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
    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.
    Keyence XM 5000
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the procurement of a Keyence Handheld Probe Coordinate Measuring Machine XM-5000. This advanced measuring machine is required to enhance the in-house measurement capabilities for the NAVAIR Guns Medium Caliber Lab, which evaluates 20mm and 25mm aircraft gun systems, addressing the inadequacies of traditional measurement tools that often lead to costly outsourcing. The urgency of this procurement is underscored by a desired delivery date of July 1, 2024, to ensure compliance with technical data packages for gun components, with interested vendors required to submit their capabilities by September 24, 2024, to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil.
    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, 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 and requires key components such as a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar power kit, and an enclosure, all designed to operate without cloud connectivity and powered by solar energy. This system is crucial for enhancing traffic enforcement capabilities by capturing clear images of speeding vehicles, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.
    FY24 - LeMay Center SVTC Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of an additional camera for the Secure Video Teleconference (SVTC) system at the LeMay Center in Montgomery, Alabama. The requirement includes the Vaddio ROBOSHOT 30E ONELINK HDMI SYS or an equivalent, featuring advanced PTZ capabilities, high-definition output, and multiple output connections, along with full installation and training for support personnel. This enhancement is crucial for facilitating interactive presentations during various educational courses and classified communications, ensuring effective engagement between speakers and audiences. Interested contractors must submit their quotes by September 20, 2024, at 2:30 PM CDT, and should contact Rachelle Allen at rachelle.allen.3@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil for further information.
    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.
    Public Affairs X6 Nikon Camera Deployment Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the New Jersey Air National Guard's 177th Fighter Wing, is soliciting quotes for the procurement of Public Affairs X6 Nikon Camera Deployment Kits. This procurement aims to fulfill the Wing's requirements for camera equipment and accessories, ensuring standardized and efficient photographic capabilities for public affairs operations. The selected equipment will enhance operational readiness and training consistency, aligning with the Air Force's commitment to maintaining high-quality imaging standards. Interested small businesses must submit their quotes electronically by September 19, 2024, and can direct inquiries to Kirk E. Sherry at kirk.sherry@us.af.mil or Johanna Paz at johanna.paz.1@us.af.mil.
    Notice of Intent to Award Sole Source to Vitrek LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NIWC Pacific, intends to award a sole source contract to Vitrek LLC for the procurement of a RazorMax CSE1612G-LR Signal Recording System, along with associated items, with a quantity of one. This specialized equipment is critical for signal recording applications within defense operations, ensuring accurate data collection and analysis. The primary contact for this procurement is Contract Specialist James K Blake, who can be reached at james.k.blake@navy.mil or by phone at 619-376-0860 for any inquiries related to this opportunity.
    67--CAMERA SYSTEM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a Total Small Business Set-Aside for the procurement of a CAMERA. The CAMERA is typically used for photographic equipment purposes. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact JOHN IVERSEN at 360-476-3338 or JOHN.IVERSEN@DLA.MIL. The solicitation and any subsequent amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.