Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2003 FBO #0455
SOLICITATION NOTICE

T -- Analog Video Disc Image Convesion to Digital Format

Notice Date
2/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-03-Q-0007
 
Response Due
3/18/2003
 
Archive Date
4/2/2003
 
Point of Contact
Marion Bass-Dyer, Contract Specialist, Phone 301-837-1502, Fax 301-837-3227,
 
E-Mail Address
marion.bassdyer@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Part 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. However, for those interested in this acquisition, request the complete performanced-based Statement of Work (PBSOW). The Request For Quotation (RFQ) Number is NAMA-03-Q-0007. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. The requirement is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 512191 and the Small Business Size Standard is $25 Million. All responsible small business sources may submit a quote that will be considered by NARA. The purchase order will be for a period of one year (12 months). CLIN 0001 Lot prices for all U. S. Air Force 12" analog Videodisc platter images and conversion of each image to either: CLIN 0001AA 1024x768 24-bit image to be viewed on a standard RGB monitor; or CLIN 0001AB 800x600 24-bit image to be viewed on a standard RGB monitor. Note: The actual conversion project will be to convert the images to either CLIN 0001AA or CLIN 0001AB which will be determined by NARA based on the quotes received. The delivery date will be six months after contract award. Place of delivery and acceptance will be National Archives and Records Administration, Special Media Archives Division (NWCS-S), Room 5360, 3301 Metzerott Road, College Park, MD 20740-6001, f.o.b. destination.CLIN 0002 Other Direct Costs. The following CLINs are Optional and may or may not be exercised by NARA during the period of performance. CLIN 0003 Lot prices for all U. S. Forest Service 12" analog Videodisc platter images and conversion of each image to either: CLIN 0003AA 1024x768 24-bit image to be viewed on a standard RGB monitor; or CLIN 0003AB 800x600 24-bit image to be viewed on a standard RGB monitor. Note: The actual conversion project will be to convert the images to either CLIN 0003AA or CLIN 0003AB which will be determined by NARA based on the quotes received. The delivery date will be six months after the option is exercised. CLIN 0004 Other Direct Costs. The National Archives and Records Administration (NARA) intends to award a purchase order for Analog Videodisc Image Conversion to Digital Format. The Contractor must convert an estimated 152,857 U. S. Air Force analog images, currently stored on 3 sides of two 12" analog videodisk platters, from the holdings of the Still Picture LICON of the National Archives and Records Administration (NARA-NWCS-Stills). The analog videodisk images to be digitized are finding aids for the prints, negatives and positives in Record Group 342, Records of USAF Commands, Activities and Organizations, Series FH. The analog images are divided among several segments covering different historical periods. The finding aid databases that track the images on the videodiscs and allow for subject and item-level access to specific images are currently in MS Access97. All the functionality that now exists for those databases must be preserved. The databases delivered to NARA must remain in MS Access97. There are three databases: USAFMAIN, AFCOLOR, and USAFCAPS. A preliminary analysis of the three databases undertaken by NARA and the fields they contain is attached to this PBSOW. The Contractor must undertake its own analysis to make sure that it has a thorough knowledge of what each database contains, what fields are in the databases, and what type of information is in each field. Of the three databases, the USAFMAIN is the most used database. This database is currently used to convert the videodisk side and image numbers assigned by the creator of the discs and databases, to USAF original negative numbers. Many researchers who contact NARA seeking copies of USAF images, have seen the images on a videodisk, and only have the videodisk location numbers to identify the image(s) that they want copied. However, the USAF Negative numbers are required to retrieve the original negatives or prints for making copies. Therefore, reproductions cannot be made until NARA is able to determine the original negative number from the corresponding videodisk location number in the database. This prime functionality must be maintained and enhanced to allow NARA or its researchers to locate the USAF negative number or the videodisc image number on the DVD+R. (See Attachment 1to the PBSOW for definitions) When a user provides any one of the three numbers (USAF, Videodisk or DVD+R), the database modified by the Contractor must be able to retrieve the two other corresponding numbers. For example, if a user provides the videodisk number, the modified database must be able to retrieve and display the corresponding USAF negative number and the image number on the DVD+R. The Contractor must convert an estimated 47,801 U. S. Forest Service analog images, currently stored on one-side of one 12" analog videodisc platter, from the holdings of the Still Picture LICON of the National Archives and Records Administration (NARA-NWCS-Stills). The analog videodisc images to be digitized are finding aids for the negatives and positives in Record Group 95 (Records of USFS), Series G (General browsing file). The analog images are divided among several subject categories. Each of the Title Frames was shot 4-5 times, in order for them to show up when scanning the videodisk at high speeds. These multiple frame entries will be maintained during the conversion project. In addition, the USFS videodisc has many blank frames, which will be left in during this process as well. The database associated with this disc is currently non-useable. The database was created in C-Quest Photo Finder, a DOS application. The database was backed up by the National Agricultural Library staff utilizing a MS-DOS Backup.com application in October of 1992 onto 4-5.25" floppy disks for the Dictionary Files, and 16-5.25" floppy disks with Names Data Files. NARA has the C-Quest application disk, but requires that these floppy disks be restored with an appropriate RESTORE.COM application, in order to utilize the files on the floppies. Once the C-quest database can be reconstructed, NARA must be able to export the caption data to an ASCII delimited file, and then import the data into a MS-ACCESS97 database. This database will then need to be modified to reflect the DVD+R disc and file name for each of the included digital files. The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition as well as any addenda to the provision. Note: Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The provision at 52.212-2, Evaluation - Commercial Items also applies. The following evaluation factors, in descending order of importance, will be used in awarding the acquisition: (1) past performance and (2) technical capability (subfactors are procedures, equipment availability, and technical personnel expertise/experience) as compared to price. Award will be based on a best value determination, price and other factors considered. The Offeror should include a completed copy of Provision 52.212-3, Offeror Representations and Certifications- Commercial Items with its quote. Clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the previously referenced PBSOW as its addendum, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans, 52.225-1 Buy American Act Supplies, 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. A completed ACH Form must be on file prior to contract award. The Offeror must provide past relevant experience on related or similar Federal, State and local Government, and private contracts and subcontracts it has held within the last five years and all contracts and subcontracts currently in progress which are of similar scope, magnitude and complexity to that which is detailed in this RFQ. The information must be clear whether the work by the Offeror was done as a prime Contractor or a subcontractor. The Government may make award without discussions-therefore, the offeror's initial offer should contain the offeror's best pricing. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offerors are requested to transmit inquiries via email to marion.bassdyer@nara.gov or mail via 8601 Adelphi Road, Room 3360. College Park, MD 20740. Quotes for this solicitation must be signed, dated, and submitted no later than March 18, 2003, 4:00PM EST to Marion Bass-Dyer at the email address above. All FAR forms, clauses and provisions necessary to submit a quote may be accessed at the following web site: http://www.arnet.gov/far.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/NARA/NAA/AC/NAMA-03-Q-0007/listing.html)
 
Place of Performance
Address: National Archives and Records Administration Special Media Archives Services Division (NWCS-S) 8601 Adelphi Road, Room 5360 College Park, MD
Zip Code: 20740-6001
Country: USA
 
Record
SN00267408-F 20030302/030301141526 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.