COMMERCE BUSINESS DAILY ISSUE OF JULY 25, 2001 PSA #2900
SOLICITATIONS
63 -- DIGITAL VIDEO RECORDING SYSTEM
- Notice Date
- July 23, 2001
- Contracting Office
- Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
- ZIP Code
- 21207-5279
- Solicitation Number
- SSA-RFQ-01-0339
- Response Due
- August 3, 2001
- Point of Contact
- Luis Garcia, Contract Specialist, Phone 4109659505, Fax 4109669310, Email luis.f.garcia@ssa.gov -- Luis Garcia, Contract Specialist, Phone 4109659505, Fax 4109669310, Email luis.f.garcia@ssa.gov
- Description
- The Social Security Administration has a requirement for a Digital video recording system. This is a combined synopsis/solicitation for commercial items (as defined by FAR 2.101) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested; however, a written request for offers will not be issued. This acquisition is subject to FAR Subpart 13.5 regarding the application of simplified acquisition procedures. This is a 100% small business set-aside, issued as Request for quotations Number SSA-RFQ-01-0339. Offers submitted from other than small business sources will be rejected. All responsible small business sources may submit an offer, which shall be considered. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. Offers in response to this RFQ shall be submitted by 3:00 p.m. local prevailing time, August 3 , 2001 OBJECTIVE: The objective is the acquisition of a digital Video recording system. The system shall be configured for a (32) cameras system capable of retaining video for a minimum of 31 days at three frames a second. Each camera shall have the ability of being programmed individually for recording times, frames per second, and alarms recording times and automatic play back. The digital recorder shall be of a modular design suitable for working as an independent device, as part of a network or as a remote site recorder using the optional telephone line connectivity. It shall be capable of recording high quality video from monochrome or color CCTV cameras and replaying these either on the system SVGA monitor via the Graphical User Interface (GUI) or via network connections to networked PC access applications. Programming shall be via a simple to use onscreen interface. The user interface employs ?drag and drop? functions for easy access to replay or live viewing of cameras. The digital recorder shall be full duplex functionality enabling replay while recording with automatic replay in response to alarms. The digital video recorder shall use dedicated hardware for the image capture and storage processes. Access to images must be immediate. The system shall be configured with a hardware ?fire-wall? that shall prevent direct access to the system file structure and therefore prevent images inadvertently or deliberately being corrupted or deleted by operator action or by computer viruses being introduced into the system. The storage system shall automatically overwrite the oldest data providing fully automated storage. Additional storage time shall be easily achieved with additional equipment.=20 Minimum Functional Requirements: Hands free, Automatic replay and call up in response to an alarm. No user, including the system administrator, shall have the ability to erase or alter recorded video except by FIFO overwriting. A hardware ?fire-wall? shall prevent direct access to the system file structure. The system uses Public key / Private key strong cryptography to generate a unique digital signature for every video image frame that is stored. Later anyone in possession of the public key can authenticate the source of an image and get the Audit trail information (chain of evidence) for that image. Live and replay images shall be displayed in ?windows? on a high-resolution PC monitor. A composite video, NTSC replay output shall also be provided to allow images to be displayed on a conventional control room monitor and/or be copied to videotape. Images shall be recorded at a resolution of no less than 580 pixels along each line. The replayed image shall be 580 pixels when output to an NTSC monitor. Recorded images shall be free of noise, dropouts or artifacts produced by the system. A menu feature shall allow programmable recording modes, which can be mixed and allocated to, individual cameras, including pre and post event recording, time lapse recording and snapshot recording. Recording shall be initiated manually or automatically, including by time, or by alarm condition. Alarm logging, with generation/history of an event list. Simple and rapid search of recordings shall be provided using, reverse fast, reverse normal, play fast, play and step (frame by frame) controls. A ?Go to? function enables access to images by time, date, event, camera number. Multi-level password protection shall be provided. A contact input associated with all camera inputs shall be provided for alarm triggering. Serial interface to alarm/access control systems shall be optional. Built in Activity Detection for triggering recording. TERMS AND CONDITIONS: The provisions of FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (March 2001) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (February 2001) are incorporated by reference. INSTRUCTIONS FOR SUBMITTING OFFERS: At a minimum, offerors shall submit the following: completed SF1449; separate pricing page; representations and certifications. IN ADDITION, a statement that the offeror assents to the terms and conditions of the above objectives and minimum functional requirements. Offeror must submit make and model of product being offer. All offers shall be clearly marked with quotation number SSA-RFQ-01-0339. Offers which fail to include all required information may be rejected without further consideration. The provisions at FAR 52.212-1 Instructions to Offerors -- Commercial Items (Oct 2000) are incorporated by reference. Offerors shall follow the instructions set forth therein: Completed Representations and Certifications as required by FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (April 2001) shall be submitted with the offer (1original copy of the reps and certs shall suffice). EVALUATION CRITERIA: Award will be made on a best value basis taking into account the following factors: technical acceptability, and price. The Government may award to other than the lowest priced offer based on a trade-off among these factors. AWARD: A written contract or notice of award will be mailed or otherwise furnished to the successful offeror, within the timeframe for acceptance of offers, shall result in a binding contract without further action by either party.=20 =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-01-0339/listing.html)
- Record
- Loren Data Corp. 20010725/63SOL001.HTM (D-202 SN50S5Y5)
| 63 - Alarm, Signal and Security Detection Systems Index
|
Issue Index |
Created on July 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|