Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

58 -- Video Studio Editing System

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F4AT846214A100
 
Response Due
9/25/2006
 
Archive Date
10/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for Tyndall AFB for the following commercial items: 1 EA - Video system must be capable of editing video by means of timeline or storyboard editing. Processing and adjusting parameters such as, brightness, contrast, hue, saturation, offset, and gain. Video rendering to AVI, MPEG 1 & 2 formats as a minimum. System must perform real-time transitions, including wipes, fades and overlays. System must be real-time chroma and luma keying, real-time graphics scaling, real-time audio and video filtering, and real-time audio mixing capable. System must support a wide range of video formats, including .avi, .dv, .rtv, .mpeg, .mpg, .mpe, and .mpv. System must support a wide range of graphics formats including, .jpg, .jpeg, .png, .tga, .tif, .gif, .bmp and .pcx. System must support a wide range of audio formats including, .wav, .mp3, .au, .snd, and .wax. Dual Motherboard Dual CPU: 3.2 GHz minimum, 800Mhz bus minimum Memory: 2 GB RAM minimum, 2@1GB Digital Video capture system: PCI capture card with digital video in, digital video out, serial digital preview, Digital audio in and Digital audio out. Audio/video I/O panel: 24 composite video input min., 8 audio input min. Video preview/program switcher. 8 channel minimum. Real-time chroma key. Genlock Background generator Character Generator Audio Mixer Digital Transition capable Video Card: VGA 128MB dual head (DVIx2) minimum Boot Drive: 250GB, 16MB cache, 7200rpm or equivalent Storage Drives: 2each, 250GB, 16MB cache, 7200rpm or equivalent Removable Storage Drive: 250GB, 16MB cache, 7200rpm or equivalent CD/DVDROM Drive: 16x Dual Layer R/RW+/- Sound Card Keyboard and mouse Video I/O: 9 in 1 media reader or equivalent 1394 PCI Firewire capture 3-port minimum Video Editing Software Adobe Video Collection Professional software Microsoft Windows XP Professional 19" Hi-res LCD monitor with 3mS response minimum. Training support (DVD) Modem 10/100/1000 Ethernet Warranty, 1 year minimum. FOB DESTINATION PRICING ONLY This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). North American Industrial Classification System (NAICS) code 334111 applies to this procurement. The small business size standard is: 1000 employees. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17 and Defense Change Notice 20031001. FOB: Destination for delivery to 1279 Florida Ave Ste 213, Tyndall AFB, FL 32403. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The clause at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer. The clause at FAR 52.247-34, F.O.B. Destination applies to this solicitation. The clause at DFAR 252.204-7004, Required Central Contractor Registration applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clauses DFAR 252.225-7002, Qualifying Country Sources as Subcontractors and DFAR 252.232-7003, Electronic Submission of Invoices applies to this solicitation. This procurement is subject to the availability of funds. Award will be based on best value to the government. All quotes must either be emailed to thomas.reese@tyndall.af.mil or faxed to SSgt Thomas Reese at 850-283-8491. Quotes are required to be received no later than 16:00 PM CST, Monday, September 25, 2006.
 
Place of Performance
Address: TYNDALL AFB, FL
Zip Code: 32403
Country: UNITED STATES
 
Record
SN01150749-W 20060923/060921220852 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.