Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

58 -- High Definition Non-Linear Digital Video Editor

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ858172
 
Response Due
8/28/2002
 
Point of Contact
Mabel Comfort, Contracting Officer, Phone 202-324-8803, Fax 202-324-5472,
 
E-Mail Address
mcomfortfbi@aol.com
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) 858172 is assigned and shall be referenced on any quotation. All incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. The Standard Industrial Code is 3343, (NAICS code is 334310 ) with a business standard of 750 employees. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business - Small Purchases Set-Aside. The solicitation will be distributed solely through the General Services Administration's Federal Business Opportunities web site http://fedbizopps.gov/. The site provides downloading instructions. All future information about this acquisition including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price - One Time Buy contract. The Governments' requirement is for brand name or equal of the following items: two ( 2 each) HD Boxx - High definition non-linear digital video editor with SDI 8 channel audio. The manufacturer of this equipment is Boxx Technologies, Inc, Austin, Texas. Listed below are the minimum salient characteristics for this equipment. The system shall consist of the following: capture via digitization: 1080i, 1080p, 1080sf, 1035i, 720p, 486i, 576i, at 23.98, 24, 24VFS, 25, 30, 59.94, and 60 fps; shall be capable of separating odd and even fields, and combine the fields into a frame interleaved sequence; be capable of full non-linear editing of both video and audio channels, based upon the Speed Razor 2000x Razor" architecture; contain an 8 channel audio and serial digital channel; be capable of remote RS422 deck control; contain a minimum of 72 GB hard drive storage at 10,000 rpm, contain a set of standard forensic enhancement tools for 2D sharpen, image stabilization, security camera sorting (demuxing) field alignment, motion tracking, and format conversions; be Firewire 1394 functional and shall capture video, uncompressed. The turnkey platform shall be certified to meet the frame rate throughput to support streaming of real-time video. The above listed characteristics are intended to be descriptive, but not restrictive. Unless visibly marked the vendor is quoting an equal product, the offered item shall be considered the brand name product as referenced in this announcement. If quoting an "or equal" product, vendor shall submit detail specifications with their quotation for evaluation purposes. All responsible sources may submit a quote which shall be considered. All quotes shall be submitted to the address listed above no later than 4:00 PM, EST, August 27, 2002, quote clearly marked RFQ 858172. Fax quotes will be accepted, and in fact, are encouraged at (202)324-5722, Attn: Mabel Comfort. No hand carried proposal will be accepted. The Standard Commercial Warranty is one year. FOB Destination, FBI, ERF Bldg., Quantico, VA 22135. If offering an "or equal" product, the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as to the equality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and responsible to the purchasing activity. To insure that sufficient information is available, the vendor shall furnish as part of their quote all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristics of this requirement. Vendor proposing to modify a product to make it conform to the requirements of this announcement shall include a clear descriptive of the proposed modification and clearly mark any descriptive material to show proposed modification.. Vendors are hereby notified that if your proposal is not received by the date/time stated above, your quote shall be considered late. The following clauses and provisions are incorporated by reference and are applicable to this acquisition: Federal Acquisition Regulation (FAR) provision 52.212-1, "Instructions to Offertory - Commercial Items" (OCT 2000); FAR provision 52.212-2, "Evaluation-Commercial Items" (JAN 1999); FAR clause 52.212-4, "Contract Terms and Conditions - Commercial Items" (FEB 2002); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (MAY 2002), Subsection (a),(b) and (e) apply. FAR provision 52.215-5 " Facsimile Proposals" (OCT 1997). The full text clauses can be obtained at the following web site: http://www.acqnet.gov. FAR provision 52.212-2, Evaluation - Commercial Items " (JAN 1999), is tailored to read as follows: All responsible vendors may submit a quotation which, if timely received, shall be considered by the FBI. The Government will award a contract to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers (I) technical, and (ii) price. The Government reserves the right to evaluate technical compliance and make a best value decision. This could result in award to other than the lowest price offer. The area of technical capability is of higher importance than price. The technical evaluation will consist of reviewing and evaluating the "or equal" literature for compliance with meeting or exceeding requirement specifications. If the offer fails to provide descriptive literature as requested, it shall be grounds for disqualifying his/her offer. Each offer or shall include a complete copy of the FAR provision 52.212-3, "Offer or Representations and Certifications - Commercial Items" (FEB 2002). The Following Department of Justice Acquisition Regulation (JAR) clauses are applicable to this acquisition and can be obtained in full text at: http://www.usdoj.gov/jmd/pe/jarinet.htm: JAR clause 2852.201.70, "Contracting Officer's Technical Representative (COTR)" (JAN 1985); JAR clause 2852-233-70, "Protests Filed Directly With the Department of Justice (JAN 1998), and JAR clause 2852.211.70, "Brand-Name or equal" (JAN 1985). An award will be made within two weeks after closing date.
 
Place of Performance
Address: Quantico, VA
Zip Code: 22135
Country: USA
 
Record
SN00140398-W 20020816/020814213312 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.