Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

58 -- F2XHE36145A200 AUTONOMY VIRAGE

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F2XHE36145A200-0002
 
Response Due
8/25/2006
 
Archive Date
9/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is being synopsized pursuant to Federal Acquisition Regulation (FAR) 5.101. The Government has a requirement for purchase and configuration of one Autonomy Virage Multimedia Management System. This acquisition will be conducted using Low Price Technically Acceptable (LPTA) strategy and will result in a firm-fixed price contract. The North American Industrial Classification Code (NAICS) is 511210 with a size standard of $23 Million. This requirement is set aside for small business concerns. Award will be made only if the offeror can supply all of the listed items in the required quantities. All quotes must be for all items stated partial quotes will not be considered. Award will be made (all or none) to one vendor. The 42nd Contracting Squadron at 50 LeMay Plaza South, Building 804, Maxwell AFB, AL 36112 will issue a Request for Proposal (RFP) for (0001) an Autonomy Virage Multimedia Management System to include the specific configuration requirements listed below. The announcement will be on FEDBIZOPPS on or about 23 Aug 2006. Paper copies will not be available. You may download the solicitation and submit your quote as required in the solicitation. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. IMPORTANT NOTES: All prospective Offerors interested in submitting a proposal must have a Commercial and Government Entity code (CAGE). All offerors responding to the solicitation must be registered with the Central Contractor Registration (CCR), which can be accomplished via the web at http://www.ccr.gov., Wide Area Work Flow (WAWF) database at http://www.wawf.eb.mil, and Online Representation and Certifications Application (ORCA) at http://www.bpn.gov. Vendors not registered in the Central Contractor Registration are ineligible for award. Point of contact for this solicitation is Jacqueline Tellis at (334) 953-6550 or via email at jacqueline.tellis@maxwell.af.mil. Due dates for proposals will be listed in the solicitation. Minimum specifications are as follows: A. Indexing, Analysis, and Encoding: 1.Schedule, monitor and manage multiple live, incoming source feeds. 2. Automatic tape processing with EDL (Edit Decision List) Control. 3. Transcript alignment. 4. Real-time processing with encoding control and synchronization. 5. Advanced audio analysis including speech-to-text, speaker identification, story recognition, name extraction, and language translation. 6. Advanced video analysis including keyframing, shot change detection, face recognition, logo detection and on-screen text recognition. 7. Automated clipping and segmentation with clip identification. B. Data Retrieval, Organization Assembly and Distribution: 1. Real-time information access 2. Fast, scalable and language independent retrieval and data processing 3. Server capabilities to include retrieval, hyperlinking, categorization, alerting, profiling, clustering and personalization 4. Boolean, natural language and other search methods 5. Dashboard for personalized views 6. Review, assemble and edit content 7. Playlists for ordering and sequencing 8. Create, save, and reuse personalized projects for easy organization 9. Collaborate by sharing or e-mailing content 10. Data export options for XML (Extensible Markup Language), ALE (Apple Lossless Encoder), CMX (a linear editing language), SMIL (Synchronized Multimedia Integration Language), ASX (Advanced Stream Redirector) and other formats C. Administration and Configuration: 1. Multi-level default roles and configurable system access 2. Configurable security options, including LDAP (Lightweight Directory Access Protocol) support, for integration into existing systems 3. Clustering for high-availability 4. XSL (eXtensible Stylesheet Language) template and rendering language 5. J2EE (Java Platform, Enterprise Edition) server architecture 6. MySQL? (MySQL is a multithreaded, multi-user, SQL Database Management System), Oracle?, IBM DB2? (a relational database management system) and other relational database systems 7. Tomcat, IBM Websphere? and other applications servers 8. Interoperability with other 3rd-party systems D. Audio and Video Standards: 1. NTSC (National Television System(s) Committee), PAL (phase-alternating line), SECAM (S?quentiel couleur ? m?moire) 2. Inputs for Composite, S-Video, SDI (Serial Digital Interface), pre-encoded files 3. Encoding formats include MPEG (Moving Picture Experts Group), Windows Media, Real, QuickTime and OMFI (Open Media Framework Interchange )(Avid) 4. Video server support for Windows Media, Real, Darwin and others 5. Monophonic, 16-bit, 22 KHz, or 44 KHz audio 6. Device control supporting V-LAN (virtual local area network) and RS-422 (a technical standard which specifies the "electrical characteristics of the balanced voltage digital interface circuit") 7. SMPTE (Society of Motion Picture and Television Engineers) timecode support from tape, GMT (Greenwich Mean Time), house time using external timecode reader or zero-based; drop and non-drop frame support, including discontinuous E. Hardware, Configuration, Installation and Training 1. Two Windows 2003 servers (meeting Virage hardware requirements). Servers will be rack mountable. 2. Three additional rack mountable work stations are required. 3. An external storage array of 3.0 TB configured in raid 5 (scalable) is needed for media storage. 4. All hardware and software required to perform ALL the above requirements must be included at time of delivery with the sole exception of ingest sources. 5. Complete system must be installed, configured and tested at AUTV (Air University Television), Maxwell AFB by vendor 6. Five (5) days of on-site training must be provided. 7. All documentation, system diagrams and training materials to be provided to AUTV. 8. One (1) year full on-site maintenance on hardware and software to be provided. 9. Server Specifications: ML570 G3 3.33 GHz (2P) High Performance Server 4 Intel Xeon 3.33 GHz/8M Processors 8GB Total REG PC2-3200 (4x2GB) 2Rank Memory (1st Board) Mircorsoft Windows Server 2003 Standard x64 Edition HP Smart Array 6404/256 controller (RAID) RAID 5 Setting on 10 each 300GB Pluggable Ultra 320 SCSI 10,000 rpm (1") Universal Hard Drives Integrated Network Card NC7782 Dual Port PCI-X 10/100/1000T Gigabit 1.44 MB Floppy Disk Drive SlimLine DVD-ROM Drive (8x/24x) Option Kit.
 
Place of Performance
Address: MAXWELL AFB AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01122059-W 20060824/060822220952 (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.