Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

59 -- Video Duplication System

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Systems Command, 2200 Lester Street, Quantico, VA, 22134-5010
 
ZIP Code
22134-5010
 
Solicitation Number
M67854-04-R-3087
 
Response Due
6/2/2004
 
Archive Date
6/2/2004
 
Point of Contact
Wendy Stevenson, Contract Specialist, Phone 703-432-3271, Fax 704-432-3262,
 
E-Mail Address
stevensonw@mcsc.usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The Marine Corps Systems Command has a requirement for the procurement, design and assembly, packaging, and delivery of ITEM 0001 (1 EACH) Video Duplication System, ITEM 0002 (1 Lot) System Training, ITEM 0003 (3 Year) Warranty and Service. The system in ITEM 0001 shall provide the capability to duplicate (1) 25Mbps Digital video recorders/editors and consists of (2) digital video decks recorders/editors, (5) Professional VHS videotapes requiring (6) VHS decks, and (3) DVD+-R?s requiring (4) DVD+-R recorders. ITEM 0002 System Training - The contractor shall train 4 Marines and personnel of the Instructional Media Center on the proper operation of the duplication system within 30 days after installation. ITEM 0003 - Warranty and Service - The entire duplication system will be warranted for a period of no less than three years. This warranty will include maintenance, parts, labor and shipping on all components of the video duplication system. The Instructional Media Center will ship the component requiring maintenance or repair to a certified repair facility designated by the contractor, and the contractor will fund for shipping back to the Instructional Media Center, Marine Corps Combat Service Support School, Camp Johnson, North Carolina. The contractor will ensure that all maintenance is accomplished in accordance with the manufacturer?s recommended schedule of preventive maintenance for that component. The contractor will ensure that all repairs are completed to a component of the video duplication system within seven (7) normal working days after the component has been received at the designated repair facility and that the component is shipped back to the Instructional Media Center on the seventh day. This notice is a combined synopsis/solicitation, 100 percent small-business set-aside, NAICS Code 334310, small-business size standard of 750 employees, for the Video Duplication System in accordance with FAR 13.1 for simplified acquisitions and FAR 12.6 for commercial items as defined in FAR Part 2.1, and 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. This procurement includes the following tasks: Design. The contractor will design a duplication system that will be ergonomically friendly for the end user and will be correctly labeled to ensure ease of use. Procure. In addition to all specified system components for ITEMS 0001, 0002 and 0003, the contractor will also procure the necessary switching equipment, monitors, rack(s), rack mounts, and power distribution. The 25Mbps Digital Video recorders/editors must be able to play back both consumer DV, 25Mbps DVCAM and DVCPro. The digital video decks should also have IEEE 1394 DV I/O interfaces, DI/SDTI/AES/EBU interfaces, component, composite, S-video, and RS-422A interfaces. The digital video decks will be in a half-rack configuration to conserve space in the rack. All other equipment should be analog and capable of connecting to the composite connections of the video equipment and should be of high quality, but not overly expensive. Engineer. The contractor will engineer the duplication system so that duplication between the (2) DV sources will be accomplished through a Serial Digital Interface (SDI), and all other sources will be connected via composite video and audio connectors to a matrix switcher to allow for duplication between all three formats. Each one of the recorders must be connected so that they can be monitored independently for quality control of the duplication. All cabling of the recorders, monitors, and switching equipment will be as such to allow for each deck to be pulled out without disconnecting the cabling from the rear of the recorder. All cables will be tie-wrapped to the frame of the rack(s) to ensure a neat and clean, professional appearance. Assemble and Test. The contractor will assemble the video duplication system at a location designated by the contractor, and perform an operational test of the video duplication system before delivery. The contractor must supply a certification in writing that the system performed and operated properly before it can be shipped to the installation location. Disassemble, Pack and Ship. The contractor will disassemble the video duplication system, package it to prevent damage in shipping, and deliver the video duplication system to the Instructional Media Center, Marine Corps Combat Service Support Schools, Camp Johnson, North Carolina. Installation and Operational Test. After delivery of the video duplication system, the contractor will install the video duplication system in a location designated by the Instruction Media Center. After installation, the contractor will perform an operational test on the system to ensure that all equipment is working properly. Training. After installation and the performance of an operational test, the contractor will train 4 Marines and personnel of the Instructional Media Center on the proper operation of the duplication system within 30 days after installation. The training will be required until all personnel have a basic understanding of the video duplication system. Period of Performance. The contractor will perform the procurement, design, engineering, assembly, first operational test, disassembly and delivery no later than 45 days after award. The contractor will provide to the Instructional Media Center, a detailed wiring diagram of the video duplication system. FEDERAL ACQUISITION REGULATION-52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS: Proposal Contents: Offerors shall submit a proposal, to include: proposed price for each CLIN; proposed delivery date(s) for destination; a brief technical proposal (no more than three pages) explaining, in sufficient detail for technical evaluation, the proposed design, make and model and assembly plans of the video duplication system; and any available pictures, diagrams, and specifications for the system. Past Performance: Provide two examples of recent past performance involving similar efforts at similar dollar values that illustrate evidence of your ability to produce, deliver, and warrant your product. Ensure the past performance information includes names of technical and contracting officials, telephone numbers, addresses, e-mail, name of the product purchased, quantities, dates of the resulting contract, contract value, contract number and a description of the items procured. Offerors should read the terms and conditions of this solicitation carefully and refer any questions to the Procuring Contract Specialist. Submit proposals to Marine Corps Systems Command CTQ3WS, ATTN: Wendy Stevenson, 2200 Lester Street, Quantico, VA 22134. E-mail responses may be sent to Wendy Stevenson at stevensonw@mcsc.usmc.mil. Telephonic responses will not be considered. Offerors must submit their proposals to reach destination by 3:00 PM Eastern Standard Time (EST), 02 June 2004. Contractors are also requested to provide the following information with their proposals: TIN, NAICS Code, DUNS Number, CAGE Code, Central Contractors Registration (CCR) Expiration Date, Point of Contact (POC), E-mail address, telephone number, fax number, remit-to address, and payment terms. FAR 52.212-2, Evaluation-Commercial Items Offerors: Award will be based on the following criteria, which is listed in descending order of importance: (1) TECHNICAL (being the most important), (2) PAST PERFORMANCE and (3) COST. FAR Clauses: 52.212-3 Offeror Representations and Certifications, which shall be required from the Contractor prior to contract award, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Within clause 52.212-5, the following clauses apply: 52.222-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor--Cooperation with Authorities and Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.232-18 Availability of Funds. DFARS clauses: 252.204-7004, 252.212-7001, 252.225-7000, and 252.225-7007. DFARS 252.232-7003, Electronic Submission of Payment Requests (March 2003).
 
Record
SN00584120-W 20040513/040511212627 (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.