Bullet Camera
ID: 140G0126Q0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Audio and Video Equipment Manufacturing (334310)

PSC

CAMERAS, MOTION PICTURE (6710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking qualified vendors to provide 57 Axis Communications M2036-LEWH Network Bullet Cameras as part of a total small business set-aside contract. The procurement aims to enhance the agency's hydrologic instrumentation capabilities, requiring cameras that meet specific technical specifications for outdoor use, including high-resolution imaging and robust environmental ratings. Interested vendors must ensure compliance with various federal regulations and security guidelines, with the solicitation expected to be issued on December 5, 2025, and quotes due by December 12, 2025. For further inquiries, vendors can contact Rafael Anderson at rlanderson@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file S25085 outlines the salient characteristics for 57 network bullet-style cameras, detailing essential specifications for outdoor use. Key features include a 2.4 mm fixed lens with a 129-degree horizontal field of view, an IP66/IP67, NEMA 4X, and IK-08 rated housing, and an operating temperature range of -30 to 50 degrees C. Each camera must have at least 4 MP resolution, IR LEDs for night vision up to 65 ft, and support 2688 x 1512 video resolution at 30 fps with a 16:9 aspect ratio. They must comply with H.264, H.265, and MJPEG video compression, include integrated POE technology, Wide Dynamic Range, digital pan, tilt, zoom, and Event Trigger/Actions functionality. Additional requirements include a Deep Learning Processing Unit, a memory card slot, 1 GB RAM, 512 MB Flash memory, an RJ45 Ethernet port, an integrated sunshield, and dimensions no larger than 4 inches diameter x 6.7 inches long and weighing no more than 1.1 lbs. The cameras must be white, comply with ONVIF profiles G, M, S, and T, and come with a Windows decoder 1-user license, Torx L-key, connector guard, installation instructions, and a 5-year warranty. This document serves as a detailed technical requirement for procurement within federal or state/local government contexts.
    The U.S. Geological Survey (USGS) Office of Acquisition and Grants outlines mandatory IT security guidelines for contractors in this FISMA 18-Point Checklist. These requirements, incorporated into Statements of Work, cover various aspects of IT services, custom application development, and hardware/software. Key provisions include background investigations, non-disclosure agreements, annual security awareness training, and immediate notification of personnel changes. Contractors must adhere to DOI System Development Life Cycle (SDLC) standards, NIST SP 800-64, and DOI SDLC Security Integration Guide, especially for custom applications and IT support. The document also details responsibilities for asset valuation, security categorization (FIPS 199, NIST SP 800-60), and property rights for software. Additionally, it mandates independent verification and validation, certification & accreditation processes (NIST SP 800-37, 800-18, etc.), incident reporting, quality control for software/hardware, annual self-assessments, vulnerability analysis, and the implementation of security controls (NIST SP 800-53 Rev.1) and contingency plans (NIST SP 800-34).
    This government Request for Proposal (RFP) outlines the acquisition of 57 Axis Communications M2036-LEWH Network Bullet Cameras. The solicitation, identified as 140G0126Q0014, is a total small business set-aside with a NAICS code of 334310 and a 100-employee size standard. Key dates include an issue date of December 5, 2025, and an offer due date of December 12, 2025, at 0900 ES. The contract is administered by USGS OAG RESTON ACQUISITION BRANCH and requires delivery to USGS Northeast Area in Troy, NY, within 30 days of order receipt, with payment made via the Invoice Processing Platform (IPP). The document details various FAR clauses incorporated by reference, covering areas such as System for Award Management (SAM) registration, prohibitions on certain foreign technologies (e.g., ByteDance, Kaspersky Lab, specific telecommunications and video surveillance services), equal opportunity for veterans and workers with disabilities, combating human trafficking, and restrictions on certain foreign purchases. It also includes instructions for offerors regarding submission requirements, acceptance periods, and the handling of late submissions. Attachments include salient characteristics, 508 compliance, and FISMA information for the network bullet camera.
    Lifecycle
    Title
    Type
    Bullet Camera
    Currently viewing
    Solicitation
    Similar Opportunities
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    Sources Sought Notice for two (2) CMOS Cameras
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking potential sources for two scientific CMOS cameras through a sources sought notice (NIST-SS26-CHIPS-24). These cameras are integral to the Digital Twins for Atomic Layer Deposition Processes Project, aimed at developing and validating digital twin models for atomic layer deposition processes by enabling high-sensitivity and high-speed absorption tomographic measurements. Key technical specifications include a back-illuminated scientific CMOS sensor, high quantum efficiency, global shutter capability, and a minimum frame readout rate of 100 frames per second. Interested vendors should submit their responses, including company information and product details, by December 15, 2025, to Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov, with submissions not exceeding 20 pages.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    PAO Photography Equipment. BRAND NAME ONLY. This requirement applies exclusively to GSA Small Business vendors. If you are not a GSA Small Business vendor and still choose to submit a quote, it will not be considered.
    Buyer not available
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking quotes from GSA Small Business vendors for the procurement of PAO Photography Equipment, which includes brand name Canon cameras, lenses, and accessories. This requirement emphasizes the acquisition of various photographic equipment essential for operational and training purposes, ensuring high-quality imagery for mission documentation and public affairs. The total award amount for this contract is set at $10,000,000, with all items scheduled for delivery to SOCNORTH SOJ4-PBO at Peterson AFB, Colorado, in January 2026. Interested vendors must submit their quotes by December 9, 2025, and can contact MSG Andre Furman at andre.d.furman.mil@socom.mil or 719-723-6413 for further information.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    Camera, Infrared, Industrial/ DUN (WSDC) CONSOL PSE; PR: 7013332827 NSN: 6635-017176286
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of an Infrared Industrial Camera, with the associated National Stock Number (NSN) 6635-017176286. The agency seeks to gather capability statements from interested parties that can provide all necessary labor, materials, and equipment for the manufacture of this item, which includes aspects such as inspection, testing, and logistics management. This procurement is crucial for ensuring the availability of reliable imaging technology for defense applications. Interested vendors must submit their responses by 3:00 PM EST on December 8, 2025, to Melinda Johnson at Melinda.Johnson@dla.mil, as this opportunity is purely for informational purposes and does not constitute a formal solicitation.
    Sources Sought Notice for a MIR Camera
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), has issued a Sources Sought Notice (NIST-SS26-CHIPS-23) to identify potential sources for a mid-infrared camera and associated lenses. This equipment is critical for the Digital Twins for Atomic Layer Deposition Processes Project, which aims to develop and validate digital twin models for atomic layer deposition processes, requiring high sensitivity and rapid imaging capabilities across the mid-infrared spectral region. Interested vendors are requested to provide detailed company information, product specifications, customization capabilities, and pricing by December 15, 2025, to assist in market research for this procurement. For further inquiries, respondents may contact Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov.
    GPS/GSM Avian Transmitters
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.