, Audio and Video Equipment Manufacturing.� HHS-OIG is looking for any sources of said solution regardless of business size.� Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.�� The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer.� Capability statements shall include the Contractors point of contact to discuss their response.� Any�vendor�responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their�qualifications to perform the work.� Respondents�are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� After review of the responses received,�a combined synopsis/solicitation may be published on�sam.gov�depending on the responses received.� Responses�may�not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry.� Pricing information is not required in response to this request.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ea97440faf04906b9d42003885fe412/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06598914-F 20230224/230222230121 (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.