Kentucky Bids > Bid Detail

6350--603-23-2-984-0074 Camera Server

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159449155670810
Posted Date: Feb 27, 2023
Due Date: Mar 6, 2023
Solicitation No: 36C24923Q0171
Source: https://sam.gov/opp/258de5ef74...
Follow
6350--603-23-2-984-0074 Camera Server
Active
Contract Opportunity
Notice ID
36C24923Q0171
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 27, 2023 09:49 am CST
  • Original Response Date: Mar 06, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    The Department of Veterans Affairs Robley Rex VA Medical Center Louisville , KY 40206
    USA
Description
On behalf of the Robley Rex VA Medical Center, Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed-priced, contract for one (1) camera server with a minimum of 384TB of storage space to handle a minimum of 267 cameras and maintain 30 days of storage for review.

NOTE: All items must be TAA compliant.

The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334111 Electronic Computer Manufacturing.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

Organization name, address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Business type under NAICS 334111, which contains a size standard of 1,250 Employees, Commercial And Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, and Unique Entity Identification (UEI).

Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 334111.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

Please provide the following information as an attachment to your response:

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each.

Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner?

Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company.

Response to this SSN shall not exceed 10 pages and should include all of the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:

Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance.

Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 16:00 CT, March 6, 2023. All responses under this SSN must be emailed to Martha.Warren1@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

See attached Salient Characteristics.



Item: Camera Server

1) Essential/significant physical, functional, or performance characteristics.

The Robley Rex VA Medical Center has a new requirement for one (1) camera server with a minimum of 384TB of storage space to handle a minimum of 267 cameras and maintain 30 days of storage for review.

Salient Characteristics

Supports up to 250 channels
Compatible with Windows 2019 IoT Essentials (No CAL) Semi-Annual Channel
Windows and XProtect VMS optimization according to your needs
Recorder can be used with XProtect Essential+, enabling you to connect up to eight cameras for free
iDRAC9 Enterprise (license included) for remote management
Intel Xeon Silver 4216 CPU
Supports archiving to external NAS
Support for RAID 0, 1, 5, 6, 10, 50, 60 (RAID 5, 6, 10 configurable in Husky Assistant)
24 disk bays that supports up to 384TB of local storage
Overvoltage, overcurrent, overtemperature, and short-circuit protection
Dual OS drives and power supplies
TPM 2.0 credential and key encryption
2 RU rack-mountable form factor

Connectivity
A/V I/O
1 x VGA
Communication Inputs/Outputs
2 x RJ45 10 GbE (Rear)
2 x RJ45 Gigabit Ethernet (Rear)
1 x RJ45 iDRAC9 (Rear)
1 x DE-9/DB-9 (Front)
1 x Micro-USB iDRAC (Front)
1 x USB-A 2.0 (Front)
2 x USB-A 3.0 / 3.1/3.2 Gen 1 (Rear)
Computing
Installed Operating System
Windows IoT
Processor
Intel Xeon Silver 4216
Memory
32 GB DDR4
Optical Drive
None
PCI Expansion
1 x PCIe Gen 3 x16
System
Installed Drive
24 x 16 TB
Max Capacity Supported
384 TB (Total)
Number of Bays
24 x 3.5" Internal
RAID
RAID 0, 1, 10, 5, 50, 6, 60
Hot-Swap Storage Support
Yes


Memory Requirement
32 GB
System Functions
Fisheye Dewarping
None
Electrical
Power Consumption
1100 W (Maximum)
Power Supply Type
Internal, Redundant
AC Input Power
100 to 240 VAC, 50 / 60 Hz
Environmental
Operating Temperature
41 to 104°F / 5 to 40°C
Operating Humidity
10 to 85% (Non-Condensing)
Storage Temperature
-40 to 149°F / -40 to 65°C
Physical
Built-In Display
None
Certifications
CEÂ (Class A), UKCA, FCC, RCM, UL, NOMÂ (Mexico), VCCI, NDAA
*as per Manufacturer
LED Indicators
Yes
Rack Form Factor
2 RU
Dimensions (W x D x H)
17.6 x 31.9 x 3.4" / 448.0 x 810.0 x 86.8Â mm
Weight
88.2Â lb. / 40Â kg
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 27, 2023 09:49 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >