Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOURCES SOUGHT

25 -- Market Survey/Sources Sought Notice to determine the availability of businesses that are capable of continuing principally cellular vehicle event recorder devices (cameras) capabilities.

Notice Date
5/20/2009
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M00681SWRFT02
 
Response Due
5/28/2009
 
Archive Date
6/12/2009
 
Point of Contact
Contract Specialist<br />
 
E-Mail Address
Contract Specialist
(ronnie.d.bierner@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
The Regional Contracting Office, Southwest (RCO SW) Region, Marine Corps Base, Camp Pendleton, California is conducting a Market Survey/Sources Sought Notice to determine the availability of businesses that are capable of continuing principally cellular vehicle event recorder devices (cameras) capabilities pursuant to the attached Statement Of Work (SOW). SWFRT currently has approximately 1300 DriveCam devices in service at this time. Of those 1300, there are 665 devices which transmit the captured video clips by cellular transmission. The transmission method of the video clips is the key to the service charges. The newer devices transmit via cellular service (much like a cell phone). In addition SWRFT must maintain the current version of those devices to ensure proper data capture, transmission, and retrieval. The older 635 devices do not transmit the captured video clips by cellular services. The older devices have to be connected to a laptop via a cable to download the clips. The next version downloads the clips by use of a Wi-FI service. This is wireless, but not cellular. SWRFT has an antenna on the side of a building and when a vehicle with that version comes within range (typically the 22 Area fuel station) the clips are downloaded to a computer in the building. These do not require any service or software up! grades for the older versions. As the older versions fail or require significant repair they will be phased out. However SWRFT will not be replacing the older version devices with the newer cellular version devices on a one-for-one basis and SWRFT must target specific vehicles that they determine will provide the most benefit. In whole, this accounts for the 1,300 figure. The 1,000 cellular service device figure is SWRFT's basic plan for cellular type DriveCam devices as they execute their plan to migrate to 335 additional cellular devices to obtain their goal of 1,000 cellular service devices. The future contract will only focus on this newest cellular service technology as that helps mitigate vehicle incidents. The older versions do not require service or software upgrades. Therefore, the SWRFT requirement is their minimum estimate to support their basic tactical plan to deploy and maintain 1,000 cellular devices, which is subject to change and is inclusive of the total 1,300 devices. The Government determined that by awarding a contract to a new vendor and procuring approximately 1,300 new devices would be rather expensive in-direct costs and non-monetary resources to include operational costs, purchase costs and the labor removal/installation costs. A complete conversion replacing all 1,300 DriveCam devices with new vendor devices would definitely be cost prohibitive and operationally disruptive to the point of having a negative impact on SWRFT completing their mission. Another option, that was explored and will not work is leaving the DriveCam devices in service until they failed and transition to a new vendor's devices. This option would confuse technicians and administrative personnel who service, maintain, and manage the program, and would be a fiscal and operational duplication of effort. The device and equipment version identification and inventory would become a labor intense challenge if the SWRFT ended up with two separate vendors' equipment; not to mention the requirement to maintain double work with dynamic databases, information servers, account access, download processes, and information retrieval processes. Providing the critical device incident information to SWRFT customers via the DriveCam alert system would be a challenge and may be impossible depending on other vendor's access capability. The Government concludes that transitioning to a new vendor would not be impossible but it would be detrimental in maintaining the ef! ficiency of the SWRFT's current program and processes and is not beneficial to the Government. The Government does foresee a myriad of direct and in-direct operational cost savings by staying with the current vendor as there is considerable cost avoidance by not transitioning to another vendor. Due to operational costs and event recorder replacement costs the intent of the Government is to maintain the coverage on the existing event recorders that the Southwest Region Fleet Transportation (SWRFT) has procured and installed in their vehicles along with migrating existing non cellular event recorder devices to new cellular service event recorders as the old ones are phased out. The purpose of the anticipated contract is to procure and provide cellular event recorders in support of the Southwest Region Fleet Transportation (SWRFT), Marine Corps Installations West (MCI-West) vehicles aboard Marine Corps Base, Camp Pendleton California. The Government anticipates that a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) Contract to include a base year with the option to extend four additional one year periods. The requirement falls primarily under North American Industry Classification System (NAICS) Code 334310 and the business size standard is 750 employ! ees. Interested companies should review the attached SOW and if interested submit a detailed Capability Statement, which should include their experience and qualifications to perform this type of work together with a rough order of magnitude in price to transition the recorders and a plan that would minimize disruption. In addition, please provide any comments or questions that you may have pertaining to the SOW. Responses are due on 28 May 2009 and should include a point of contact, phone number, fax number and email address. Interested parties capable of performing this requirement should send their Capability Statement, comments and questions via email to ronnie.d.bierner@usmc.mil. No final commitment has been made to procure the stated requirement and this Sources Sought notice should not be construed as a commitment or authorization to incur costs in anticipation of such procurement. This announcement is not a Request For Proposal (RFP). The Government is seeking informatio! n on the feasibility of competing the requirement or to confirm that this procurement should be a follow-on contract to the current contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681SWRFT02/listing.html)
 
Place of Performance
Address: SWRFT, Camp Pendleton, CA<br />
Zip Code: 92051<br />
 
Record
SN01823764-W 20090522/090521003927-96e2a0b4e92ed600132577365d3684bf (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 |
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.