Intent to Sole Source Axon Body Camera 3
ID: M6700124Q1200Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)
Timeline
    Description

    The Department of Defense, specifically the Marine Corps Field Contracting System at Camp Lejeune, North Carolina, intends to award a sole source contract to Axon Enterprise, Inc. for the procurement of 50 Axon AB3 body cameras, nine 8-port docking stations, and wall mounts. This acquisition aims to enhance the evidence collection and review capabilities of Military and Civilian Police Officers, thereby improving training and operational effectiveness through better oversight of officer actions during critical incidents. The urgency of this procurement is underscored by the exclusive rights held by Axon, which prohibits distribution through resellers, necessitating direct purchase from the manufacturer. Interested firms may submit their capabilities to meet this requirement by 12:00 PM EDST on September 10, 2024, with inquiries directed to Rebecca Hayes at 910-451-7884 or via email at Rebecca.L.Hayes.CTR@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a solicitation for commercial items, specifically for the procurement of Axon AB3 Body Cameras and related equipment by the U.S. Marine Corps. The solicitation number is M6700124Q1200, issued on August 29, 2024, with an offer due date of September 6, 2024. The procurement is set aside for small businesses and includes detailed instructions on required submissions from offerors, including technical capabilities, pricing, and necessary representations and certifications. The contract encompasses the delivery of 50 body cameras, 9 wall mounts, and 9 eight-bay docks, all to be delivered to the Provost Marshal’s Office in Beaufort, SC. Delivery is required within 30 days of contract activation, and items will be inspected and accepted at the destination by government representatives. The document outlines several clauses and certifications, including compliance with telecommunications regulations, environmental certifications, and representations related to the usage of covered telecommunications equipment. Evaluation criteria focus on pricing, capability, and past performance, promoting transparency and ensuring compliance with federal procurement standards.
    This memorandum outlines the determination for using a sole source procurement under the FAR Part 13 simplified acquisition threshold by the Marine Corps Air Station (MCAS) Beaufort's Provost Marshal Office. The request involves purchasing 50 Axon AB3 body cameras, nine 8-port docking stations, and wall mounts to enhance evidence collection and review capabilities for police officers. The justification for sole sourcing is based on the exclusive availability of the equipment from the manufacturer, Axon, which has proprietary rights and does not permit distribution through resellers. The previous purchase from 2023 included a proprietary online system for video storage that requires integration with the Axon cameras for automated uploads to avoid errors. This acquisition was initially posted as a small business set-aside but confirmed that Axon only authorizes direct sales. The urgency of the procurement is indicated, although specific details on timing and delivery were not disclosed. The certification statements affirm the accuracy and completeness of the justification provided for this acquisition decision.
    Lifecycle
    Title
    Type
    Special Notice
    Solicitation
    Similar Opportunities
    Notice of Intent to Sole Source - Covidence Oculus 5 Equipment
    Active
    State, Department Of
    The Department of State (DOS) intends to award a sole source contract for Covidence Oculus 5 equipment to GANS & PUGH ASSOCIATES INC, as part of its efforts to enhance technical surveillance capabilities within the Bureau of Diplomatic Security. This procurement aims to acquire specialized equipment integral to the Computer Investigations and Forensics Division, which supports criminal investigations through advanced technical surveillance tools. The detailed inventory includes various components such as cameras, lenses, concealment jigs, and operational software, all tailored for effective surveillance operations. Interested parties may submit written responses to Sara Marron at MarronSM2@state.gov by September 17, 2024, at 1:00 PM ET, to demonstrate their capability to meet the requirements outlined in this notice.
    Leica Microscopes and Camera Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Criminal Investigation Laboratory (USACIL), is seeking to procure two Leica FS C Comparison Microscopes and two Leica K3C Microscope Camera Systems through a combined synopsis/solicitation. This procurement aims to fulfill critical needs in forensic analysis, particularly in firearms examinations, ensuring operational efficiency and safety by maintaining uniformity with existing laboratory equipment. The total estimated cost for this sole-source procurement is $295,222.39, with offers due by September 12, 2024, and delivery expected by September 30, 2024, to Fort Gillem, Georgia. Interested vendors can reach out to Tia Askew at tia.j.askew.civ@army.mil or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil for further information.
    Camera
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of ShaiderTech's products, which are deemed essential for the DHS's operational needs. This notice serves informational purposes only and does not constitute a request for quotes (RFQ), with the Contracting Officer retaining discretion over the decision not to compete the contract. For inquiries, interested parties may contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    Cameras
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to solicit a contract for cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is justified under FAR 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of the products offered by the contractor. The cameras are essential for the operational needs of ICE, highlighting the importance of specialized equipment in supporting law enforcement activities. For inquiries regarding this opportunity, interested parties can contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668. This notice serves informational purposes only and is not a request for quotes.
    VTC Equipment Purchase and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the purchase and installation of Video Telecommunication (VTC) equipment at the Marine Corps Base in Quantico, Virginia. The project involves replacing an outdated Cisco SX80 Codec with two new compliant systems, along with necessary audiovisual equipment, to enhance operational capabilities for high-level military leadership. This procurement is critical as the current system will be unsupported after October 2024, impacting classified communications. Interested vendors must submit their proposals by September 18, 2024, and can direct inquiries to Codey Burnham at codey.burnham@usmc.mil or Gabriela Gonzalez at gabriella.gonzalezc@usmc.mil. The project is designated as an 8(a) set-aside, encouraging participation from small businesses, particularly service-disabled veteran-owned enterprises.
    Request For Quote - Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center (AFTC), is soliciting quotes for a Deployable Automatic Number Plate Recognition (ANPR) Speed Camera system under solicitation number F1S3AL4233AW01. The procurement is set aside for small businesses, with a focus on acquiring a system that includes a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar kit, and an enclosure, all designed to capture clear images of speeding vehicles in a portable and solar-powered format. This initiative is crucial for enhancing traffic enforcement capabilities at Edwards Air Force Base in California, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 18, 2024, and can direct inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.
    Cameras
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure camera equipment from a single source, ShaiderTech, located in Fairfax, VA. This procurement is justified under FAR Part 13, which allows for simplified acquisition procedures, as the Contracting Officer has determined that ShaiderTech is the only reasonable source due to its unique capabilities and proprietary products. The cameras are essential for ICE operations, reflecting the government's strategy to ensure operational efficiency and effectiveness through specialized sourcing. For inquiries regarding this procurement, interested parties can contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    NAWCAD WOLF - Intent to Sole Source for Unique Identification Management System Software & License Renewals in support of AN/UPX-29 ISEA.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure the A2B Tracking UC! Web™ Core ITAR Software-as-a-Service from A2B Tracking Solutions, Inc., on a sole-source basis. This procurement involves the acquisition of two software licenses, maintenance support, and necessary hardware components to enhance the Unique Identification Management System for military asset management. The selected solution will facilitate data exchange within various procurement modules, ensuring compliance with military standards and operational efficiency. Proposals are due by September 16, 2024, and interested vendors must be authorized distributors of A2B Tracking Solutions, registered in the System for Award Management (SAM), and provide comprehensive technical and pricing information for evaluation. For further inquiries, contact Maria A. Sproul at maria.a.sproul.civ@us.navy.mil or call 240-808-9150.
    Optos California AF-RGB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Medical Research Center, is seeking to procure an OPTOS Optos California AF-RGB Ultra wide-field non-mydriatic imaging system to replace a failing Kowa non-mydriatic camera unit at the Naval Aerospace Medical Research Lab (NAMRL). This procurement is essential for ongoing research, as the OPTOS system is uniquely capable of capturing extensive retinal images quickly and effectively, which is critical for military medical applications. The total funding required for this acquisition is $107,321.96, and it will be executed as a firm fixed-price contract due to the sole source exception, with no comparable units available in the market. Interested parties can reach out to Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further information.
    Laptop Carts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotations for the procurement of laptop carts through solicitation M0068124Q0050, aimed at enhancing technological support for military operations at Camp Pendleton, California. The required laptop carts must accommodate at least 32 laptops and a 48-port switch, featuring specific dimensions, pre-wired USB-C charging capabilities compatible with Dell Latitude 5410 and 5420 laptops, and charging from a single power receptacle. This procurement is crucial for maintaining operational efficiency and ensuring compliance with technology standards for classified environments. Interested vendors must submit their quotations via email by September 18, 2024, and can direct inquiries to Monique Y Garcia at monique.garcia@usmc.mil or call 760-577-6767.