Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOURCES SOUGHT

K -- Explosion Proof Camera System

Notice Date
12/20/2019 5:36:25 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-09CP
 
Response Due
1/21/2020 12:00:00 PM
 
Archive Date
02/05/2020
 
Point of Contact
William Tenz, Jason Kenlan
 
E-Mail Address
william.d.tenz.civ@mail.mil, jason.a.kenlan2.civ@mail.mil
(william.d.tenz.civ@mail.mil, jason.a.kenlan2.civ@mail.mil)
 
Description
The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), Energetics & Warheads Directorate at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide and install an explosion-proof Internet Protocol (IP) camera system. The explosion proof IP camera system is for remote monitoring of energetic operations. The Government is seeking interested vendors for the planning and execution of the camera system installation in the Explosive Research Development and Loading Facility (ERDLF) at Picatinny Arsenal, NJ. This effort requires the vendor to supply all labor, equipment, and materials necessary to accomplish the installation of the explosive proof IP Camera System, Monitor and Controls to observe and record hazardous operations in Room 301 (625 sq.ft.), adjacent to a protective Control Room 300. The system will include the following: 1 IP color camera and control unit. Remote control operator for the camera in the control room 300. Explosion-proof positioning system, Pan/Tilt/Zoom system for IP camera. 55�Smart LED TV to monitor operations from the control room. Network Video Recorder -2TB-8 channels to record operations. DVR capable of receiving 8 input signals. Ground camera equipment to the building ground system inside the operations room. Install conduit & control wiring to interface camera system and control. All electrical components in hazardous environment (Room 301) to meet NEC requirements for Class I, Group D, Class II, Groups F and G per NFPA 70 Article 500. All other electrical components shall meet NEC codes for non-hazardous environments. The applicable NAICS code for this requirement is 541715 with a Small Business Size Standard of 1,000 Employees.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All responsible, interested sources are encouraged to submit their capabilities/qualification data and any other pertinent information to demonstrate capabilities in this area.� It is also requested that interested sources, provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed which demonstrates the contractor's ability to successfully provide and install an explosion-proof PoE IP camera system. Firms shall also provide point of contact information, where available, for the efforts cited above.�In addition, please provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). Responses/questions shall be forwarded, electronically, to the following points of contacts:� ATTN: William Tenz, email william.d.tenz.civ@mail.mil, or Jason Kenlan, email jason.a.kenlan2.civ@mail.mil by the closing date of this notice.� All questions must submitted via email to the aforementioned points of contact. No telephone inquiries will be accepted. � This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time.� All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided. Respondents will not be notified of the results of the survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/729a181e7ec1486ba280c40b00604e61/view)
 
Place of Performance
Address: 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN05522801-F 20191222/191220230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.