Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOURCES SOUGHT

58 -- Down Range Camera

Notice Date
7/18/2012
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-RFI-0255
 
Archive Date
8/17/2012
 
Point of Contact
Wendy S Bell, Phone: 732-323-4692, Christine Yezzo, Phone: 732-323-2739
 
E-Mail Address
wendy.bell@navy.mil, christine.yezzo@navy.mil
(wendy.bell@navy.mil, christine.yezzo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: PURSUANT TO FAR 15.201(e) BACKGROUND/PURPOSE: Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communication Requirements (SCR) Division is surveying the commercial vendor community for all interested parties in a proposed requirement for a Down Range Camera in support of the Special Communications Requirements (SCR) Division, at St. Inigoes, MD. The purpose of this RFI is to gain insight into the best practices/capabilities in industry for a Down Range Camera in support of the Unified Command Suite (UCS) program. Vendors are asked to respond with documentation outlining their company capabilities, and to provide feedback on the requirements listed within this RFI. The Government would like to see concepts presented through drawings, slick sheets, website, or PowerPoint brief. Below is a list of the minimum mandatory requirements. REQUIREMENTS: General Capabilities Required: • Shall be able to be carried by person in a Level A/ HAZMAT suit • Shall be able to carry in a Level A Chemical, Biological, Radiological, Nuclear & Enhanced (CBRNE) protective suit • Shall be battery operated • Shall have a minimum Operational Battery life of 3 hours on full charge • Shall accept an external power source (120 VAC) • Shall operate/charge battery simultaneously • Shall be controllable via IP • Shall be 802.11i Certified • Shall be Federal Information Processing Standard (FIPS) 140-2 certified • Shall be deconable-submersible in CBRNE decontamination solution, which includes but not limited to: Soap and water, mild detergent and bleach solution. • Shall be intrinsically safe for operations of electronic equipment in explosive atmospheres and under irregular operating conditions • Shall weigh less than 4 pounds • Shall have an integrated flash light • Shall stream video back to a hosted web page • Shall have a camera resolution of at least 640x480 • Camera shall be able to transmit video and perform operations on the 2.4 GHz wireless network • Shall be able to transmit audio • Shall have transmitter integrated internally to camera housing other than connectors for battery charging • Shall have antenna integrated as part of the camera/transmitter housing • Shall be capable of recording video, audio, and storing it for later use • Shall be equipped with an optical zoom of 3x Objective: • Shall be equipped with a laser pointer ADDITIONAL INFORMATION: Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. While the Government intends to use this information for future acquisition planning purposes, including any set-aside decisions, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND: In response to this RFI, respondents shall submit written responses, not-to-exceed five (5) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors are not to count as part of the page count. The Government is interested in identification of long lead item(s), sub-systems(s), or systems(s). In addition, please provide your company's CAGE code and company size standard with your submission. Please submit your response to this RFI via email no later than 4:00 PM ET, Thursday, August 2, 2012 to the following individual: Ms. Wendy Bell at the following email address: wendy.bell@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-RFI-0255/listing.html)
 
Record
SN02806573-W 20120720/120718234727-871a3a40bd1bf70bcc8b08ac9a0d0f44 (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.