Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOURCES SOUGHT

58 -- Field Camera System, Video Management and Editing System, Producing System package

Notice Date
7/18/2018
 
Notice Type
Sources Sought
 
NAICS
333316 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Drum, 45 West Street, Fort Drum, New York, 13602-5220, United States
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-18-U-9729
 
Archive Date
8/8/2018
 
Point of Contact
Lurline C. Holly, Phone: 3157729905
 
E-Mail Address
lurline.c.holly.mil@mail.mil
(lurline.c.holly.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE, FORT DRUM, NY 13602 Information due to Contracting Officer no later than 24 July, 2018 at 2PM EST. This is not a request for Quote or proposal. This is a SOURCES SOUGHT announcement in order to determine Small businesses participation in the acquisition. No reimbursement will be made for any cost associated with providing information in response to this announcement. This is a Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a Field Camera System, Video Management and Editing System, Producing System package and is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested small businesses to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned), must describe their identifying capabilities and experience in meeting the requirements at a fair market price, i.e., information which may help support a set- aside. The NAICS code used is 333316 Aerial Cameras Manufacturing; Video Recording and Reproducing Equipment (FSC) 5836-Video Recording and Reproducing Equipment. Size standard of 1000 employees. This NAICS, FSC, and nomenclature combination is on the current Non-Manufacturer Class waiver list. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination to compete or not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it may be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. Another mode that may be used is it could be posted through GSA E-Buy. REQUIREMENT: There is a general requirement to provide (2) Field Camera System, Video Management and Editing System, Producing System package to Fort Drum, NY 13602. In order to be considered for this procurement the company shall already be registered in System for Award Management (SAM) and be able to provide a DUNS Number and CAGE Code with all responses. SPECIFICATIONS: Field Camera System, Video Management and Editing System, Producing System package Specifications: Brand new Senspex - Field Camera System, Video Management System, (VIP) Evaluation Viewing System and (After Action Review) Producing System OR Equal The following specifications at a minimum: Network Video/Audio Recording/editing/Playback System Salient Characteristics Description: A network thermal image/video system complaint with current U.S. Army for field camera systems used on armored maneuver training ranges to include control, display and editing systems required to conduct after action reviews. System installation is required. Camera System (2) Thermal Image/Video Cameras (2) Pan/Tilt Units with 50 feet length cable to connect to digital controls and power (2) Digital Interface Units that provide power supply, cable breakout, Ethernet/IP communication & control and circuit/signal protections for the cameras System Desired Specifications Video Format: NTSC/PAL/Differential Serial Interface: RS-422 or TCP/IP interface Power Requirements: 18-28 VDC (direct to P/T) Environmental: Rated IP67 Unit sealed and dry nitrogen backfilled Lens element defroster Operating Temperature Range: -32°C to +60°C Non-operating Temperature Range: -40°C to + 71 °C Controls: Proportional Pan & Tilt speed controls Field of View and Focus Slaving Visual/Thermal Zoom Focus: Auto and Manual Auto Scan w/ up to 99 user-defined presets Variable speed, dwell and camera selection Thermal Imager Desired Specifications Detector Type: HOT: 640 x 480 Extended Life Cooler Spectral Range: 3-5 μm Lens Type: Motorized remote focus and continuous zoom Focal Length: 100-500mm (Optical System) Field of View: 5.5° x 4.1° (Wide) to 1.1° x 0.8° (Narrow) Controls/Features: Auto Focus High Sensitivity Mode Multiple Color Palettes Inverse Polarity Image Stabilization Video Camera Desired Specifications Sensor: 1/3" HD Resolution: 1080p 2MP Field of View: 42° to 1.6°, continuous Electronic Zoom: Optical 30X, Digital 12X Min Illumination: <2.0 lux (1/60 sec) <0.01 lux (1 /4 sec) Signal to Noise: >50dB Pan/Tilt System Desired Specifications Pan: continuous 360 degrees Tilt: ±60° Accuracy: ±0.05° Repeatability: ±0.01° Position Rate: Pan <0.01° to >300°/second Tilt <0.01° to >300°/second Video Management System Sight Server (VSS) Computer with MS Windows, MS Office and U.S. Army TRACR Sight Video Management Software Sight Server (NVR) with 12TB storage Sight Client Computer (VCC) Mouse Keyboard Video Control Joystick 8 Port DTR with multimedia SFP Network Switch Audio Encoder capable to interface with U.S Army SINGAR radio UPS, 1200 VA Equipment mounting rack with storage, doors, covers and casters 27 inch 1920x1080p LED monitor with HDMI, VGA and (2) composite video inputs VIP/Evaluation Viewing System (2) 48 inch 1920x1080p televisions with HDMI, VGA and composite video inputs Video Client Computer (VCC) Workstation with MS Windows and MS Office Mouse Keyboard UPS, 900 VA After Action Review Viewing/Producing System Ultra-high Throughput, Impact Resistant Hardened Wireless Ethernet Kit 4 Port Ethernet Switch, 1Gbps, Unmanaged, Data Terminal Support Kit Video Client Computer (VCC) Workstation with MS Windows and MS Office Mouse Keyboard 48 inch 1920x1080p televisions with HDMI, VGA and composite video inputs Other All the necessary cabling required to integrate each sub-system into one system. Installation is required. New equipment operational training for Range Maintenanc In Response to this sources sought please provide: 1.Name of the company, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, etc.) and the corresponding NAICS code and if you are a small business manufacturer of the end item or a Non-Manufacturer of the end item complying with the Non-Manufacturer Rule. 2.Information in sufficient detail regarding previous experience on similar requirements for similar equipment and pertinent certifications, etc., that will facilitate making a capability determination. Please provide any Government Contract numbers that you were awarded for wheel loaders. 3.Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Send responses to: If interested, submit the following information via email to CPT Lurline Holly, Contract Specialist at lurline.c.holly.mil@mail.mil no later than 2:00 PM Eastern Standard Time, 24 July, 2018, with "Fort Drum Video System" in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30c4c04520ee3ade64be9e2ebc21faa2)
 
Place of Performance
Address: Fort Drum, New York, 13602, United States
Zip Code: 13602
 
Record
SN04997679-W 20180720/180718231307-30c4c04520ee3ade64be9e2ebc21faa2 (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.