Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

42 -- POLICE SVC-REQUIREMENT FOR ADDITIONAL CAMERAS

Notice Date
8/24/2020 12:07:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q1355
 
Response Due
8/26/2020 3:00:00 PM
 
Archive Date
09/25/2020
 
Point of Contact
LATRICIA WILLIAMS, Purchasing Agent, Phone: 562-766-2245
 
E-Mail Address
latricia.williams2@va.gov
(latricia.williams2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 1 of 3 REQUEST FOR QUOTE (RFQ) 36C26220Q1355 VHA San Diego Healthcare System: Police Cameras COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-05, dated August 13, 2019. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office is issuing a Request For Quote (RFQ) #36C26220Q1355 for interested Service-Disabled Veteran-Owned Small Business sources with the size classification relative to NAICS codes 561621 or (related) that can supply the Veterans Affairs San Diego Healthcare System with Police Cameras brand name or equal. If you are offering equal to you must provide specifications along with the offer. DESCRIPTION OF REQUIREMENT Part # Description Quantity 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 2 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 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-UPSS 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 0M4 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 Delivery Date: Delivery shall be 60 days from date of award. If your company is submitting an equal brand, please provide explanation of how your quote is equal to the description in this RFQ and your response must address each salient characteristic. Submitting a Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with their name, address, the telephone number of the offeror, the firm s DUNS#, and total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. All offerors shall be an authorized distributor by the manufacturer and must be able to offer full manufacturer warranties for products delivered to the Government. Award will be made to the Lowest Price Technically Acceptable (LPTA) quote. manufacturer and must be able to offer full manufacturer warranties for products delivered to the Government. All quotes will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Responses to this RFQ are due by August 26, 2020, at 3:00 PM Pacific Standard Time (PST). Quotes shall be submitted electronically via email to the Contract Specialist latricia.williams2@va.gov. Offers are advised to review and monitor their emails for any correspondence regarding amendments. Correspondence or questions may be directed to the Contract Specialist with 36C26220Q1355 Police Cameras in the subject line, (48) hours of the posting of this solicitation. Telephone inquiries will not be honored. Inquiries after the allotted period may not receive a response due to the time constraints of the procurement. NOTICE LISTING CLAUSES INCORPORATED BY REFERENCE The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR ""52.252-2 CLAUSES INCORPORATED BY REFERENCE"" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. CLAUSES FAR Number Title Date 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 PROVISIONS 52.211-6 BRAND NAME OR EQUAL TO. AUG 1999 52.212-1 INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS APR 2014 52.212-2 EVALUATION-- COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- -COMMERCIAL ITEMS NOV 2014 The order cannot be split, quotes must include all items.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47ab07ab5e3b4777bfcb3f1e7cba89ca/view)
 
Place of Performance
Address: VA SAN DIEGO HEALTHCARE SYSTEM 3350 LA JOLLA VILLAGE DRIVE WAREHOUSE BLDG. 1, SAN DIEGO, CA 92161, USA
Country: USA
 
Record
SN05771209-F 20200826/200824230152 (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.