Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOURCES SOUGHT

70 -- Video Security Surveillance Systems

Notice Date
12/9/2011
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-12-EGC02
 
Archive Date
1/6/2012
 
Point of Contact
Ed G Casswell, Phone: 4109659490, Tyrone K. Lewis, Phone: 4109653446
 
E-Mail Address
ed.casswell@ssa.gov, tyrone.lewis@ssa.gov
(ed.casswell@ssa.gov, tyrone.lewis@ssa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis for the Social Security Administration (SSA), Office for Telecommunications and Systems Operations (OTSO). This synopsis is NOT to be construed as a commitment by the government to issue a solicitation or award a contract as a result of this request. This Sources Sought Synopsis is issued for planning purposes only, in accordance with Federal Acquisition Regulation (FAR) Part 10. The Social Security Administration (SSA) is currently performing market research to identify capable Hub Zone, Women-owned, 8 (a), Service Disabled Veteran-Owned Small Business and/or Small Business sources that can provide integration and delivery of an Internet Protocol (IP) based solution, for implementation of Video Security Surveillance Systems (VSSS) throughout the Agency's office facilities, to include Closed- Circuit Television (CCTV), whereas assessment and considerations may include Intrusions Detection Systems and Duress. SSA is interested in information on video surveillance equipment, installations and services that include program and project management, maintenance, training, troubleshooting and technical help desk support with the option to purchase additional hardware, software, and services, to support the VSSS program, throughout the contract life. SSA selected North American Industry Classification (NAIC) Code 561621 but we understand that NAIC Codes 423610 and 423410 may also apply. SSA has a staff of approximately 62,000 employees with a headquarters in Woodlawn, Md. The field organization, which is decentralized to provide services at the local level, includes 10 regional offices and approximately 1,600 Field Office (FO) locations. The offices are located throughout the United States, Hawaii, Alaska, Puerto Rico, and the US Virgin Islands. General Requirements and Specifications: Any acquisition would include an on-going nationwide warranty and maintenance program, with support services, on-site technical support, equipment installations, relocations and technical training. The VSSS would provide continuous 24 hour by 7 days a week monitoring and recording of the designated surveillance areas. The VSSS solution would integrate with the SSA WAN/LAN network (SSANet) for recording and transmitting stored media. The contractor would not have to furnish the Government Furnished Infrastructure (GFI), including local system design specifications, electrical power and CAT6 cabling; installations, testing, labeling and cable terminations to a network Ethernet switch port for each camera. In addition, GFI includes the SSA WAN/LAN, provided through separate entities that would not be part of this requirement. SSA completes approximately 150 FO relocations / remodels each year. The Office of Protective Security Services (OPSS) plans to leverage the physical transitions of SSA offices to install new VSSS equipment and surveillance applications. The VSSS design specifications would include large capacity video media storage on locally installed Network Video Recorders (NVR) integrated with video monitors and video management software applications. The VSSS would consist of interior and exterior cameras connected via CAT6 cables to the Local Area Network (LAN). All video surveillance would be recorded and stored on the local NVR and connected to the LAN on a single VLAN (virtual LAN) restricted to SSANet. Live video would not permitted to traverse the WAN until appropriate bandwidth allocations can be provisioned to accommodate live video traffic. Installation and mounting of all cameras, cable connections, and patch cabling for each VSSS device would be require. Wireless cameras may be part of the VSSS solution if found in compliance with SSA Security Requirements. The NVR must be capable of storing archived video traffic for a minimum of 14 days. The NVR must be capable of recording video images at a minimum of 10 frames per second (fps). The system must be configurable for codec (H.264, MJPEG, MPEG4 etc), frame rate and resolution per camera type. All video cameras must be IP capable and must utilize Power over Ethernet (PoE) when applicable (wireless cameras are an exception). SSA/OPSS will develop site-specific configurations to determine the number of cameras, camera type, location and placement with an appropriate sized storage solution for each location. The site-specific configurations must assess the PoE budget of the existing infrastructure and network connectivity requirements. An average of 15-20 cameras, varying in type, shall be required for each location. The interior camera type(s) must meet the following minimum requirements: Tamper resistant, fixed mini dome camera with 2.8-12mm Auto Iris Lens at 1.3 mega pixels. The outdoor camera type must meet the following minimum requirements: Vandal resistant and IP66 rated at 3.0 mega pixels, fixed mini dome with day/night capability, 2.8-12mm Auto Iris Lens. Outdoor camera must be capable of pan, tilt, zoom. All cameras must be capable of recording video at minimum 10 fps. All cameras must be PoE IEEE 802.3af capable. All components of the VSSS including but not limited to servers and cameras must be IPv6 capable. Management and Support Services: VSSS installations, maintenance, or technical support may require after regular business hours or weekend activity. The SSA National Network Service Center (NNSC) is a mission critical team under the Network Monitoring and Operations Branch within the Division of National Network Services and Operations (DNNSO). The NNSC provides 24/7, 365 days a year proactive monitoring, 1 st level technical support, problem determination and customer support for all critical network and telecommunications infrastructure devices throughout the agency. The NNSC serves primarily as the initial contact center for incident reporting, escalation, and trouble ticket monitoring. The Contractor's technical support team shall use the SSA Change, Asset and Problem Reporting System (CAPRS) for problem reporting, status updates, resolution and documentation of service level support, technical root cause analysis etc. The Contractor's technical support team, provided under this requirement would be located at SSA Headquarters in Baltimore, MD in the Visual Communications Control Center (VCCC) The VCCC provides 2 nd level and technical help desk support for video services. The Agency will also have a Principal Period of Maintenance (PPM) in which a Contractor shall complete repairs within 8 business hours or notify the Government, in writing, describing why completion of repair(s) were not accomplished in the allotted time. The acquisition must provide the Agency the opportunity to expand and upgrade the VSSS by purchasing additional equipment, software and support services throughout the contract life. The Contractor shall be able to provide maintenance and support services including ancillary equipment during the principle period of maintenance (8:00 a.m. to 5:00 p.m., local time) with a four (4) hour response for emergency maintenance and an eight (8) hour response time for remedial maintenance for all SSA locations. SSA also requires a Contractor to provide on-site maintenance and technical support at its Headquarters location in Baltimore, MD for thirteen and one-half (13 1/2) hours per day (7:30 a.m. to 9:00 p.m. EST), Monday through Friday. The Contractor shall have the capability to provide maintenance support for the estimated 1,600 sites nationwide throughout the contract life. It is extremely important that vendors provide information that shows that they have a national maintenance network. The Contractor shall be able to provide software support and upgrades, for all systems used in the management of this contract including system configurations and asset inventory throughout the contract life. Contractor employees and affiliated personnel requiring access to SSA facility, site, systems, or information shall go through the appropriate security and/or suitability screening and review processes. The Contractor shall have technical experience, knowledge and training certification for all the equipment, software applications and connectivity in the VSSS solution. The Contractor shall provide information about their organization and include the number and qualifications of employees, detailing previous related experience and projects similar in scope to SSA's requirement. The information must include a description of prior installations, where the Contractor provided similar equipment, maintenance and services. No cost or pricing data is required or requested. This is not a request for proposal, and the Government does not intend to pay for the information solicited or received. Respondents will not be notified of the results of the evaluation of the source data received. Requests for copies of a solicitation will not be honored or acknowledged. Nor will SSA entertain questions written or by telephone concerning this request. No solicitation is being issued at this time. Any interested organizations must submit appropriate data electronically to Edwin Casswell at ed.casswell@ssa.gov, no later than December 22, 2011. Note that SSA email has a size limit of 5Megabytes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-12-EGC02/listing.html)
 
Place of Performance
Address: 6201 Security Blvd., Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN02636993-W 20111211/111209234439-32248ae7b00a77b304cb289dda62c61d (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.