SOURCES SOUGHT
N -- DIGITAL SIGNAGE REPLACEMENT
- Notice Date
- 12/19/2017
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - WRN (W911KF)(ANAD), 7 FRANKFORD AVE, Anniston, Alabama, 36201-4199, United States
- ZIP Code
- 36201-4199
- Solicitation Number
- W911KF-18-S-0003
- Point of Contact
- T. Morey Gaddy, Phone: 256-741-5227
- E-Mail Address
-
troy.m.gaddy2.civ@mail.mil
(troy.m.gaddy2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for market research purposes only. This is NOT a request for quotes or proposals. Summary of Service: Building 7 SCO Audio/Visual Center Digital Signage Replacement 1. Objective. The contractor shall install and configure a new digital signage system in Building (Bldg) 7 Audio/Visual Center meeting the requirements in Section 2: 2. General Requirements. The following requirements shall be provided by the Contractor in their literature and/or on company letterhead in their quotation offer to be technically evaluated. If the following general requirements are not specified in the contractor’s bid, the bid will not be considered. A preliminary system diagram is requested. a. Requirements: The system must: 1. Manage and distribute data driven digital signage content and live TV in full-motion, broadcast standard HD format for distribution over an existing IPTV and Closed-Cable TV system. Must utilize fully integrated live Internet Protocol (IP) video content. Content includes live/streaming video, previously recorded video, files, digital images, and emergency alerts. 2. Be capable of creating, managing, planning, scheduling and distributing three unique video/audio outputs over two video modulators with analog inputs with Bayonet Neill–Concelman (BNC) analog coaxial video and Radio Corporation of America (RCA) audio connectors and one video encoder for transmitting content over the Internet Protocol Television (IPTV) all at the same time. 3. Support Moving Picture Experts Group (MPEG) 1,2,4, H.264 support Windows Media Video (WMV), Audio Video Interleave (AVI) support, Moving Picture Experts Group 4 (MP4) support Joint Photographic Experts Group (JPG), Graphics Interchange Format (GIF), Bitmap (BMP), Portable Network Graphics (PNG) support, Moving Picture Experts Group 3 (MP3) support, Streaming support (transport streaming (TS), Real Time Messaging Protocol (RTMP), HTTP Live Streaming (HLS)). Must be able to carry standard closed captioning signal. 4. Be able to capture live video from a webpage such as real time news and weather feeds, instant crawls, scrolling information from free sources such as weather.com at the bottom of the screen for emergency and weather updates and support Rich Site Summary (RSS) Feed. Must be Common Alerting Protocol (CAP) compliant. 5. Provide System schematics, user manual (if applicable), and onsite user training. Remote training is not acceptable. 6. Be web-based and communicate over secure Hypertext Transfer Protocol Secure (HTTPS) using Transport Layer Security (TLS) 1.2 or higher. Authentication for up to 6 users must either support single sign-on (SSO) through Active Directory (AD) or be Common Access Card (CAC) enabled and provide role-based users management features. 7. Run on operating system (OS) that is approved for use by the Army. Current Windows versions are Windows Server 2012 R2 and Windows 10. Other acceptable OS’s are on the Defense Information Systems Agency (DISA) website. The system must run with all applicable DISA Security Technical Implementation Guides (STIGs) applied. STIGs are available at http://iase.disa.mil/stigs/Pages/a-z.aspx. Required STIGs will depend on the solution presented. This will be finalized with the vendor before their final bid. IT Components presented to run on the Army network must operate with Federal Information Processing Standard Publication (FIPS) 140-2 and have National Information Assurance partnership (NIAP) certification if there is a Protection Profile for its specific technology type. NIAP information can be found at https://www.niap-ccevs.org/. Applicable hardware must contain a Trusted Platform Module (TPM) v2 chip. Acceptable compliance to the DISA STIGS is when all Category (CAT) Is and CAT IIs are remediated or mitigated to an acceptable risk level as determined and approved by the ANAD Information System Security Manager (ISSM). 8. Any software applications that will be on the Army network must have a current Army Certificate of Networthiness (CON). Vendor is responsible for providing all necessary documentation for renewing and updating the CON as required. Software must run without requiring administrator privileges and with the full McAfee security features enabled. 9. All computers that will be on the network must pass a Security Content Automation Protocol (SCAP), scan a vulnerability scan and a virus scan before final acceptance to ensure all configuration and security patches are applied according to the Common Vulnerabilities and Exposures (CVE) database (cve.mitre.org) and the Department of Defense (DOD) Information Assurance Vulnerability Management (IAVM) program. Scans can be performed onsite. Acceptable compliance for these scans is when all CAT Is and CAT IIs (or critical and high rated findings) are remediated or mitigated to an acceptable risk level as determined and approved by the ANAD ISSM. 10. Provide Virtual Server requirements if applicable. 11. Include a one year maintenance agreement/warranty. b. A site visit is offered and all offerors are encouraged to attend. In no event shall failure to attend the site visit constitute grounds for a claim after contract award. Directorate of Contracting (DOC) will schedule the site visit, if one is desired. c. Within 10 calendar days of the contract award the contractor shall identify in writing to the Contract Specialist any electrical outlets or communication line outlets that need to be changed, if required. The government will have the outlets changed within 10 calendar days prior to the scheduled installation. d. Vendor shall bring system components to Anniston Army Depot (ANAD) as they are installed. Vendor shall not ship system components to ANAD for storage. 3. Installation requirement. a. The contractor and the government shall hold a Start of Work Meeting within 30 days after contract award. The Government and the Contractor shall meet to clarify all matters including all changes (if any), and the schedule for deliverables. The contractor shall be prepared to discuss all requirements at this time. Additional guidance will be available through In-Process Review (IPR) meetings. b. The contractor shall provide all cable sets to include all necessary cables and connectors and all miscellaneous hardware/supplies needed to completely install. Equipment is to be held by the contractor or subcontractor at their storage location and brought onsite at the time of installation. c. The contractor shall install all proposed equipment. System wiring shall be properly bound with cable ties and/or snake skin cable cover as needed to prevent safety hazards. Installation shall be inspected and approved by Anniston Army Depot Contracting Officer Technical Representative (COTR). Installation shall be performed in consecutive business days with the exception of every other Wednesday when live production events are scheduled. COTR will coordinate the installation date and time. ANAD’s hours of operation are 7-4:30 Monday-Thursday and 7-3:30 every other Friday except federal holidays. 4. Additional Requirements. a. The contractor shall: 1. Ensure that all work is completed while maintaining the aesthetics of the rooms in a suitable manner. Provide all hardware, software, and cables required to install proposed systems. 2. Unpack, install and set up all equipment described in the request for proposal. Proposal will include a point-to-point set up diagram including all equipment and component locations. Contractor must identify locations, quantities, type AC power and the communication lines required for the new system. The location, quantities, type AC power and communication line requirements will be identified to the Directorate of Contracting, 30 days prior to installation. 3. Provide onsite training for up to six (6) ANAD employees and a user manual. The training will be provided consecutively with the installation of the equipment. 4. The COTR will provide acceptance of the training and the work. The system shall be fully functional before COTR acceptance. 5. Remove packing or other materials from the depot after the installation is complete. 5. Government Responsibilities: a. The Government will provide/perform the following: 1. Provide dedicated power sources to the wall plug required by the equipment. 2. Provide network drops to the wall plug as needed. 3. Provide virtual server for content management software, if needed. b. Government reserves the right to reject any proposal which requires high cost or impractical room modifications. This includes any new construction or remodeling to the room and high lifecycle costs to maintain hardware or software requirements. Excessive server requirements that will negatively impact the performance of the VMWare infrastructure will also be rejected. The Anniston Army Depot is seeking responses from all responsible sources, including large, and small business concerns. Small business concerns are defined under the associated North American Industry Classification (NAICS) code for this effort, 334310 Audio and Video Equipment Manufacturing; Size Standard is 750 Employees. Please include your company's size classification and socio-economic status in any response to this notice. Responses to this notice must be submitted electronically toT. Morey Gaddy, troy.m.gaddy2.civ@mail.mil, (telephone inquiries will not be accepted or acknowledged). “DIGITAL SIGNAGE REPLACEMENT” must appear in the subject line of the email or it will be deleted and not read. Responses must be received no later than 4 January 2018 at 4:00 P.M. CST. Interested vendors are requested to submit a statement of the capabilities of their organization with respect to the government’s Request for Information. Responses should include: 1. Prospective firm's name, address, phone number, socioeconomic status and DUNS number 2. General information of firm's previous experience on at least two projects of a similar scope, complexity and value; including the title, location, brief description of work, and dollar value Responses should be "short and to-the-point." This Request For Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Government is under no obligation to issue a solicitation or to award a contract related to this project. NO FURTHER INFORMATION IS AVAILABLE AT THIS TIME. THIS RFI IS FOR MARKET RESEARCH ONLY. This RFI will expire on 4 January 2018 at 4:00 P.M. CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/09d22e093fb23fed20528ffe8e7d0179)
- Place of Performance
- Address: ANNISTON ARMY DEPOT, ANNISTON, Alabama, 36201-4199, United States
- Zip Code: 36201-4199
- Zip Code: 36201-4199
- Record
- SN04770991-W 20171221/171219231235-09d22e093fb23fed20528ffe8e7d0179 (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 |