SOLICITATION NOTICE
36 -- WellAV Equipment Brand Name or Equal - SF1449
- Notice Date
- 9/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG50-Q-17-0098
- Archive Date
- 10/7/2017
- Point of Contact
- Lanette M. Barnes, Phone: 2023827867
- E-Mail Address
-
lbarnes@bbg.gov
(lbarnes@bbg.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF1449 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number BBG50-Q-17-0098 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This is a Total Small Business Set Aside with the associated NAICS of 334220-Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a standard size of 1,250 employees. Only Small Businesses will be considered. Below is a list of line item number(s) and items, quantities, and units of measure for the requested Supply items requested under this solicitation. Item No. Items Quantities Unit of Measure 0001 WAV17600010 (BRAND NAME OR EQUAL) 10 EACH DMP900 Six Slot Chassis w/Dual Redundant Power Supplies. +Mux/ SNMP Management/NMS/Web Gul 0002 WAV21900050(BRAND NAME OR EQUAL) 10 EACH TSIP IP Module with SFP (Full duplex 64 In 32 Out, or 256 Out, Or 256 In) 0003 TC4-2M2A00 (BRAND NAME OR EQUAL) 40 EACH 0004 WAV21900090 (BRAND NAME OR EQUAL) 10 EACH ASI ASI Module, 4 ports adjustable I/O, 100 MBPS/port 0005 WAV21900330 (BRAND NAME OR EQUAL) 160 EACH UMH160RS2-SDI IRD RX w/MPEG 2/4 SD/HD SD/HD decoding AV, ASI/SDI Out, 608 closed captioning and 708 Non-standard 0006 WAV17600010 (BRAND NAME OR EQUAL) 8 EACH DMP900 Six Slot Chassis w/Dual Redundant Power Supplies, +Mux/ SNMP Management/NMS/Web Gul 0007 WAV21900090 (BRAND NAME OR EQUAL) 8 EACH ASI ASI Module, 4 ports Adjustable I/O, 100 MBPS/port 0008 WAV21900050 (BRAND NAME OR EQUAL) 8 EACH TSIP IP Module with SFP (Full duplex 64 in 32 Out, or 256 Out, or 256 In) 0009 EN4SC-4M2A00 4CH (BRAND NAME OR EQUAL) 24 EACH DMP-SMP MPG4 HD SDI Encoder Module 0010 EN4SC-MPEG EN4SC (BRAND NAME OR EQUAL) 24 EACH Secondary Audio Option 0011 WAV21900330 (BRAND NAME OR EQUAL) 130 EACH SD/HD decoding AV, ASI/SDI out, 608 closed captioning and 708 Non-standard WellAV Encoder/Transcoding/IRD Description of Requirements: This procurement allows for brand name or equal products. This requirement is to procure three (3) Wellav DMP900 encoding chassis and associated modules (OR EQUAL), each with the ability to encode up to twelve (12) HD video signals; ten (10) Wellav DMP900 transcoding chassis and associated modules with the ability transcode up to eight (8) HD video channels back to SD and two hundred (200) HD decoders. Each encoding/transcoding equipment chassis will support redundant power supplies. This will allow the Network Control Center (NCC) staff to fulfill its role in the upcoming migration of Voice of America (VOA) video content to High Definition (HD) and to accomplish its program distribution mission. The encoding equipment will be used in NCC to originate the HD transport streams for distribution worldwide. The transcoding equipment will be used at the gateway facilities in Prague, Germany, Kuwait and Tinang (Philippines) for subsequent uplinking to the Eutelsat Hotbird, NSS-12 and Asiasat seven (7) satellites. The material or service must be compatible in all aspects (form, fit and function) with existing systems presently installed. The current equipment is manufactured by Wellav Technologies and the new items/services must coordinate, connect or interface with the existing system in order to maintain high efficiency and standardization. Delivery Place and Date: 60 Days After Award. FOB Destination. Delivery Address is listed on the SF 1449 in Block 15. GSA is no longer allowing deliveries to be carried/rolled down/up the ramps of loading docks under any circumstances. Whenever a delivery is required, the delivery vehicle must be less than 11'3" to clearly enter/exit the loading dock. Provisions and Clauses: The provision at 52.212-1, Instructions to Offerors -- Commercial, is not applicable to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items, is not applicable to this solicitation. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. This clause is incorporated in the attached SF 1449. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. This clause is in the attached SF 1449. Additional contract requirement(s) or terms and conditions have been included in the attached SF 1449. Instructions to Offerors: Offerors shall submit their offers via email to Lanette M. Barnes at lbarnes@bbg.gov not later than 5:00 pm (EST) Tuesday, September 22, 2017. No telephone calls will be accepted. All questions concerning the RFQ must be submitted in writing. All questions must contain reference to the Line Item number in question. Written inquires will be answered in writing via amendment, however, because of the response time, no such inquiries will be considered if received after 11:59 pm (EST) on September 20, 2017. Answers to questions will be provided to all offerors being solicited, giving due regard to the proper protection of proprietary information. FAILURE TO COMPLY WITH THE INSTRUCTIONS FOR SUBMISSION WILL RESULT IN THE REJECTION OF THE PROPOSAL AS UNACCEPTABLE. Evaluation Criteria: Price: The contractor must provide pricing for separate line items and "total" price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-Q-17-0098/listing.html)
- Place of Performance
- Address: 330 Independence Avenue SW, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN04684302-W 20170921/170919232040-82b139fbdf1029516b5580635a9f874e (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 |