Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOURCES SOUGHT

63 -- Surveillance (Telephone Pole) Cameras - Package #1

Notice Date
7/15/2016
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-Q-06ZE
 
Archive Date
8/9/2016
 
Point of Contact
Carmel M. Costa, Phone: 6095627041, Linda Chant, Phone: 6095628084
 
E-Mail Address
carmel.m.costa.civ@mail.mil, linda.f.chant.civ@mail.mil
(carmel.m.costa.civ@mail.mil, linda.f.chant.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Work REQUEST FOR INFORMATION / W15QKN-16-Q-06ZE United States Army, Criminal Investigation Command (CIC) IMPORTANT INFORMATION: This Request for Information (RFI) is for information and planning purposes only. The purpose is to gain knowledge of the interest, capabilities and qualifications from industry and to determine the availability of capable vendors. This RFI is not to be construed as a commitment by the Government nor is it to be considered as a solicitation or as an obligation on the part of the Government to acquire any products or services. The type of solicitation will depend upon the responses to this RFI. OBJECTIVE OF THE RFI: The United States Army Contracting Command - New Jersey (ACC-NJ) located at US Joint Base MDL, New Jersey, on behalf of the US Army Criminal Investigation Command, hereby issues this RFI to survey the market for potential contractors capable of meeting law enforcement camera surveillance requirements. BACKGROUND: The US Army Criminal Investigation Command's mission is to investigate all felony crimes related to, or of interest to, the US Army. As the primary investigative organization within the US Army, their mission is focused on the following: serious crime, sensitive and/or serious investigations, collection, analysis and dissemination of criminal intelligence, protective service operations, forensic laboratory support, maintenance of Army criminal records, and logistics security. The investigations take place both on and off military installations, and range from solo investigations to large scale events in cooperation with the Local, State, and other Federal agencies when appropriate. The US Army Criminal Investigation Command employs highly trained Special Agents and other support personnel, operates a certified forensic laboratory, and provides protective services, polygraph services, computer crimes specialists, and intelligence analysts. REQUIREMENTS: Eight (8) surveillance (telephone pole) cameras with battery back vehicle deployment packages that allows remote covert surveillance of a specific area (outside) for investigative purposes. Minimum requirement are as follows: Long range low light video equipment encased in a standard pole mount electrical enclosure with rapid deployment custom bracket. The camera should be a high-powered optical and digital zoom, and have a Lux rating of.008 for ultra-low light images. This system should operate on 12, 120, or 240-volt power supply that uses standard connections. The pole camera should come with multiple power source cables including light pole power tap, direct power tap, standard extension cord, 12 volt alligator clips, 12 volt cigarette lighter plug in. Compatible with the vast majority of recording software. 4GLTE/3G cell and WiFi access capable with viewing from a computer, smartphone, or tablet. Onboard edge recording to SD card in real-time for use when cell signal is not available. The overall salient characteristics are as follows: • Weather proof • Secure and Vandal Resistant • External Cellular Antenna • Thermostat controlled fan and vented with overheat shutoff and remote temperature monitoring • Pan-Tilt-Zoom Camera • 36X Optical Zoom • H.264 Video Compression • Onboard HD Video Storage (64GB) with Retraction Software • On/Off remote key fob for failsafe restart • Daily programmed hard reset of all equipment • Remote view and control • Motion activated capable, as well as motion activated notifications • Timer control Requirements provide pole cam vehicle deployment package to include a 12 volt 70Ah deep cycle battery system with recharging capability (for at least 2-day use), easy transport case and external camera mounting system for vehicle deployment. Also, requirements include technical support for 24/7 customer service and minimum 1 year full warranty on parts, labor. The intent of this notice is to determine the availability of qualified commercial sources to meet the hardware and technical support requirements for the United States Army Criminal Investigation Division. ACC-NJ POINTS OF CONTACT (POCs): Contracting Officer: Linda Chant Phone: (609)562-8084 E-mail: linda.f.chant.civ@mail.mil Contract Specialist: Carmel Costa Phone: (609)562-7041 E-mail: carmel.m.costa.civ@mail.mil SUBMISSION GUIDELINES: Interested parties are required to provide an information package consisting of the following (please note that the Government will not reimburse any costs associated with the preparation of responses to this RFI): A. Potential Offerors having the capabilities necessary to perform the described requirements are invited to provide a capabilities statement via e-mail. The capability statement shall not exceed 5 pages and must include the following: (1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.) (2) DUNS number and CAGE code; (3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); (4) Familiarity and knowledge of the requirement and (5) Advise ACC-NJ-IT, if you can or cannot provide as an order under a Federal Supply Schedule. The Capability Statement must be sufficient to demonstrate capability to meet the requirements as specified in the attached draft Statement of Work (SOW), dated 13 July 2016. B. All information submitted to the Contract Specialist stated above must reference RFI number W15QKN-16-Q-06ZE. Documents must be submitted in electronic format (i.e. Microsoft Word or Adobe Acrobat compatible) to the Contracting Officer. C. Interested vendors must be registered on the Central Contractor Registration in the System for Award Management (SAM) database and the online representation and certification application must be activated. For SAM registration, please visit online - https://www.sam.gov/portal/public/SAM PACKAGE SUBMISSION DEADLINE: All capability packages must be electronically submitted to the Contract Specialist stated above by 1 PM Eastern Daylight Time (EDT), on 25 July 2016. Note: Non-government staff support personnel will not have access to RFIs labeled by the submitters as Government Access Only. QUESTIONS AND ANSWERS: All questions must be submitted in writing and e-mailed to the Contracting Officer stated above by 12 noon EDT on 20 July 2016. Questions received after this date/time may or may not be answered. Please be advised that pre-solicitation correspondence (such as Questions & Answers, messages, etc.) are solely to aid the potential Offerors. If you find any discrepancies between communication dialog and any forthcoming contractual document (such as solicitation etc.), the contractual document shall prevail. ADDITIONAL INFORMATION: A. Contractors are responsible for all costs for submitting their capability packages. B. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response or any follow-up information requests. Therefore, responses to this announcement cannot be accepted as offers. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the requirements. Respondents are advised that the Government is under no obligation to provide feedback to respondents or request any additional information from respondents with respect to any information submitted. C. After reviewing the responses received as a result of this RFI, a solicitation may be issued. D. A response to this RFI notice will not be considered as an adequate response to any future solicitation. E. No solicitation document currently exists for this requirement; therefore, do not request a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd9138b3bedd09a4168f57d8a8368eff)
 
Place of Performance
Address: SHIP TO: W26WXQ (DODAAC), HQUSACIDC, Russell-Knox Building, 27130 Telegraph Rd, Quantico, VA 22134, POC:, Name: David J. Zeliff, Phone: (571) 305-4351, Email: david.j.zeliff.civ@mail.mil, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04185008-W 20160717/160715234946-fd9138b3bedd09a4168f57d8a8368eff (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  © 1994-2020, Loren Data Corp.