Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

70 -- WEB CASTING EQUIPMENT

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Telecommunications Services Division (9TT), 450 Golden Gate Ave., 5th Floor East, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
Reference-Number-9T5TDBISOO6
 
Response Due
2/8/2005
 
Archive Date
2/23/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared by the General Services Administration on behalf of the Naval Postgraduate School, Monterey CA under Task No. 9T5TDBIS006 in accordance with the format in FAR Subpart 12.6. This announcement constitutes the solicitation. Proposals are being requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-26, dated 19 Jan 2005. A firm fixed price contract is anticipated to result from the award of this full and open competition. The Naval Postgraduate School requires a complete web casting system that includes the capability to integrate with fixed classroom video sources, mobile classroom video sources, and sources that are captured from remote video conferencing systems. In addition to the video sources, the web casting system must be able to capture animation and motion from the presenter's desktop, that include PowerPoint, Flash Animations, and CAD video simulations. All content including the video and the desktop content must be able to stream via unicast and multicast protocols. An automation system must be in place that enables easy and centralized operation of the web cast conferencing system for numerous simultaneous classes. A portal and web application solution must be in place that enables students to easily navigate and search for web cast content. All appliances must be available in a streaming and downloadable form that enables playback on all recent versions of Windows, OSX, Solaris, and Linux operating systems. All systems in the web casting system must run a "locked down" and secure version of Linux that is impervious to Windows viruses and worms. All insecure services like FTP must be disabled and all user and authentication data must be transmitted via SSL or SSH protocols. File transfer must be via SCP rather than the vulnerable FTP protocol. All core system components for the web casting equipment are to be based on "Open Source" software to enable the highest level of security and all application server components must have full source code provided to enable a thorough audit by Navy IT support staff. The web casting system should be able to function with recent versions of Internet Explorer, Netscape, Mozilla, Opera, and Safari web browsers. Web casting system totally dependent upon Internet Explorer is not acceptable as Internet Explore has been known to have critical security flaws. At a minimum the appliances provided for the web casting system shall include the following items: One-(1) each 3 TB Storage with unlimited bandwidth and Rack Systems which includes six-(6) each Dual 3.2 CPU, twelve-(12) each High-Performance Video Capture with features and functionality, such as PCI-X compatibility, for best-quality streaming, six-(6) each Serial/USB LCD Kits, and six-(6) each operating software. Cart System appliances to include five-(5) each digital video camera with the capacity to stream MPEG-4, five-(5) each VHF wireless microphones battery powered receiver and transmitter for use with camcorder, five-(5) each 120 Vac, 60 Hz transfer balanced microphone mixer, five-(5) each 4" Camera Mountable LCD Monitor with Metal Housing to include Battery and Case, five-(5) each High Resolution Computer-to-Video Scan Converter with the following accessories included 6? MHR, Male to Male (molded), (6' / 1.83 m), 6' Mini HR (6' / 1.8 m), S-Video 6', Male to Female (6' / 1.83 m), five-(5) each mobile encoder captuer appliance, five-(5) each 6U Polyethylene Powered Roller Rack 120v with built-in power distribution center that provides 5 power sources, 15 amp push to reset circuit breaker, and front panel on/off control with pilot lights, surge protection to safeguard against power spikes able to mount under the rack rail and should also have threaded rails and locking covers with wheels and pull out handle. Contractor shall provide Portal and Operations Master Server appliances to include the following items: one-(1) Dual 3.2 CPU, two-(2) each High-Performance Video Capture with features and functionality, such as PCI-X compatibility, for best-quality streaming, one-(1) each Serial/USB LCD Kit, and one-(1) each operating software, 1 each 27? deep stand alone enclosure with fully welded construction, solid sides , UL Listed , 2,500 lb. weight capacity , seismic certified for protecting 1,000 lbs. of equipment, 24.25" OD width , 27.5" depth , 2 extra-wide pairs of 10-32 threaded rackrail with cable pass-through openings in face, laser-cut 1/8" thick internal steel braces for strength, 14-gauge steel tops & bottoms, 16-gauge seamless steel sides, grounding stud installed in base, key locked solid rear door standard, with durable black textured powder coat finish with vented top, one-(1) each long twelve-(12) outlet, single 20 amp circuit, 115 Volt Vertical Power Strip, one-(1) each Rackmount 15" LCD Monitor, Keyboard with Integrated Touchpad with 1024 x 768 screen resolution and one-(1) each integrated fan top that includes four-(4) each 4-1/2? Quite Fans. Proposals shall include the cost for portal and operations customizations and onsite training and event production. The required delivery date shall be no later than 30 days after receipt of contract. Place of delivery and acceptance is: Naval Postgraduate School, Monterey, CA 93943. Prices shall be proposed as FOB destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (January 2005) is hereby incorporated by reference. The Government will award the resulting contract based on a firm fixed price arrangement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government, delivery time and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) technical fit and capability of the proposed equipment, (2) Price, (3) Past Performance please provide at least two examples, with a brief description, of previous or ongoing work that demonstrates your firm's past performance and (4) Delivery. These factors are listed in descending order of importance. Technical and price, when combined are significantly more important than past performance and delivery when both are taken separately and when combined. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is deemed to be most advantageous to the Government, price and other factors considered. Offerors are reminded to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications--Commercial Items (January 2005) with its offer. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (October 2003), is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (January 2005), is hereby incorporated by reference with applicable paragraphs apply to this solicitation and any resultant contract. Type of Contract to be awarded is Firm Fixed Price. Period of Performance: Delivery no later than 30 days after receipt of contract. The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is currently unrated. All potential awardees are required to register in the IT Solutions Shop at http://it-solutions.gsa.gov for post-award processing and must be registered with Central Contractor Registration at http://www.ccr.gov. Proposal responses and inquiries will only be accepted electronically via E-mail at david.bischof@gsa.gov. All proposals must be received by February 8, 2005, 5:00 PM PST.
 
Place of Performance
Address: NAVAL POST GRADUATE SCHOOL, MONTEREY CA
Zip Code: 93943
Country: USA
 
Record
SN00742323-W 20050130/050128212423 (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.