Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2007 FBO #2125
SOLICITATION NOTICE

58 -- Video Encoder Equipment

Notice Date
9/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-07-R-1017
 
Response Due
9/25/2007
 
Archive Date
10/10/2007
 
Point of Contact
Frederick Marsh, Contract Specialist, Phone 813-826-7975, Fax 813-826-7504, - Kim DeBois-Sousa, Contracting Officer, Phone 813-826-7077, Fax 813-826-7504,
 
E-Mail Address
frederick.marsh@socom.mil, deboisk@socom.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation and written solicitation will not be issued. The Purchase Request H92222-07-R-1017, issues as Request for Quotation (RFQ), and is Full and Open Competition. This solicitation document incorporates provisions and clauses in effect through Federal Acquisitions Circular 2005-20. This acquisition is to be a firm fixed price (FFP) type contract. Items called for by this RFQ have been identified in the schedule by brand name or equal description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering equal products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for purchasing activity to determine whether product offered meets the salient characteristics of the requirement. Key salient features are: must have output constant bit rate video streams with less than one percent variance and minimal overhead; provide digital to digital protocol transcoding of digital stream; encode and decode eight full motion video screens at MPEG 2 (4:2:0 and 4:2:2) and MPEG 4 AVC/H.264; support both Standard and High Definition Video; demultiplex, remultiplex, transcode and digital transrating in real time; provide output of IP, IP/ATM, ATM and DVB-ASI; all video/audio connectors located at rear of chassis; all ethernet and management interfaces located at front of chassis; chassis must have 16 CPCI slots, fit a 19 inch rack along with triple-redundancy load sharing power supplies, two mirrored Gigabit Ethernet outputs and redundant processors. Chassis and EMS must both support vtcp protocol that checks its local cache to determine highest common version shared by both machines. If target machine is in the cache, it uses that version of TCP and returns the connection to the protocol above and does not affect performance. Ability to support ASI inputs and outputs and transcode High Definition streams. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 0001 Astria CP 1200 Platform, Part Number CH-1216-AC or equal, two (2) each. CLIN 0002 Astria CPU Board, Part Number CPU-500-HA or equal, two (2) each. CLIN 0003 Astria CPU Bridge Board, Part Number CPU-500-BR or equal, two (2) each. CLIN 0004 Astria CPU Transition Board, Part Number CPU-500-T or equal, two (2) each. CLIN 0005 AC Power Supply for CP 1200, Part Number PS-1216-AC or equal, six (6) each. CLIN 0006 Astria Peripheral Transport Interface Carrier Board, Part Number NIC-600 or equal, four (4) each. CLIN 0007 Astria Transport Interface-Ethernet (RJ-45) 1000/100/10, Part Number PMC-GIGE-C or equal, four (4) each. CLIN 0008 Qualview Advanced SD Encoder--H.264,MPEG-4 AVC-SD (1 CH), Part Number QVL-AVC-E1 or equal, eight (8) each. CLIN 0009 Astria Advanced Stream Processor Board, Part Number SP-B1 or equal, eight (8) each. CLIN 0010 Astria Encoder--MPEG-2 4:2:0/2 CH, Part Number ENC-E2 or equal, four (4) each. CLIN 0011 Astria Encoder Transition Board, Part Number ENC-T2 or equal, twelve (12) each. CLIN 0012 Astria Decoder License 4:2:2/4:2:0, Part Number QVL-DEC or equal, eight (8) each. CLIN 0013 Astria Decoder Processor Board, Part Number SP-A4 or equal, two (2) each. CLIN 0014 Astria Decoder Transition Board, Part Number SP-DEC-T or equal, two (2) each. CLIN 0015 Power Cord A0--AC 110V US, Part Number PWR-A0 or equal, two (2) each. CLIN 0016 Bare Wire Audio Cable for Astria Encoder, Part Number CBL-25E-FW or equal, twenty-eight (28) each. CLIN 0017 Bare Wire Audio Cable for Astria Decoder, Part Number CBL-25D-FW or equal, six (6) each. CLIN 0018 Aveon EMS Base License, Part Number EMS-AV or equal, one (1) each. CLIN 0019 Aveon EMS Additional Chasis License, Part Number EMS-CHL or equal, one (1) each. CLIN 0020 Rapid Response Premium Service Agreement includes 24X7 phone support and advance exchange--1 year contract, Part Number PRRA-1 or equal, one (1) each. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 45 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be 3rd Special Operations Squadron, Bldg 215, 3662 Tyndall Avenue, Nellis AFB, NV 89191. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-20 effective 6 September 2007. FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-- Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; FAR 52.219-8, Utilization of Small Business Concerns FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-3, Protests After Award FAR52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; FAR 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.212-7000, Offeror Representation and Certification-Commercial Items DFARS 252.212-7001 (DEV), Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: DFARS 252.225-7001 - Buy American Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.247-7023, Transportation of Supplies by Sea QUOTES SHALL INCLUDE: It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTES ARE DUE: Quotes and any applicable attachments shall be received not later than 11:00 a.m. EDT, 26 Sep 2007. The preferred method for submitting quotes is by email (frederick.marsh@socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (813) 826-4838. The POC for confirmation is Frederick Marsh at (813) 826-7975. For questions, please email frederick.marsh@socom.mil, not later than noon EDT on 24 Sep 2007. The point of contact for this solicitation is Frederick Marsh, Contract Specialist at (813) 826-7975 or email listed above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-07-R-1017/listing.html)
 
Place of Performance
Address: 3rd Special Operations Squadron, Bldg 215, 3662 Tyndall Avenue, Nellis AFB, NV
Zip Code: 89191
Country: UNITED STATES
 
Record
SN01411974-F 20070921/070920092820 (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.