SOLICITATION NOTICE
R -- Quality Control Software
- Notice Date
- 3/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-NW-11-Q-0015
- Archive Date
- 4/15/2011
- Point of Contact
- Alice Keefe, Phone: 301-837-1821, Ann P Harrison, Phone: (301) 837-0772
- E-Mail Address
-
alice.keefe@nara.gov, ann.harrison@nara.gov
(alice.keefe@nara.gov, ann.harrison@nara.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is NAMA-NW-11-Q-0015 and is issued as a request for quotation (RFQ); quotations furnished are not offers. This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFQ must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 effective March 16, 2011. COMPETITION, EVALUATION, AND CONTRACT TYPE : This is a 100% small business set-aside requirement under NAICS 541511 with a size standard of $18,000,000. The Government reserves the right to issue an order based on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the vendor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this competition will be obtained through a lowest priced technically acceptable evaluation. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined below. The Government will only accept commercial-off-the-shelf items. Vendors must submit itemized specifications that address the enumerated requirements of the Performance Work Statement (attachment 1) for each proposed item to facilitate a comprehensive Government evaluation. AFFIRMATION STATEMENTS : It is the vendor's responsibility to ensure that NARA is not provided counterfeit products. Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must complete and return Enclosure 1, RFQ Information Sheet, in order for their quotations to be considered. The products comprising this requirement are not required to be compliant with Section 508 (see attachment 2). REQUIREMENTS : All delivery costs must be included in the total firm-fixed price quote. DELIVERY : Packaging must be in a manner that prevents damage to the products during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - A-II, 3301 Metzerott Road, College Park, Maryland 20740-6001 no later than 30 calendar days after issuance of the order. Failure to deliver in a timely manner could result in termination. SUBMISSION OF QUOTATIONS : Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Alice Keefe, Contract Specialist, 8601 Adelphi Road, Room B810, College Park, MD 20740-6001 or e-mailed to: alice.keefe@nara.gov. Quotations should be received by 3:00 PM ET on March 31, 2011. Questions regarding this solicitation must be submitted in writing to Ms. Alice Keefe no later than 1:00 PM ET on March 24, 2011, to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed. SCHEDULE B NOTE: Insert unit prices proposed for each CLIN. The Total Contract Maximum Price will be determined by adding the CLIN prices for each year. CLIN = Contract Line Item Number; PWS = Performance Work Statement. Item Base Year Description Qty. Unit Unit Price Total Price (Qty X Price) 0001 Software System for the Automated Quality Control of Digital Video and Software Support, months 1 - 12 1 EA 0002 Web-based Training for the above with user manual 1 EA 0003 Software Support - Option Year One, months 13 - 24 1 EA 0004 Software Support - Option Year Two, months 25 - 36 1 EA 0005 Software Support - Option Year Three, months 37 - 48 1 EA 0006 Software Support - Option Year Four, months 49 - 60 1 EA Total of All Items ATTACHMENT 1 PERFORMANCE WORK STATEMENT FOR Software System for the Automated Quality Control of Digital Video •1.0 INTRODUCTION Statement of Need The Special Media Preservation Division (NWTS) of Preservation Programs (NWT) of the National Archives and Records Administration (NARA) is planning to issue a firm fixed price contract to procure a software system for the automated quality control analysis of digital video files, with training, and on-going maintenance and support for the software application(s). This RFQ is for the purchase of the software application(s), training, and on-going maintenance and support only, and does not include any computer server hardware. 2.0 BASIC REQUIREMENTS 2.1 The Special Media Preservation Division (NWTS) of Preservation Programs (NWT) of the National Archives and Records Administration (NARA) is expanding capabilities in the Audio, Video and Motion Picture labs relating to digital recordings, and needs a computer server-based application for performing quality checks on digital objects created within the NWTS labs. 2.2 General Requirements: SOFTWARE TO BE PURCHASED Qty Software and Services 1 Software system for automated quality control of digital video files - with training, maintenance and support. Licensing for all codecs supported by the application. Batch-Processing DigitalVideo QC Application: Computer-based application for batch inspection and validation of digital video files. Server Requirements- Windows Server 2008 R2 64-bti compatible All other system requirements to be specified in the proposal Operating Environment- Staff work 5 days a week, 8 hour shift per day Unattended 24/7 operation of automated processing required Operational Activities- Set up workflow - define configurations for different types of process and jobs - both validation processing parameters and reporting parameters Set up jobs - define specific configuration for individual jobs Submit jobs to server application for automated processing Monitor system, processes, and errors Output the status of a batch of files and individual files within a batch against a set of validation criteria System functionality- Job Configuration User should be able to invoke the application from his/her network account. When defining the specifications for a validation job, a user should have a clear view of all of the supported options that are available. Any options that are not supported should be clearly identified. Help information should be readily accessible from the job definition screen. The user interface should clearly label the configurable options that are available. The user interface should have a clear division between the user interface for configuring a job and the user interface for executing a validation job. Validation and inspection capabilities Ability to validate files of the following formats DPX version 1(as defined by SMPTE 268M-1994) and version 2.0 (as defined by SMPTE 268M-2003) MPEG-2 (4:2:2 Profile / Main Level and Main Profile / Main Level); accompanied by 2 channels (stereo L R) of MPEG Layer 2 audio Uncompressed video streams with YUY2 encoding within an AVI wrapper ; accompanied by 2-8 channels of 48kHz/24-bit linear PCM audio Windows Media (VC-1 compliant); accompanied by 2 channels of Windows Media Audio 9.2 Uncompressed video stream within a QuickTime wrapper; accompanied by 2-8 channels of 48kHz/24-bit linear PCM audio H.264 (.MOV); accompanied by 2 channels AAC audio The process should identify files that are not well-formed or not technically valid against a user-defined specification. The process should locate and identify aberrations within an audio or video recording and report on the time sequences of such aberrations. As new file format standards emerge, the application should provide the ability to integrate validation checks for emerging file formats within the workflow framework of the application. Ability to define a minimal core of metadata that must be present within a file of a given type. Scalability Ability to process an input recording of a set of DPX files of up to 3600GB in size Ability to process an input AVI file up to 140GB in size Ability to schedule and process 6-8 TB of input data per week Batch Processing Supports the batch processing of a group of homogeneous or heterogeneous file types. Ability to process multiple transcoding tasks simultaneously. Ability to monitor all tasks running at one time. Ability to terminate an individual task without terminating other running tasks. Failure of one validation task should not negatively affect the other running tasks. Ability to farm work to multiple servers as the production capacity grows and track the work on multiple machines from a single interface. Only one instance is being sought at this time. System extensibility Ability to invoke processing by use of local watch folders and network watch folders. Ability to invoke system capabilities via a web service or API. Ability to invoke subsequent processing at the conclusion of a transcoding job via a web service. Workflow Management- •· Job Profiles - software shall have the ability to define and save all user settings as job profiles, and reuse profiles for later sessions and jobs •· User Profiles - software shall have the ability to configure user interface for individuals and save settings as user profiles - including ability to configure controls that appear in the user interface and ability to lock out access to selected settings •· Ability to review digital files and perform quality control Metadata capabilities and compliance- •· Ability to view technical metadata across a batch •· Metadata Export- •o In the following user-selectable formats- •§ XML •§ Tab-delimited text Software Support- •· Software support should include maintenance releases, upgrades and technical support at no additional cost for the base year. •· Software support should include maintenance releases, upgrades and technical support for up to four option years at a specified cost per year. •· Technical support by telephone and by email. Requests should receive a response within four (4) business hours. Training- •· The vendor will provide web-based training for up to ten (10) hours of training for each of six staff persons. •· A user manual will be provided, either in electronic on-line or hard copy format. •· Training will be available as soon as the software is installed. Offerors shall propose equipment to meet the National Archives' requirements. The selected vendor shall provide all equipment and services to the final approved list and specifications. 3.0 PLACE OF PERFORMANCE Equipment to be delivered to the following location: Special Media Preservation Laboratory (NWTS) 3301 Metzerott Road, College Park, Maryland, 20740 Entrance for delivery will be via Metzerott Road 4.0 PERIOD OF PERFORMANCE The period will be for delivery no more than thirty (30) days from date of award. 5.0 HOURS OF OPERATION Work must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. 6.0 TASKS AND DELIVERABLES The deliverables are discussed in paragraph 2.2 above. Performance Specifications/Additional Requirements: MISCELLANEOUS REQUIREMENTS 6.1 All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than one year from contract award date in base year or applicable option year. 6.2 No transportation or travel expenses will be paid. 6.3 Vendor must accept direct deposit for payment. (Vendor must be registered with the CCR registry.) Government-furnished materials : N/A Top of Form ATTACHMENT 2 Creation Date Fri Jan 14 10:04:40 EST 2011 Owner guest Project Title Procurement Number (optional) Intended Need Responses <Edit> Do you intend to acquire a product or a service? product Is your acquisition a micropurchase? no Does your requirement meet the definition of EIT? no Requirement and expected solution We are seeking a software system for the automated quality control analysis of digital video files which will be used by a limited number of audio, video and moving image specialists. Technical environment features that might affect accessibility Applicable Section 508 Requirements Based on your responses Section 508 requirements are determined NOT to apply. Section 508 Solicitation Documentation Based on your responses using the BuyAccessible Wizard the following items are included with suggested language in the Solicitation Template report: Program Need: If Section 508 is relevant to program requirements based on identification of acquisition deliverables that are Electronic and Information Technology (EIT) Section 508 Product Requirements Information, documentation, and support according to 36 CFR part 1194 Subpart D applied to support documentation and services provided by agencies to end users of the acquired EIT. Section 508 Evaluation Factors: Best Meets factor applied to proposals received in response to an agency solicitation based on assessment of the expected satisfaction of documented solicitation requirements in the context of known commercial availability. Section 508 Acceptance Criteria: Best Meets factor applied to delivered EIT based on assessment of satisfaction of the documented solicitation requirements corresponding to identified Section 508 requirements. Bottom of Form CLAUSES AND PROVISIONS The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Item (Jun 08); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 11)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items ( Jun 10 ); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items ( Jan 11 ). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 10), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-50 Combating Trafficking in Persons (Feb 09), 52.225-1 Buy-American Act - Supplies (Feb 09), 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (Jun 09), 52.225-5 Trade Agreements (Aug 09), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03), and 52.239-1 Privacy or Security Safeguards (Aug 96). 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the anticipated need for the extension of services. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the anticipated need for the extension ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least ___ days [ 60 days unless a different number of days is inserted ] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) ENCLOSURE 1, RFQ Information Sheet Vendors that do not provide the required information will not be considered for receipt of the order. Statutory/Regulatory Compliance ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____? IPv6 COMPLIANT: YES____ or NO_____? SECTION 508 COMPLIANT: YES_____ or NO____? Specific Terms, Conditions, and Administrative information PAYMENT TERMS : DELIVERY DATE : NAME AND ADDRESS OF QUOTER : ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE) _____ FAX NUMBER : E-MAIL ADDRESS : ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER : DUNS : Contractor Certification : [By signing the Vendor acknowledges that the information provided in response the this RFQ is correct.] NAME AND TITLE OF SIGNER : DATE OF QUOTATION : SIGNATURE OF PERSON AUTHORIZED TO SIGN : ENCLOSURE 2, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4) ADDITIONAL TERMS AND CONDITIONS I. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this contract is: Alice Keefe, Contract Specialist Telephone: (301) 837-1821 Email: alice.keefe@nara.gov II. MARK FOR INFORMATION Vendor must include the following information clearly on shipping container address label: Award Number: ____ (PIID) _____________ Accepting POC: Terrence Brady Code: NWTS Room: B-810 III. INVOICE SUBMISSION REQUIREMENTS A. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid B. If electronic invoices are not possible original invoices shall be sent to : (1) ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 (2) One copy to the Contract Specialist (identified above). (3) One copy to the COR/TPOC: TBD National Archives and Records Administration Attn: Terrence Brady, Code: NWTS Room: B-810 8601 Adelphi Road College Park, MD 20740-6001 Email: Terrence.Brady@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-8000 C. The Vendor's invoice shall include the following information and/or attached documentation: (1) Name of the business concern and invoice date; (2) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (4) Payment terms; (5) DUNS number; (6) Taxpayer's Identification Number (TIN); (7) Government Fund Cite; and (8) Government Organization ordering the items D. All invoices for services must be submitted on a monthly basis. E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-NW-11-Q-0015/listing.html)
- Place of Performance
- Address: 8601 Adelphi Road, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02403580-W 20110319/110317234830-eb1a0a3fbf2f014d048bd8ffabf58c80 (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 |