Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOURCES SOUGHT

59 -- Shipboard Surveillance Camera Systems

Notice Date
9/9/2014
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-14-T-0113
 
Point of Contact
David Lindstrom, Phone: 8052280427
 
E-Mail Address
david.lindstrom@navy.mil
(david.lindstrom@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: This is a sources sought notice to gain market knowledge of potential qualified sources and their classification; Small Business, HUB Zone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business, Large Business in relation to North American Industrial Classification Code (NAICS) 561621 with a small business size standard of $19,000,000.00 gross annual receipts. Responses to this sources sought notice will be used by the Government to make appropriate determinations about potential sources only. No solicitation is available at this time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to NAICS and responses to the following questions: 1. Is your business a small business under NAICS Code 561621? 2. Does your business qualify as a Small Disadvantaged Business? 3. If disadvantaged, please specify if your business is certified under Section 8(a) of the Small Business Act. 4. Are you a certified HUB Zone firm? 5. Are you a Woman-Owned or operated business? 6. Are you a certified Service-Disabled Veteran Owned or Veteran Owned Business? 7. Is your business a large business? Please provide a capability statement addressing your organization's ability to perform as a prime contractor for the work described below: Eight (8) each Surveillance Camera Systems Five (5) each AN/SVD-2(V) 2 Camera Systems The CKT System will provide continuous coverage of 360-degrees horizontal and + or - 270-degrees vertical surface on a Naval Surface Ship's Topside environment. The system will support analog technology, where the video is delivered in the NTSC video format and the control/communication will be analog. The system will also support digital systems, where the video and control/communication are delivered over IP. a) For interface with the digital system, the Camera Assembly (Pan/Tilt/Camera Electronics Assembly) will provide H.264 video compression and ONVIF compliant IP Video and communication interface. It will support Real Time Streaming Protocol (RTSP) and must work with Exacq software ( http://www.exacq.com ). b) The system will implement modular assemblies for on-site maintenance and replacement t o the Lowest Replaceable Unit (LRU) level. All LRUs will be interchangeable within the proposed system. Interchangeable is defined as the ability to exchange one LRU with a replacement LRU without the need for special tooling or software license updates. c) The camera/lens assembly will provide for continuous, full-time autofocus and auto iris. d) If any enclosure is used for housing the electronics interface, the enclosure will be NEM A and/or IP compliant and will not include external ventilation or cooling. The enclosure will include tamper protection to prevent unauthorized access to the interior of the unit. e) The CKT system will provide capability for each camera P/T/Z operation by operators from multiple locations. The camera system will support video interface over Ethernet IEEE 802.3u copper, or analog NTSC composite video. For Digital system, the motion control/communication will be over IP. f) The CKT System main input power will be standard ships 115 V AC 60Hz Type I ungrounded delta power per MIL-STD 1399. Minimum Camera Optics and Electronics Focus: Automatic with manual override Optical Zoom: 10X Minimum Minimum Illumination: 0.15 lux (20 IRE, AGC on) color, 0.015 lux (monochrome mode) Video Output: 1.0 Vp-p, 75 W composite or video over IP Pickup Device 768 (H) x 494 (V) pixels Horizontal Resolution: 470 lines at center S/N Ratio: No less than 48 dB Scanning 525 lines, 60 fields, 30 frames Horizontal 15.734 kHz Vertical 59.9 Hz Scanning System: 2:1 interlace Gain Control: Automatic (AGC) White Balance: Automatic IRIS: Automatic Field of View: 45-degrees minimum Latency of video display <100 msec Latency of command response < 100 msec To be eligible for award consideration of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov This notice of intent is NOT a request for competitive quotes the Government reserves the right not to compete the proposed purchase order based on responses received to this notice. However, the Government may consider all responsible sources received within five days of this posting. It is noted that the intent of market research is to survey the market place to identify supplies and /or services and sources that will meet the agency's future needs. There is no guarantee of award for any contractor engaged by the Government during the market survey process. Written responses to this notice shall contain sufficient documentation to establish a bona-fide capability to fulfill the requirement. If no written responses are received after the publication of this notice the purchase will be awarded without further notice. Please email Contract Specialist, David Lindstrom with responses or questions regarding this requirement at david.lindstrom@navy.miL Place of Delivery: NAVSEA PHD NBVC BUILDING 801 3350 PATTERSON ROAD Port Hueneme, CA 93043 United States Primary Point of Contact: David Lindstrom Contract Specialist david.lindstrom@navy.mil Phone: 805-228-0427
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-14-T-0113/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, 4363 MISSLE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN03502919-W 20140911/140910000654-dcf1abf698d1b305c3f8515589569f43 (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.