Sources Sought
The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) that are capable of providing items requested.
The Department of Veterans Affairs is looking for sources for Security Camera upgrades and installation into a current hospital security system:
QTY
Item
16
AXIS 0815-001 8MP, 360-degree, multi-sensor 1080p, POE digital security camera to include all mounting hardware, licenses and installation
5
Interlogix TVD-5303 2MP, IR, IP POE Dome cameras to include all mounting hardware, licenses and installation
9
AXIS 0815-001 8MP, 360-degree, multi-sensor 1080p, POE digital security cameras without installation
9
Interlogix TVD-5303 2MP, IR, IP POE Dome cameras without installation
Salient Characteristics:
This project is to install a total of 21, POE, IP network security cameras throughout the main hospital area and specifically to all connected facilities; entry exit point locations.
All cameras will include licensing and fully integrate with the either the existing medical center owned Lenel OnGuard Video Viewer software.
All cameras will connect via extreme patch cable to the VA ITOS provided POE network switch. VA will provide vendor with pre-configured IP address and switch port assignment information for all cameras prior to installation. Vendor will ensure all cameras are programmed to full function and full monitor view capability within the Lenel program.
Each camera will be fixed and securely mounted to respective roof eves, brick or sheet rock walls, soffits, or ceiling tiles with all included/required mounting hardware.
Vendor to provide final testing and commissioning of video management system upon installation completion. All cameras will license to either the Lenel On Guard Video Viewer management system.
All work to be performed during normal business hours, Monday-Friday 8am to 5pm. No additional work will be performed on any existing VA owned equipment without prior preapproval.
24-hour Technical Service with a minimum two-hour response time for service support.
Minimum 1-year warranty all parts.
Camera Brand name or equal to the following items:
AXIS 0815-001 Minimum Specifications:
8MP, 360-degree multi-sensor camera with one IP address
Flexible positioning of for varifocal camera heads
1080p video at a minimum of 12.5/15fps and 720p videos at a minimum 25/30 fps: quad view
Zipstream technology
Power over ethernet.
Outdoor ready.
Minimum 1-year warranty
Interlogix TVD-5303 Minimum Specifications:
2MP, Fixed view/single lensed, Infrared with IP
Up to 1080p video streaming resolution
Motion detection
Up to 33ft IR range
Power: 12VDC POE
Outdoor ready
1-Year Warranty
The intended contract is a firm-fixed price one-year contract.
Potential contractors shall provide, at a minimum, the following information to
[email protected]:
1) Company name, address, and point of contact, phone number, e-mail address, and DUNS.
2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334290 Other Communication Equipment MFG. To be considered a small business your company must have fewer than 750 employees. This notice is to determine the marketplace for this specific requirement. Please check the following:
[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.
5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.
Responses are due by 03/30/2018 12:00 PM PST, to the Point of Contact.
Shipping Address:
Boise VA Medical Center
500 W Fort St
Boise, ID 83702
Point of Contact:
Robert Hamilton
Contracting Officer
[email protected]
360-852-9880
Bid Protests Not Available