Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
MODIFICATION

70 -- Configuration of a Turn-Key Live Production Switching Station, 375 Comm Squadron, Scott AFB IL

Notice Date
6/15/2004
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F7352133220200A
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Denise Hamilton, Contract Specialist, Phone 618-256-9253, Fax 618-256-5237, - Cliff Beasley, Contract Specialist, Phone 618-256-9308, Fax 618-256-5237,
 
E-Mail Address
denise.hamilton@scott.af.mil, cliff.beasley@scott.af.mil
 
Description
This is amendment 0002 to the combined synopsis/solicitation for the Configuration of a Turn-Key Live Production Switching Station, 375 Comm Squadron, Scott AFB IL. Reference No. F7352133220200A applies. The following vendor questions, with resultant Government answers, are provided: Question: Does the Government need the SDI daughter option card to capture digital betacam VCR sources to the switcher? Answer: No. Question: Would the Government like a storage subsystem to include: Approximately 1.5 hours of uncompressed video storage installed into 8-bay rackmount chassis with expandability to add more storage to chassis in the future with rack slides, dual channel controller, 6 foot external cable and terminator. Or: A 4-bay with no additional bays with rack slides, dual channel controller, 6 foot external cable and terminator? Answer: Approximately 1.5 hours of uncompressed video storage installed into 8-bay rackmount chassis with expandability to add more storage to chassis in the future with rack slides, dual channel controller, 6 foot external cable and terminator. Question: Would the Government need a software authoring program like Reel DVD to link audio and video clips to buttons? Answer: No. Question: Does the Government want one spindle of 50 DVD-R inkjet printable media with jewel cases with the DVD burner? Answer: No. Question: Would the Government like to record the video toasters live switcher program output to a professional real time DVD video recorder? Answer: No. Question: Would the Government like a Jog Shuttle Controller to control a VTR or DDR to mix with a live camera feed? Answer: No. Question: Would the Government like dual 20" LCD displays with ATA shipping cases, as well? Answer: No. In addition to the above questions, two vendor comments were submitted, which are listed below. The Government's input regarding the comments is also listed. Vendor Comment: The Government is requesting a DVD burner. I recommend Speed Razor 5.5 broadcast quality MPEG 2 encoding software with Dongle. This software handles the video toaster's uncompressed files natively. The encoded elemental image streams are magnificent for delivery on DVDs. Government Input: The type of DVD burner used will be determined by the vendor. Vendor Comment: As pertains to the rack mount/shock mount cases, our experience has shown that the best method is to get all of the rackmount equipment in first, then order the specific options to the case that the Government wants, such as inner/outer dimensions, locks, wheels, and lids, which are convertible to table surfaces with latches to case, partitions for cables, tapes, etc. Government Input: The cases shall be customized to the equipment. As a result of these questions, the following amended portions of the combined synopsis/solicitation are provided: (viii)(Part II): Part II, Technical, is amended to state: Part II consists of one (1) copy of how the prospective contractor can provide their technical approach on meeting SOW requirements, i.e., meeting technical support within the parameters established in the SOW. Part II also consists of a prospective contractor providing technical specifications on any "brand name" items listed in the SOW. Further, Part II also consists of a prospective contractor providing a schematic or drawing of the storage/transport case as listed in paragraph "a" of the Statement of Work. (ix)(Addendum)(A): The Government technical evaluation team shall evaluate, on a pass/fail basis, proposals submitted by all offerors against the following revised evaluation factors: Configuration of a live production switching station; technical literature submitted for all brand name items listed in the SOW; a schematic or drawing of the storage/transport case; and technical support/responses as listed in the SOW. Initially, offers shall be ranked according to technical capability. (xv) Past performance references and the RFQs are due to this office NLT 3:00 CST, Monday, 21 Jun 04. An amended Statement of Work dated 15 Jun 04 is attached. Any vendor questions/comments shall be submitted, in writing, to the 375 CONS/LGCB points of contact no later than 2:00 PM, Thursday, 17 Jun 04. If you have any questions, please contact Denise Hamilton at 618-256-9253 or denise.hamilton@scott.af.mil or Cliff Beasley at 618-256-9308 or cliff.beasley@scott.af.mil. Facsimile number is 618-256-5237.
 
Place of Performance
Address: 375 CS/SCV, 901 South Dr., Bldg 700, Scott AFB IL
Zip Code: 62225
Country: USA
 
Record
SN00603655-W 20040617/040615211929 (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.