CAMERA P/T DOME
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting bids for CAMERA P/T DOME and BULLET CAMERAS for video monitoring applications. This opportunity is set aside for Women-Owned Small Businesses (WOSB). Offers are due by March 31, 2026, at 12 PM Pacific.
Scope of Work
This solicitation procures specific camera systems:
- P/T Dome Cameras (OPTRON HMP7812-TAZN): HD-TVI/AVI MINI P/T DOME CAMERA, 2.1MP 1080P, CMOS sensor, 64mm optical zoom, F1.6, 0.08 Lux, Day&Night, 24VAC, IP66.
- Bullet Cameras (OPTRON C2BR5V50IR): HD-TVI BULLET CAMERA, 2MP 1080P, CMOS sensor, 5-50mm vari-focal lens, 0.5 Lux, Day&Night, 24VAC/12VDC, IP66, integrated LED lighting. These items are intended for video monitoring and remote video monitoring.
Contract & Timeline
- Agency: DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA MARITIME - PUGET SOUND
- Contract Type: Solicitation (for procurement of goods)
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- NAICS Code: 334290 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) with a size standard of 800 employees.
- Estimated Value: Over $15,000.00
- Delivery: Required within 2 weeks from the date of award receipt.
- Offer Due Date: March 31, 2026, 12 PM Pacific (21:00 UTC)
- Place of Performance: Bremerton, WA 98314, United States
- FOB: Destination Bremerton, WA.
Submission & Evaluation
Bidders must submit quotes electronically via SAM.gov, but a signed and completed solicitation must also be submitted via email to Deborah.Beierle@dla.mil to be deemed responsive. Mandatory requirements for submission include:
- Manufacturer specifications in PDF format for technical evaluation. Offers of "brand name or equal" are permitted but require detailed manufacturer specifications. Bids without these will be considered non-responsive.
- Contractor's information and CAGE code (Page 1 BLK 17a).
- Contractor's Point of Contact (Section A. A1 – 1).
- Quote and any other relevant information (Section B).
- Manufacturer’s Name, Address, and Country of Manufacturing (Section B. K21).
- Lead Time and/or Delivery Date (Section F).
- Applicable boxes checked for 52.204-24 (d)(1) and (2) (Section K).
- Signed boxes 30 a, b, and c on Page 1. For award consideration, contractors are required to implement NIST SP 800-171 (DFARS 252.204-7019) with a current assessment, unless items are Commercial Off The Shelf (COTS), which must be identified. Technically acceptable offers will be evaluated based on price and past performance. Payment will be via Wide Area Work Flow (WAWF).
Additional Notes
Contractors will require a Defense Biometric Identification System (DBIDS) credential for base access, and all deliveries must pass through the base Truck Inspection Station.