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 has issued a Firm Fixed-Price Solicitation for CAMERA P/T DOME and Bullet Cameras. This Total Small Business Set-Aside opportunity seeks qualified vendors to supply specific camera models and associated equipment for delivery to Bremerton, WA. Proposals are due May 5, 2026, at 12:00 PM PST.
Scope of Work
This solicitation covers the procurement of various CAMERA, DOME, P/T (e.g., PN KPT-HMP7812-TAZN, PN KEZC2BR5V50IR) and CAMERA, BULLET (e.g., HD-TVI BULLET CAMERA) with detailed technical specifications. These items are intended for video monitoring and remote video monitoring applications. Bidders must provide manufacturer specifications (PDF format) for technical evaluation; offers of "brand name or equal" are permitted but also require detailed manufacturer specifications.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business
- NAICS Code: 334290 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing)
- Size Standard: 800 employees
- Estimated Value: Over $15,000.00
- Place of Performance: Bremerton, WA (FOB Destination)
- Delivery: Required within 2 weeks from the date of award receipt.
- Payment: Will be processed via Wide Area Work Flow (WAWF).
Submission & Evaluation
- Proposal Due Date: May 5, 2026, 12:00 PM PST.
- Submission Instructions: Electronic submission of quotes is available through SAM.gov. A signed and completed solicitation must be submitted via email to Deborah.Beierle@dla.mil. Specific sections of the solicitation (e.g., Page 1 BLK 17a, Section A. A1 – 1, Section B, PAGE 50 Section B. K21, Section F, PAGE 32-33 Section K, Page 1 boxes 28, 30 a, b, c) require completion.
- Key Requirement: Manufacturer specifications (PDF format) are mandatory for technical evaluation; bids without these will be considered non-responsive.
- NIST SP 800-171: Contractors (awardees) required to implement NIST SP 800-171 must have a current assessment (DFARS 252.204-7019). Commercial Off The Shelf (COTS) items are exempt but must be identified during the bid period.
- Evaluation Criteria: Award will be made to the technically acceptable offer that is most advantageous to the Government, considering price and past performance (evaluated using PPIRS-SR data). Offers must meet or exceed all specified technical requirements.
Additional Notes
Contractors require a Defense Biometric Identification System (DBIDS) credential for base access. All deliveries must pass through the base Truck Inspection Station. Specific clauses regarding Buy American, Trade Agreements, and Supply Chain Security are incorporated.