Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOURCES SOUGHT

59 -- Small Audio and Video Recorders - RFI Package

Notice Date
7/29/2016
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
DJD-16-N-0020
 
Archive Date
9/2/2016
 
Point of Contact
Kaitlyn M Mahafkey, Phone: 2023078337
 
E-Mail Address
kaitlyn.m.mahafkey@usdoj.gov
(kaitlyn.m.mahafkey@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
RFI Detailed This RFI is issued solely for information, planning purposes, and market research only; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Only sole manufactures will be considered for this RFI. This RFI does not commit the Government to contract for any supply or service. The DEA is not at this time seeking proposals. The purpose of this RFI is to seek industry information about existing commercially available small audio and video recorders, transmitters, software defined radios equipment, software and any associated peripheral devices required for the operation of these audio and video systems. This RFI is not seeking information regarding products in the developmental phase. DEA consistently seeks to obtain information and comments from industry that will provide the agency with insight into market conditions and/or scientific advances that will aid in the refinements of requirements and the formation of an acquisition strategy for audio and video surveillance systems. This RFI is designed to conduct market research to determine the current level of technology and availability of such technology in the current market. DEA is interested in obtaining information related to existing, fully developed, and integrated commercially available small audio and video recorders, transmitters, software defined radios equipment, software and any associated peripheral devices required for the operation of these audio and video systems as described in the following sections. Small businesses are encouraged to respond to this RFI in order to assist DEA in determining the potential level of interest, adequate competition, and technical capability of the Small Business community to fulfill this requirement. However, responses to this RFI are solicited from all interested parties. The Drug Enforcement Administration (DEA) has a requirement for small audio and video recorders in a variety of distinct configurations and concealments to be used in gathering intelligence information in criminal investigations. The recorders shall be small in size, allow users to modify settings, and provide on-board recording for at least 8 hours. These recorders shall provide higher quality recordings using a digital format. Additionally, DEA has a requirement for these small audio and video recorders to be monitored via wireless means from distances ranging from line of sight to long haul over a variety of telecommunications systems. The recorders shall be both small in size and versatility to improve effectiveness of undercover operations. The recorder size shall be no larger than.9”x 0.5”x 0.2”. The video body recorder shall record monaural or stereo audio via a microphone level input. Microphones shall be located internal to the unit. The unit shall also have an optional external stereo microphone with a switch for ON/OFF operation. LEDs are visible for ON/OFF, unit memory FULL, audio signal presence, and video signal presence verification purposes. The video body recorder shall be erase-protected to ensure each and every recorded file is downloaded as evidence prior to erasure. Each and every bit of space on the flash memory chips shall be erased. The recorder shall be capable of capturing VGA images at 30FPS for 8 hours. Audio and Video transmissions systems shall be small in size so as to be easily concealable in a body worn application or in a covert location in close proximity to the undercover operation. The audio and video transmission system shall be capable of live monitoring of the recorders as this will provide the greatest means of providing officer safety. Each transmitter shall be capable of operating in the frequency range of 150-175 MHz or 400-420Mhz for audio and 2.2-2.4Ghz and 4.4-5.0Ghz in COFDM and MiMo mode for video. It is also required that the audio and video transmission system be capable of retrieving files stored on the recorders. Additionally, the video transmission system shall be capable of compressing live and recorded video files and streaming them at data rates of less than 200 Kbps and 5fps minimum. The interface between the recorders and transmission systems shall be seamless and require no third party interface such as proprietary viewing software, server hosting services etc. The radio system should include a software defined sharp edge device for deployment in the field. This device must be capable of operating as either a standard COFDM radio, with an integral 900MHz ISM band return channel or as a IP mesh radio. The device is to be software defined with the capability of switching between these modes under software control. In COFDM mode the device must support standard DVB-T transmission in at least 6,7 and 8MHz channels and 625kHz, 1.25MHz and 2.5MHz narrowband modes. The device must include integral dual SD and HD video encoders. The video encoding shall be H.264 high profile compliant. The sharp edge device must support variable bitrate encoding and provide an Ethernet and a USB interface for connection to third party IP modems. The associated receive system must support the standard DVB-T COFDM 6,7 and 8MHz receive modes and 625kHz, 1.25 and 2.5MHz Narrowband operation for enhanced spectrum efficiency. When receiving COFDM signals the central receiver must support S and C-band reception and optionally L-Band reception. The number of receive channels must be configurable allowing the system to be sized appropriately for the application. A return telemetry channel in 400 or 900MHz ISM band is to be supported and additionally support for IP based return control via commercial networks. The system must include an option for receiving Mesh transmissions from the associated sharp-edge devices. Respondents shall be the manufacturer of all the small audio and video recorders, transmitters, software defined radios equipment, software and any associated peripheral devices required for the operation of these audio and video systems. RESPONSES This is a Request for Information (RFI). This is not a solicitation, award or request for proposals and does not obligate the government to award a contract. The DEA will not be responsible for any cost incurred by interested parties in responding to this RFI. Any and all associated costs shall be expended solely at the expense of the responder. Unsolicited proposals or offers of any kind will not be considered in response to this RFI. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP, as well as those regarding the nature of the services to be performed under any future initiative will not be accepted. Responses must include the following information: Company name; mailing address; physical address; point of contact(s); telephone number; fax number; email address; Federal Tax Identification Number, DUNS number; NAICS code; company business size (if small indicate type); and GSA schedule number (if applicable), and must be registered in Systems for Award Management (ww.SAMS.gov) to be considered for this requirement. 1. A corporate or company capability statement between one and 5 pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the “Requirements” section above. The capability statement should include a technical description of the hardware and maintenance and other contractor support services required for the government installation and support of all items related to the hardware. 2. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact’s name, phone number, and email address). 3. Published documentation about the system to include manuals, white papers and other technical documentation (if available). Small business’ are encouraged to respond to this RFI. Only sole manufactures will be considered for this RFI. No resellers will be considered moving forward. The Government encourages creativity and innovation in responses to this RFI. The North American Industry Classification System (NAICS) code applicable to this requirement is– 334220 – Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard in number of employees of 750. Any questions about this RFI should be submitted in writing to Kaitlyn Mahafkey, Kaitlyn.M.Mahafkey@usdoj.gov no later than August 11th, 2016 at 12:00 pm local Eastern Standard Time. Answers to general questions will be provided under an amendment to the RFI and posted on FBO. Answers to vendor specific questions vendors will be provided directly to the vendors. Interested parties are requested to submit the above requested information directly via e-mail to: Kaitlyn Mahafkey, Kaitlyn.M.Mahafkey@usdoj.gov no later than August 18th, 2016 at 10:00 am local Eastern Standard Time. Any responses received after the closing date will not be considered. No literature will be returned to responding sources and each source is solely responsible for all expenses associated with submitting their literature. All information will be kept confidential and will not be disseminated to the public. This sources sought synopsis neither constitutes a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Request for a solicitation will not receive a response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-16-N-0020/listing.html)
 
Place of Performance
Address: Lorton, Virginia, 222079, United States
Zip Code: 22079
 
Record
SN04201554-W 20160731/160729234511-b27640ffc85081fe51be1eab21b5ddb9 (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.