Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
MODIFICATION

58 -- High Definition Airborne Video Recorder

Notice Date
8/1/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AF6151B002
 
Response Due
8/6/2006
 
Archive Date
1/1/2007
 
Point of Contact
Leonard Buckless, Contract Negotiator, Phone 661-277-8590, Fax 661-275-7885, - Mary Uptergrove, Contracting Officer, Phone 661-275-2538, Fax 661-275-7819,
 
E-Mail Address
Leonard.Buckless@edwards.af.mil, mary.uptergrove@edwards.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and DFARs Change Notice (DCN) 2006-0616. Standard Industrial Classification (SIC) code is 3651 and the size standard is 750 employees. NAICS is 334310. The 412 TW/ AFFTC, Edwards Air Force Base, CA is seeking potential capable of providing the following items: High Definition Airborne Video Recorder (Quantity 5 each); REQUIREMENTS: 1. Bomber Multi-channel High Resolution Video Recorder; Utilizing a modular architectural design; 2. The Bomber Combined Test Force has a requirement to record a minimum of 10 High Resolution video signal plus 6 Enhanced Resolution video signals; 3. The High Resolution signals are defined as video of 768 pixels H, 1024 pixels W and 960 pixels H, 1280 pixels W, both at 60hz (30fps). The signal interface is RGB+V+H for the High Resolution; 4. Enhanced Resolution is defined as 768 pixels H, 494 pixels W. The signal interface for the Enhanced Resolution signals is RGB (sync on Green); 5. “Video/audio compression and encoding shall be MEPG-2. The MPEG-2 video/audio shall be encapsulated in accordance with IRIG106-05 Chapter 10. The ability for future upgrade to H.264 compression and encoding shall be stated as to the upgrade process type i.e. recorder or board level firmware change, recorder or board level hardware change. Also the upgrade process shall be stated as to how and who will accomplish the upgrade; the recorder user at the user’s facility, the recorder manufacture at the user’s facility or the recorder manufacture at the manufacturer’s facility. H.264 video/audio shall be encapsulated in accordance with IRIG106-06 Chapter 10.” (This is a change from the orignial solicitation); 6. The capability to record standard Y/C and NTSC composite on the same recorder is desired; 7. System should be scalable in capability, from approximately 4 video channels to the full capability described above. When the video capability is reduced, the addition of 1553-bus recording is desired; 8. Ethernet 100/1000 (configuration and data read-back interface); 9. 1394b and/or Fiber channel data interface (read back interface); 10. RS232/422 (configuration interface); 11. Multiple recorder Synchronization input and output signals; 12. Each video channel must have a companion audio channel and each video channel must have an IRIG time overlay, aka, and video time insertion, derived from an IRIG B input; Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing complete quote including delivery FOB destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) AND DFARS 252.204-7004, ALTERNATE A (NOV 2003). INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/ . ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/ . The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; Clause 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers: technically acceptable to the Government lowest price offer; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.225-3 Buy American Act – North American Free Trade Agreement; Clause 52.232-33 Mandatory information for electronic funds transfer payment. The following DFARs clauses apply to this acquisition: Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 1998); 252.225-7001 Buy American Act and Balance of Payment Program; Clause 252.225-7036, North American Free Trade Agreement Implement Act; Clause 5353.223-9000, Elimination of Use of Class I Ozone Depleting Materials, 252.211-7003, Item Identification and valuation; 252.232-7010. Levies on Contract Payments; 5352.201-910, Ombudsman. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524, not later than Close of Business (COB) 6 August 06 at 4 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-275-7885 or e-mail address: leonard.buckless@edwards.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AF6151B002/listing.html)
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
 
Record
SN01103805-F 20060803/060801223408 (fbodaily.com)
 
Source
FedBizOpps 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.