SOURCES SOUGHT
D -- Network Infrastructure Assessment for Analog Camera Modernization
- Notice Date
- 3/20/2023 8:20:49 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NATIONAL OFFICE - PROCUREMENT OITA NEW CARROLLTON MD 20706 USA
- ZIP Code
- 20706
- Solicitation Number
- Network_Infrastructure_Assessment_for_Analog_Camera_Modernization
- Response Due
- 4/30/2023 2:00:00 PM
- Point of Contact
- David Luutu, Kermit Smith
- E-Mail Address
-
David.luutu@bep.gov, Kermit.smith@bep.gov
(David.luutu@bep.gov, Kermit.smith@bep.gov)
- Description
- Network Infrastructure Assessment for Analog Camera Modernization REQUEST FOR INFORMATION TO ALL INTERESTED PARTIES Sources Sought � THIS REQUEST FOR INFORMATION (RFI) IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10, MARKET RESEARCH. This RFI/Sources Sought is issued solely for information and planning purposes only and shall not be construed as either a solicitation or the obligation on the part of Government. This is NOT a solicitation for proposals, proposal abstracts or quotations. This notice is for market research purposes only. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will NOT be notified of the results of the analysis. All data received in response to this Sources Sought synopsis that is marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with all applicable Government regulations. All documentation shall become the property of the Government and will not be returned. BACKGROUND: This Performance Work Statement (PWS) is intended to evaluate the Bureau of Engraving and Printing (BEP) Network Infrastructure capabilities to support the introduction of over 2200 IP Cameras using Power Over Ethernet (POE) directly connected to access switches currently in place. The final evaluation report will include recommendations for additional or new network devices, Ethernet / Fiber cable extensions to the final location of the installed cameras. The evaluation will also include recommendations for future growth if needed as well as incorporating the industry/government best practices for the design and security to ensure optimal compliance. Currently, BEP utilizes analog cameras with the existing Aventura Video Recording System which is at End of Life. BEP has been instructed to decommission assets pertaining to Aventura by Department of Justice (DOJ). These analog cameras are completely detached from the BEP�s Network infrastructure that was not designed for that purpose. Some of BEP's infrastructure is old and was not designed to support Network IP POE cameras. BEP would like to improve its network capability to support this requirement. The overall result of the network assessment should focus on a solution to add 2200 IP cameras to the BEP network infrastructure as part of the end devices that will send the data to the Digital Video Recording System (DVRS) datacenter servers from Western Currency Facility (WCF), District of Columbia Currency Facility (DCF) and Landover location. This RFI has no guarantee of a solicitation resulting from this RFI. As part of market research demonstrations will be held with a sub-set of the firms who respond to this RFI. It is also�possible that BEP will follow up with another RFI regarding more specific questions. Although there is no specific timeframe for these activities, it is likely this would occur over the next two to three months. SUBMISSION INFORMATION: The Bureau of Engraving and Printing is requesting submission of Technical Capabilities. I. Technical Capabilities - Responses may not exceed 10 pages, excluding the cover page. Each response should include the following information: a) Company Name; b) Company Address; c) Company Point of Contact, Phone and Email address; d) Current Contract Number and Task Area(s) appropriate for this notice; including the Unique Entity Identifier (UEI) and North American Industry Classification System (NAICS) Code. e) Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) f) Contract holder�s capability statement that addresses organizational and staff experience and expertise. g) Provide an estimate of time you will need to assess the network and provide your proposed recommendation. h) List three organizations to which similar types of services have been previously provided within the last three years � to include contract number, description of the requirement, dollar value, contract type, name, and telephone number of the customer. i) Delivery timeframe required to provide the assessment results. Does the delivery date vary on the service being performed? j) Possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts regarding the product or service in question. k) Are there qualifications/ certifications requirements for individuals or to the vendor as whole who is performing the services? If so, what are they and do they apply to this acquisition? Questions in response to this Sources Sought Notice may be submitted electronically on or before March 31, 2023, 6:00 PM Eastern Daylight Time (EDT). Please email questions to both primary and secondary points of contacts listed below with the following in the Subject Line: NETWORK INFRASTRUCTURE ASSESSMENT for ANALOG CAMERA MODERNIZATION. The Government reserves the right to respond to some, all or none of the questions submitted. Response to Questions will post by 15th, April 2023, by 5:00pm EDT. Vendors that meet the requirements described in this announcement are invited to submit their capability statements/RFI responses. The deadline for responses to this RFI is 5:00PM EDT, April 30th, 2023. Responses should be forwarded via email to both the primary and secondary point of contact listed below. Responses shall not exceed ten (10) pages and shall not contain any brochures, advertising or any other type of extraneous, graphic literature or documents that have not been requested and are not relevant or essential in demonstrating the company�s ability to provide the required services. Vendors may provide links to relevant websites, as appropriate. Vendors shall reference �RFI Network Infrastructure Assessment for Analog Camera Modernization� in the subject line of their response as well as in the subject line of any other e-mail correspondence referencing this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c076cc0f3b6e461193046a47bd11e605/view)
- Place of Performance
- Address: Lanham, MD 20706, USA
- Zip Code: 20706
- Country: USA
- Zip Code: 20706
- Record
- SN06624398-F 20230322/230321060701 (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 |