Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source - Multi-Camera video system from NorPix, Inc

Notice Date
3/10/2022 12:55:50 PM
 
Notice Type
Special Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-SS22-NOI-00977
 
Response Due
3/25/2022 2:00:00 PM
 
Point of Contact
Forest Crumpler
 
E-Mail Address
forest.crumpler@nist.gov
(forest.crumpler@nist.gov)
 
Description
The United States Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Acquisition Management Division (AMD) intends to negotiate a firm fixed price purchase order, on a sole source basis, with NorPix, inc of 1751 Richardson ST, Suite 2203, Montreal, Qc, H3K1G6, Canada for the purchase of instrument monitoring system, capable of recordings conducted simultaneously with multiple cameras synchronized to capture the information that the instrument readout displays in response to the exposure. The statutory authority for this sole source acquisition is FAR 13.106-1(b) by the authority of FAR Part 13 Simplified Acquisition Procedures.� The National Institute of Standards and Technology (NIST) intends to procure a video recording system that meets the requirements below. The vendor will fulfill the minimum requirements:� A system with 8 video cameras with lens, cables and mounting parts,� The system records color video with audio,� Cameras record video and audio simultaneously,� Recordings utilize H.264 compression,� Cameras can be synchronized,� Cameras can be triggered to begin and end recordings,� Images are time stamped with precision down to the microsecond,� The system has long time recoding capabilities on the order of days,� The system is capable to be expanded to include more cameras, 10 -12,� The recording system includes a computer to handle the throughput from the cameras,� The computer for the recording systems has the memory to handle the image files,� The recording system has a film rate of at least 30 fps,� Cameras along with mounting hardware and cables are included with purchase,� The cameras have a high resolution at a viewing distance in the range of 18 inches,� Vendor provides integration and testing of installed system,� Vendor can provide upgrades and maintenance of the software,� The software license is a onetime fee as part of the purchase.� Computer needs to be Windows 10 OS.� Computer IT needs to meet IT security with TPM 2.0.� Computer needs to have Secure Boot / UEFI.� Computer needs to have Trusted Execution technology.� The cameras will need to be TAA and NDAA compliant in accordance with� FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Implementation of the NDAA)�� FAR 52.225-5, Trade Agreements (Implementation of the TAA).� Research has found that only one (1) company can offer a system that can meet all requirements, including triggering, timestamping images with precision, multiple playbacks of multiple cameras simultaneously and synchronization of multiple cameras, as well as capacity to expand to more than 8 cameras.� The North American Industry Classification System (NAICS) code for this acquisition is 334310 � Audio and Video Equipment Manufacturing and the size standard is 750 employees. No solicitation package will be issued. This notice of intent is not a request for competitive quotations; however, all responsible sources interested may identify their interest and capability to respond to this requirement. The Government will consider responses received by 5:00 p.m. Eastern on March 25, 2022. Inquiries will only be accepted via email to forest.crumpler@nist.gov . No telephone requests will be honored. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0fb024bb9a1048298262184860294053/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06263036-F 20220312/220310230104 (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.