SOLICITATION NOTICE
99 -- Enterprise IPTV Equipment - Combined Synopsis Solicitation
- Notice Date
- 12/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ0516811804
- Archive Date
- 1/23/2018
- Point of Contact
- Jessie Feliciano, Phone: 951-413-2406, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
jesus.feliciano3.civ@mail.mil, susan.m.madrid.civ@mail.mil
(jesus.feliciano3.civ@mail.mil, susan.m.madrid.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION: HQ0516811804 Title: Enterprise IPTV Equipment Description(s): COMBINED SYNOPSIS/SOLICITATION a. This is a combined synopsis/solicitation for commercial items 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. b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-95, effective 19 Jan 2017 and DFARS Change Notice 20161222. c. This procurement is a ‘brand name' associated with NAICS Code 335999 with a employee size of 500 and is restricted to Small Business concerns only. Small Business certification must be provided with your quote. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY CLIN 0001: Qty 1 EA Unit Price Total Price DESCRIPTION: MFR VITEC/EZTV Enterprise IPTV Portal Solution/Part No 15367 IPTV AND DIGITAL SIGNAGE PLATFORM FOR MANAGEMENT, DISTRIBUTION, SCHEDULING AND ARCHIVING OF LIVE AND ON-DEMAND CONTENT AS WELL AS DIGITAL SIGNAGE CONTENT OVER IP NETWORKS; INCLUDES: EZ TV ADMINISTRATION PORTAL FOR CONTENT MANAGEMENT, USERS PERMISSION MANAGEMENT, AES 128/256-BIT CONDITIONAL ACCESS AND DRM INTEGRATED WITH MICROSOFT ACTIVE DIRECTORY AND ACTIVITY TRACKING AND REAL-TIME ANALYTICS MODULE; CHANNEL GUIDE FOR LIVE+VOD CONTENT; INCLUDES THE EZ TV IPTV PLAYER; USER-CONFIGURABLE MOSAIC PLAYBACK OF 2/4/9/16/25 CONCURRENT VIDEO STREAMS, KLV/STANG METADATA AND CLOSED CAPTIONS SUPPORT, PERSONAL VIDEO RECORDING (PVR), REAL-TIME ALERTS, EMERGENCY CHANNELS AND EPG- ELECTRONIC PROGRAM GUIDE (REQUIRES ADDITIONAL LICENSE); END-POINTS AND DIGITAL SIGNAGE CENTRAL MANAGEMENT WITH ABILITY TO REMOTE CONTROL UNITS OVER IP AND SCHEDULING OF MACROS; OPTIONAL ADD-ONS AVAILABLE FOR MOBILE STREAMING TO IOS AND ANDROID DEVICES, PERSONAL TV MIDDLEWARE, NETWORK RECORDING (NDVR), CLUSTERING FOR MULTI-SITE DEPLOYMENTS AND HIGH-AVAILABILITY CONFIGURATIONS; SITE LICENSE FOR UNLIMITED NUMBER OF LIVE CHANNELS AND UP TO 5,000 CONCURRENT VIEWERS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, CLIN 0002: Qty 1 EA Unit Price Total Price DESCRIPTION: MFR VITEC/EZTV Electronic Program Guide Module/ Part No 15508 EZ TV ELECTRONIC PROGRAM GUIDE (EPG) MODULE; ADDS UP-TO-DATE PROGRAMMING INFORMATION FOR ALL MAJOR CABLE, SATELLITE AND OFF-AIR TV CHANNELS WORLD WIDE; AUTOMATICALLY SYNCS WITH VITECS CLOUD EPG SERVERS TO RECEIVE CURRENT AND FUTURE PROGRAMMING DATA, UP TO 14 DAYS AHEAD; EPG INFORMATION DISPLAYS ON PC, MAC AND SET-TOP-BOX INTERFACES. SUPPORTS DVR AND NDVR RECORDING OF FUTURE EVENTS; LICENSE FOR A SINGLE EZ TV SERVER; ANNUAL SUBSCRIPTION FEE WAIVED WITH ACTIVE SUPPORT CONTRACT; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, CLIN 0003: Qty 1 EA Unit Price Total Price DESCRIPTION: MFR VITEC/EZTV Set-Top Box Manager/ Part No 15428 EZ TV STB MANAGER MODULE; SET-TOP-BOX MANAGEMENT AND CONTROL APPLICATION ENABLING EZ TV ADMINISTRATORS AND USERS TO REMOTELY CONTROL SET-TOP-BOXES OVER IP; SYNCS WITH EZ TV SERVER TO RECEIVE UP-TO-DATE CHANNEL INFORMATION; ALLOWS DIFFERENT USERS TO ACCESS DIFFERENT SETS OF STB POOLS VIA AD AUTHENTICATION; SUPPORTS GROUPING OF STBS, CHANNEL ASSIGNMENTS AND TOGGLING POWER ON/OFF, STATUS MONITORING, VOLUME CONTROL, USER ACCESS CONTROL; REQUIRES EZ TV SERVER 7.0 OR HIGHER AND VITEC IPTV/DIGITAL SIGNAGE END-POINTS A140/H140/540/A150/H150 MODELS; LICENSE FOR SINGLE EZ TV SERVER; ACCESSIBLE FROM PC/MAC/TABLETS/SMARTPHONES; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, CLIN 0004: Qty 1 EA Unit Price Total Price DESCRIPTION: MFR VITEC/EZTV Set-Top Box Module RTSP/ Part No 13455 EZ TV PERSONAL TV MIDDLEWARE MODULEADD-ON MODULE TO EZ TV SERVER THAT ENABLES THE OPERATOR TO CREATE DIFFERENT CONTENT PACKAGE FOR DIFFERENT USERS OR USER GROUPS, TO REGULATE ACCESS TO CONTENT AND FEATURES PER ENDPOINT AND TO CUSTOMIZE / BRAND THE LOOK AND FEEL OF THE TV MENUS AND OVERALL EXPERIENCE; USER EXPERIENCE INCLUDES REAL-TIME UPDATING CHANNEL GUIDE AND ELECTRONIC PROGRAMMING GUIDE (EPG), VIDEO ON DEMAND CAPABILITIES, DVR FOR RECORDING IPTV STREAMS AND TV SHOWS AND GENERAL CONTROLS FOR AUDIO, CLOSED CAPTIONS, A/V SETTINGS; CERTAIN FUNCTIONS REQUIRE ADDITION SERVER LICENSES; INCLUDES LICENSE FOR FIRST 200 CONCURRENT END-POINTS. UPGRADABLE TO UP TO 5,000 CONCURRENT END-POINTS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY CLIN 0005: Qty 1 EA Unit Price Total Price DESCRIPTION: MFR VITEC/EZTV STB License Upgrade/ Part No 16186 EZ TV PERSONAL TV MIDDLEWARE LICENSE UPGRADE; LICENSE UPGRADE ADDS LICENSE FOR ADDITIONAL 100 IPTV END-POINTS FOR EZ TV PERSONAL TV MIDDLEWARE MODULE; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY e. Delivery and acceptance will be made at: NAVAL AFLOAT MEDIA SYSTEMS WAREHOUSE NAVAL MEDIA CENTER 8345 E BEECHCRAFT AVE GAITHERSBURG MD 20879-5525 DODAAC: N42315 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (Jan 2017) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Jan 2017). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (Jan 2017) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders- Commercial Items) (Jan 2017) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (Nov 2016) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (Oct 2016) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100- 4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(FEB 2017) The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown. Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document. The packing list shall contain the following information: (a) Contract number/Purchase Order number or Delivery Order number (b) Package number and set number (if any) of the container. (c) A list of the contents which shows the quantity by item, item description, part number, type and size, unit of issue if other than each. NOTE! The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense. INCOMPLETE DELIVERIES Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such Incomplete, or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and sub-items, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item. Note! The government WILL NOT ACCEPT items shipped as incomplete unit of issue of an individual contract line item (CLIN). Rejected items will be returned at the contractor's expense. j. PLEASE FOLLOWING INSTRUCTIONS - QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 8 January 2018 IN ORDER TO BE CONSIDERED. Send quotation responses Send quotation responses to Jesus Feliciano at jesus.feliciano3.civ@mail.mil. On the Subject line of the email insert "QUOTE HQ0516811804 Enterprise IPTV Equipment " to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2403. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Approved for posting at FedBizOpps. SUSAN MADRID Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/30d53f2e6f4c3c3a5bfcc65c90433de6)
- Record
- SN04759947-W 20171209/171207231009-30d53f2e6f4c3c3a5bfcc65c90433de6 (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 |