4240--POLICE SVC-REQUIREMENT FOR ADDITIONAL CAMERAS
THIS REQUEST FOR INFORMATION (RFI/36C26220Q1199)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR... THIS REQUEST FOR INFORMATION (RFI/36C26220Q1199)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621 (size standard of 1000 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide Cameras that at a minimum meets the following salient characteristics with a brand name or equal product for the VA San Diego Healthcare System: ADDITIONAL: 4.0 MP WDR 1 Materials - 4.0 MP WDR, Light Catcher, Day/Night, Outdoor Dome, 3.3-9mm f/1.3 P-iris lens, Integrated IR, Next-Generation Analytics * 50 EA 2.0 MEGA 1080 0p WDR 2 Materials - 2.0 Megapixel (1080p) WDR Day/Night, 30x, Pendant Dome, Self-learning analytics * 50 EA ACC 7 3 Materials - ACC 7 Enterprise Edition camera license * 100 EA HD NVR4 PRM 1 192TB 4 Materials - HD NVR4 PRM 192TB 2U Rack Mnt, Windows Server 2016 * 2 EA CAT 6 CABLE 5 Materials - Cat 6, plenum cable, white * 40 EA APC SMART-UPS S 6 Materials - APC Smart-UPS C 1500VA LCD RM - 2U 120V with SmartConnect * 2 EA N/A 7 Misc Parts: Camera mounting boxes * 100 EA N/A 8 Materials - LC to LC OM4 Duplex - Fiber Optic Patch Cables - 131' * 6 EA CCTV System Salient Characteristics H5A Camera Line 4.0 Mega Pixel 5 Year Warranty Video Analytics Smartcodec Technology True Wide Dynamic Range ONVIF Compliant Light catcher Technology Multiple lens option Progressive scan CMOS of 1/2.8 16:9 2560 x 1440 4:3 2304 x 1728 Max resolution Dynamic Range WDR Off 83dB WDR on 126dB Max Image Rate WDR off (50Hz/60Hz): 25 Fps/30 Fps Max Image Rate WDR on (50Hz/60Hz): 20 Fps/20 Fps Bandwidth Management HDSM SmartCodec Technology; Idle scene mode 3D Noise Reduction Filter IR Illumination Max Distance (high power 850 nm LED) Dome 35 m 115 ft Full Tele 15 m 49 ft Wide Minimum Illumination 0.03 lux in color mode, 0.014 lux in monochrome mode, 0 lux with IR Horizontal angle of view based on aspect ratio 16:9 4:3 34° - 92° Vertical angle of view based on aspect ratio 16:9 18° - 50° 4:3 25° - 68° Max Aperture F1.3 Control P-Iris, Remote Focus and Zoom Image Compression Method H.264 HDSM SmartCodec, H.265 HDSM SmartCodec, Motion JPEG Streaming Multi-stream H.264, Multi-stream H.265, Motion JPEG; HDSM 2.0 on 4.0 MP, 5.0 MP, 6.0 MP, and 4K (8.0 MP) cameras Motion Detection Pixel motion: Selectable sensitivity and threshold. Classified object detection Camera Tamper Detection Electronic Shutter Control Automatic, Manual (1/7 to 1/8196 sec) Iris Control Automatic, Open, Closed Day/Night Control Automatic, Manual Flicker Control 60 Hz, 50 Hz White Balance Automatic, Manual Backlight Compensation Adjustable Privacy Zones Up to 64 zones Security Password protection, HTTPS encryption, digest authentication, WS authentication, user access log, 802.1x port-based authentication Protocols IPv6, IPv4, HTTP, HTTPS, SOAP, DNS, NTP, RTSP, RTCP, RTP, TCP, UDP, IGMP, ICMP, DHCP, Zeroconf, AR Device Management Protocols SNMP v2c, SNMP v3 Audio Compression Method G.711 PCM 8 kHz Audio Input/output Line level input and output External I/O Terminals Alarm In, Alarm Out RS-485 Terminal Yes, Box camera only H4 PTZ Camera Line 2.0 Mega Pixel Self-learning analytics High frame rate 60Fps Light catcher technology Ultra-wide dynamic technology Bandwidth management Patented Advanced Video Pattern Detection and Teach by Example Technology True wide dynamic range (WDR) Image Sensor WDR 1/2.8 progressive scan CMOS Active Pixels 1920 (H) × 1080 (V Imaging Area 4.8 mm (H) × 2.7 mm (V); 0.189 (H) × 0.106 (V) Minimum Illumination 0.1 lux (F/1.6) in color mode; 0.03 lux (F/1.6) in monochrome mod Dynamic Range 120+ dB Image Rate Up to 60 fps (Aspect Ratio) Resolution Scaling down to (16:9) 384×216 or (5:4) 320×256 Lens 4.3 to 129 mm, F/1.6 F/4.7, autofocus Angle of View 2.3° - 63.7° Optical Zoom 30x Video Compression H.264 (MPEG-4 Part 10/AVC), Motion JPEG, HDSM SmartCodec Technology Streaming Multi-stream H.264 and Motion JPEG Motion Detection Selectable sensitivity and threshold Electronic Shutter Control Automatic, Manual (1/1 to 1/10,000 sec) Iris Control Automatic, Manual Day/Night Control Automatic, Manual Flicker Control 50 Hz, 60 Hz White Balance Automatic, Manual Backlight Compensation Manual Privacy Zones Up to 64 zones, 3D privacy mask supported Presets 500 named presets Tours 10 named guard tours Audio Compression Method G.711 PCM 8 kHz Digital Zoom Up to 100x when used with ACC Client for Window Electronic Image Stabilization On/Off Digital Defog Adjustable/Off IPv6, IPv4, HTTP, HTTPS, SOAP, DNS, NTP, RTSP, RTCP, RTP, TCP, UDP, IGMP, ICMP, DHCP, Zeroconf, ARP, LLDP HD NVR4 Premium HD-NVR4-PRM-192TB 192 TB (252 TB Raw) HD NVR4 Premium with Microsoft Windows Server 2016 Avigilon Control Center System Compatible with Avigilon Video Management (ACC video management software) Recording storage capacity of 192TB 252 TB Raw Simultaneous recording, playback, and live streaming Network video streaming performance 10 GBE-with multiple network connections Recording data rate of Up to 1500 Mbps (max 1250 Mbps per connection) Playback and live streaming capability of up to 600 Mbps (while simultaneously recording video) Hard disk drive configuration Video data up to 18 x large form factor near-line SAS hard disk drives, hot-swappable, RAID 6 or RAID 60 Operating system 2 x M.2 SSD drives, RAID 1\ Network interface 2 x 10 GbE SFP+ ports (transceivers not included) 2 x 1 GbE RJ-45 ports (1000Base-T) Memory 32GB DDR4 Operating system Microsoft Windows Server 2016 Processor Intel Xeon Video Outputs VGA Out-of-band management IDRAC9 Express Local Viewing NO Mechanical Form Factor 2U rack mount chassis Dimension (LxWxH) with 751.3 mm x 482 mm x 86.8 mm; 29.58 x 18.98 x 3.41 without bezel 737.5 mm x 482 mm x 86.8 mm; 29.04 x 18.98 x 3.41 Weight 46.3 kg (102 lbs.) when fully populated with hard drives Electrical Power Input 100 to 240 VAC, 50/60 Hz, auto-switching Power Supply 80 Plus rating redundant, hot-swappable Power Consumption Average: 429 W (1+1) (1463.8 BTU/h), Maximum: 750 W (2559.1 BTU/h) Environmental Operating Temperature 10° C to 35° C (50° F to 95° F) Storage Temperature -40° C to 65° C (-40° F to 149° F) Humidity 10% to 80% relative humidity with 29°C (84.2°F) maximum dew point Operating Vibration 0.26 Grms at 5 Hz to 350 Hz Storage Vibration 1.88 Grms at 10 Hz to 500 Hz for 15 min Operating Shock Six consecutively executed shock pulses in the positive and negative x, y, and z axes of 6 G for up to 11ms Storage Shock Six consecutively executed shock pulses in the positive and negative x, y, and z axes (one pulse on each side of the system) of 71 G for up to 2 ms Max. Operating Altitude 3,048 m (10,000 ft) Storage Altitude 12,000 m (39,370 ft) Supplied Accessories Rack Rail System Sliding rail system with cable management arm. Supports: Tool-less mounting in 19 -wide EIA-310-E compliant square hole and unthreaded round-hole 4-post racks Tooled mounting in threaded hole 4-post racks Bezel 1, front Power Cords 2 Certifications Certifications UL, cUL, CE, BIS, BSMI, CCC, EAC, KC, NOM, NRCS, VCCI, RCM Safety EN 60950-1:2006 / A11:2009 / A1:2010 / A12:2011 / A2:2013; UL/CSA/IEC 60950-1, 2 Ed + Am 1: 2009 + Am 2: 2013 Electromagnetic Emissions US CFR Title 47, FCC Part 2, 15; Canadian ICES-003(A) Issue 6; EN 55032:2012/ EN 55032:2015/ CISPR 32:2012/ CISPR 32:2015 (Class A); EN 61000-3-2:2014/ IEC 61000-3-2:2014 (Class D); EN 61000-3-3:2013/ IEC 61000-3-3:2013 Electromagnetic Immunity EN 55024:2010+A1:2015/CISPR 24:2010 + A1:2015 Energy Commission Regulation (EU) No. 617/2013 ROHS EN 50581:2012 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS/Cage Code number. Responses to this notice shall be submitted via email to latricia.williams2@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, August 7, 2020 no later than 3:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Data sourced from SAM.gov.
View Official Posting »