Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

58 -- Provision, Installation, and Testing of a Turnkey Video Teleconferencing Suite

Notice Date
4/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
RFQ:N00140-04-Q-1438
 
Response Due
4/16/2004
 
Point of Contact
William Woodring, Contract Negotiator, Phone 215-697-9644, Fax 215-697-9719,
 
E-Mail Address
william.woodring@navy.mil
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. To repeat: PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Refer to this solicitation as RFQ N00140-04-Q-1438; this document and incorporated provisions and clauses are those in effect through FAC 2001-18 and DFARS Change Notice 20040113. It is the contractor’s responsibility to be familiar with applicable clauses and provisions, referenced herein. Clauses may be accessed in full text at these website addresses: www.arnet.gov/far and www.dtic.mil/dfars. This is a full and open competitive procurement for the provision, installation, and testing of a turnkey video teleconferencing suite designed for boardroom application in a new facility under construction at the U. S. Joint Forces Command, Suffolk, VA. The award of a firm fixed price purchase order is contemplated. The applicable North American Industry Classification System (NAICS) code is 443112 and the Small Business Size Standard is $7.5M. The Fleet and Industrial Supply Center (FISC) Norfolk, Detachment Philadelphia hereby requests quotations from responsible qualified sources capable of the provision of the required video teleconferencing solution, with installation, testing, and turnkey turnover no later than May 21, 2004. The salient characteristics of the resultant video teleconferencing suite, Tandberg Model Number 8000 or equal, including two monitors, slim-line stand, camera, wireless remote control, tracker, microphone, and integrated cabling, shall be as follows: Two 50" wide-screen plasma monitors, 16:9 high-resolution widescreen format, supporting H.261, H.263, H.263+, H.263++, and H.264 video standards and XGA, with Picture in Picture (PIP) capability; premium audio quality optimized for larger rooms, using 3x50W loudspeakers and an amplifier specifically designed for videoconferencing for large groups, supporting G.711, G.722, G.722.1, and G.728 audio standards; capability to add a PC to a videoconference; capability to see live PC presentations and presenter simultaneously; supporting of Natural Presenter Package (NPP) which allows concurrent use of PCs, document cameras, streaming and video; containing an embedded streaming server which allows streaming and capture of audio and video broadcasts; supporting web-interface for streaming, text chat/closed captioning, system management, diagnostics and software uploads; worldwide compatibility with other standards-based videoconferencing systems; capability of joining up to four sites in the same videoconference; supporting multiple networks - ISDN, BRI, IP (LAN), X.21, or V.35, automatically detecting whether the caller is making an IP or ISDN call; high bandwidth: 2Mbps ISDN/ 3Mbps IP; supporting H.231, H.233, H.234, H.235, H.241, H.243, H.281, H.320, H.323, and H.331 standards; protection against network interruptions with automatic downspeeding; containing an embedded, easy to use, standards-based encryption for all users; and employing a wide-angle view camera with extensive zoom, pan, and tilt for a wide field of view, capable of producing clear pictures with high quality color reproduction, and meeting the following specifications: 10 x zoom, 1/4" CCD, +15° / -20° tilt, + / -95° pan, 61° vertical field of view, 96° total vertical field of view, 77° horizontal field of view, 267° total horizontal field of view, 460 (PAL) / 470 (NTSC) TV lines, Min. illumination 2 Lux (F1.8), Auto or manual focus / brightness / white balance, Far-end camera control, 15 near and far-end camera pre-sets, Voice-activated camera positioning, Daisy chain support for up to 4 cameras, and VISCA camera support. In addition, the required video teleconferencing suite shall support the following 5 video inputs: 1 x MiniDin, S-video: main camera, 1 x MiniDin, S-video: auxiliary / document camera, 1 x RCA / Phono, composite: document camera / aux, 1 x RCA / Phono, composite: VCR, and 1 x XGA: PC; support the following 5 video outputs: 1 x MiniDin, S-video: main monitor, 1 x MiniDin, S-video: dual monitor, 1 x RCA / Phono, composite: main monitor or VCR, 1 x RCA / Phono, composite: dual monitor or VCR, and 1 x XGA: main monitor, dual monitor or XGA loop; support the following XGA input / XGA output: input: 640 x 480 – 1024 x 768, 56 - 85 Hz. auto-detection and output: 640 x 480 – 1024 x 768, 60 Hz; support the following video formats: NTSC, PAL, VGA, SVGA or XGA; support the following live video resolutions: Native NTSC: 4SIF (704 x 480 pixels), Interlaced SIFTF (352 x 480 pixels), and SIF (352 x 240 pixels), Native PAL: 4CIF (704 x 576 pixels), Interlaced CIFTF (352 x 576 pixels), CIF (352 x 288 pixels), QCIF (176 x 144 pixels), and SQCIF (128 x 96 pixels) decode only, and Native PC Resolutions: XGA (1024 x 768 pixels), SVGA (800 x 600 pixels), and VGA (640 x 480 pixels); support the following still image transfer: CIF, SIF, 4CIF (H.261 Annex D), 4SIF, VGA, SVGA, and XGA; contain the following audio features: four separate acoustic echo cancellers, audio mixer, automatic gain control, automatic noise reduction, and audio level meters; support the following 6 audio inputs: 3 x microphone, 24V phantom powered, XLR connector, 1 x RCA / Phono, Line Level: audio mixer, 1 x RCA / Phono, Line Level: auxiliary, and 1 x RCA / Phono, Line Level: VCR; support the following 3 audio outputs: 1 x RCA / Phono, Line Level: main audio, 1 x RCA / Phono, Line Level: auxiliary, and 1 x RCA / Phono, Line Level: VCR; support the following frame rates (point-to-point & multisite): 15 frames per second @ 56 - 128 kbps, 30 frames per second @ 168 kbps - 3 Mbps, and Point-to-point only: 60 fields per second @ 336 kbps - 3 Mbps; support the following network features: Auto H.320 / H.323 dialing, Programmable network profiles, HO on ISDN-PRI Facility, Maximum call length timer, Automatic SPID and line number configuration (National ISDN, GR-2941-CORE), NATO standard KG194 / KIV-7 encryptor support, and H.331 Broadcast Mode; support the following embedded encryption: H.320 and H.323 point-to-point and multipoint calls, Standards-based: H.233, H.234, H.235, DES and AES, NIST-validated AES, NIST-validated DES, and Automatic key generation and exchange; support the following security features: Encrypted IP Password, Menu Password, Access code, Streaming password, H.243 MCU password, VNC password, SNMP security alert, Encrypted HTTP password, and Possibility to disable IP services; support the following network interfaces: 6 x ISDN BRI (RJ-45), S-interface, 1 x E1 / T1 G.703 (RJ-45) for ISDN PRI or Leased E1 / T1, 1 x E1 / T1 G.703 (RJ-45) for ISDN PRI cascading, 1 x LAN / Ethernet (RJ-45) 10/100 Mbit (LAN / DSL / cable modem), and 1 x X.21 / V.35 / RS-449 with RS-366 dialing, Leased Line or data triggered mode; support the following Ethernet / Internet / Intranet connectivity: TCP / IP, DHCP, ARP, FTP, Telnet, and HTTP, SNMP Enterprise Management, Internal web server, Internal streaming server (streams local and far-end site), and 10/100 Mbit full / half duplex (manual or auto detect selection). Inspection and acceptance of the resultant video teleconferencing suite will be by the Government upon completion of the provision of required supplies/services. The following FAR provisions and clauses are applicable to this procurement: 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors – Commercial Items; 52.212-3, ALT I, Offeror Representations and Certifications – Commercial Items; 52.212-4, Contract Terms and Conditions – Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; including the following additional FAR clauses/provisions: 52.203-3, 52.203-6, 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33, and 52.247-64. The following DFARS provisions and clauses are applicable to this procurement: 252.212-7000, Offeror Representations and Certifications – Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; including the following additional DFARS clauses/provisions: 252.204-7004, 252.225-7012, 252.225-7014, 252.225-7036, 252.225-7023, and 252.225-7036. All clauses shall be incorporated by reference in a resultant purchase order. Quoters are reminded to include a completed copy of provisions at FAR 52.212-3, ALT I, and DFARS 252.212-7000 with their quote, specifying CAGE Code, DUNS #, TIN, and whether their firm is CCR registered. In accordance with Paragragh (b)(11) of FAR 52.212-1: QUOTERS WHO FAIL TO FURNISH REQUIRED REPRESENTATIONS OR INFORMATION, OR FAIL TO REFLECT THE TERMS AND CONDITIONS OF THE SOLICITATION MAY BE EXCLUDED FROM CONSIDERATION. This solicitation will close at 4:00 PM EST on April 16, 2004. The Government’s point of contact in this matter is W. A. Woodring, whose telephone number is (215) 697-9644. Responses to this notice may be mailed to the attention of W. A. Woodring, Code 02P22B, at FISC Norfolk, Detachment Philadelphia, 700 Robbins Avenue, Building 2B, Philadelphia, PA 19111-5083. Facsimile responses, telefaxed to (215) 697-9719, shall also be accepted, as well as electronic responses, emailed to william.woodring@navy.mil. All responses should be complete, irregardless of submission media (see above paragraph), and should be marked “RFQ N00140-04-Q-1438,” to the attention of W. A. Woodring, Code 02P22B. Oral communications are not acceptable in response to this notice. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/FISCDETPHILA/RFQ:N00140-04-Q-1438/listing.html)
 
Place of Performance
Address: U. S. Joint Forces Command, Suffolk, VA
 
Record
SN00599036-F 20040606/040606114957 (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.