Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOURCES SOUGHT

59 -- Media Production Video Storage and File Sharing

Notice Date
7/28/2015
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W81RUC5154Q068
 
Archive Date
9/28/2015
 
Point of Contact
Lanora G. Means, Phone: 9104321503, C Scott Phelps, Phone: 9104326145
 
E-Mail Address
lanora.means@soc.mil, conway-phelps@soc.mil
(lanora.means@soc.mil, conway-phelps@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
Media Production Video Storage and Files Sharing Sources Sought W81RUC5154Q068 THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) (Reference number W81RUC5154Q068) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify sources that are capable of providing a turn-key, shared-storage environment based on software and hardware that will provide consistent project-based workflows regardless of the post-production tools used. The proposed system shall enable MPC video editors to interface, organize and execute their work. The system shall create virtual spaces for each user, enabling collaborative workflow functions within the shared-storage environment. These virtual spaces will appear as exact replicas of the original project files, but will actually be indistinguishable pointers to the original material. The proposed system shall also have a digital video archive system that delivers high-performance and is based on the standard POSIX tar format (Portable Operating System Interface Tape Archiver) - the industry standard format supported by modern file archiving systems. The archive system must be able to manage Linear Tape-Open (LTO) or standalone drives that will interface with the existing video production workstations via a standard file system interface and Microsoft Common Internet File System/Server Message Block (CIFS/SMB) network protocol. The initial storage capacity must be at least 4 terabytes and be expandable for future storage requirements. The vendor shall deliver, install and integrate the new system hardware and software with the current editing systems at the Media Production Center, creating one integrated operation. Once system is installed, vendor shall test system and insure system is in accordance with following USASOC policies: system shall not contain WiFi or Bluetooth capability, nor be integrated or interfere with existing NIPR or SIPR networks. Vendor will also provide administrators training to all Media Production personnel Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. Contractors interested in performing these services should be registered in the System for Award Management (www.sam.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, and the applicable GSA contract# and SIN, applicable North American Industry Classification Standards (NAICS) and business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. Responses shall be submitted electronically via email to lanora.means@soc.mil. If an interested source is not able to contact the Contracting Office via email, information /correspondence/ requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 5:00 PM EST on 12 Aug 2015 and shall include reference number W81RUC5154Q068 in the subject line and submission documents. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. For information regarding this notice, contact Ms. Lanora Means via email at the address above. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the interested parties' responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contracting Office at 910-432-1503.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W81RUC5154Q068/listing.html)
 
Place of Performance
Address: HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Contracting, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN03813010-W 20150730/150728235450-ccec01fceedcff2de1614358332b5610 (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.