SOURCES SOUGHT
59 -- Commercially Available Video Recorders for Use on USCG Cutters - Specifications Attachment A
- Notice Date
- 11/16/2016
- Notice Type
- Sources Sought
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- HSCG44-17-R-RFI0003
- Point of Contact
- Katherine Marie Kearney, Phone: 7572952280
- E-Mail Address
-
katherine.m.kearney@uscg.mil
(katherine.m.kearney@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Threshold and Objective Specifications Request for Information for Commercially Available Video Recorders for Use on U.S. Coast Guard Cutters HSCG44-17-R-RFI0003 Disclaimer and Important Notes: This posting is a Request for Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request for Proposals or a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Requirement: The Department of Homeland Security, U.S. Coast Guard (USCG) is soliciting information on commercially available Digital Video Recorders (DVRs) suitable for installation on USCG Cutters engaged in a variety of operations at sea. The preferred solution would include two separate recorder configurations. A single Configuration A recorder is intended for smaller cutters 87' WPB class up to and including 225' WLM class. The Configuration A should provide four channel high definition video record capability. A Configuration B will be used on WMEC, WHEC, WMSL and WAGB class cutters and should provide at least 12 channel video record capability.   These video recorders are being sought to replace existing equipment that is technically obsolete. The recorders are primarily used to record video produced by legacy analog cameras however the recorder selected should be capable of supporting the legacy as well as modern high definition and Internet Protocol (IP) based cameras. The anticipated requirement includes procurement of a minimum of 190 Configuration "A" recorders and a minimum of 60 Configuration "B" recorders. The chosen Digital Video Recorder System must satisfy the following proposed requirements under Specifications (Attachment A). Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has the products that provided the technology, performance, and functionality required to satisfy the requirements or submit a response which identifies areas in the system requirements that their company does not meet. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information: 1. Name of Company and DUNS number 2. Point of contact and phone number 3. Size of Business according to North American Industry Classification System (NAICS) Code 423410. 4. Positive statement of your interest in this procurement as a prime contractor 5. Description of your product that might fill this requirement: a. What type of products do you offer that might fill this requirement? Provide a description of your product's system capabilities and performance, environmental specifications, physical dimensions, power requirements, and network capabilities. b. Provide information how your product is suitable for a maritime environment which may include indirect exposure to salt spray, salt fog, high humidity, shock and vibration. c. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?) d. Do you offer a commercial product that could be modified to fulfill this need? e. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution. f. Do you offer quantity or other discounts to your customers? g. What are your warranty terms, if any? What is your standard warranty practice? Does your company offer extended warranties? Can you offer an innovative warranty approach that would cover the lag time from delivery and the actual installation of the components? h. Provide information for any additional charges for special packing and packaging and marking? i. Do you have a commercial catalog for a related group of products or services? j. What is your average delivery lead time for this type of product? k. Do you expect to offer a new product or service sometime in the future that might affect this requirement? l. Do you provide operation and maintenance manuals? m. Do you provide recommended preventative maintenance and their procedures? n. Do you provide an illustrated parts breakdown of the system and its components? o. Do you provide recommended sparing of parts or system components such as power supplies, hard drives, and recovery discs? p. Can you provide a sample recorder for preliminary evaluation if requested? q. Provide a system that will operate in accordance with industry Cyber Security standards? r. Provide information on possible software/security updates? s. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item? t. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists. u. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data) v. Provide description of any built in test feature, a flow chart of the system analysis, and a list of the circuit card or assembly level bit resolution. w. What is your operational life cycle? x. What is your repairable life cycle? y. What is your logistics support footprint and how can it be minimized? All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine.M.Kearney@uscg.mil. Upon receiving feedback, the USCG will assess all input and its impact on the development of the final scope of work. Responses must be no longer than fifteen pages in length. Technical documentation, brochures, and/or a "commented" version of the Specifications (Attachment 1) can be included in your response. Submit your response by 2:00 PM EDT on 15 December 2016 to the Contract Specialist at Katherine.M.Kearney@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/75ac7853adb41e6efd092885c55faa95)
- Place of Performance
- Address: Contractors facility, United States
- Record
- SN04329830-W 20161118/161116234826-75ac7853adb41e6efd092885c55faa95 (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 |