Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2006 FBO #1766
MODIFICATION

58 -- MPEG-4 Encoders

Notice Date
9/25/2006
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement and Logistics, DITCO-NCR, P.O. 4502, Arlington, VA, 22204-4502
 
ZIP Code
22204-4502
 
Solicitation Number
HC1047-06-T-4041
 
Response Due
9/26/2006
 
Archive Date
10/10/2006
 
Point of Contact
James Shumway, Contract Specialist, Phone 703-681-0295, - Rhonda LaGarde, Contracting Officer, Phone (703)681-1250, Fax (703)681-1211,
 
E-Mail Address
james.shumway@disa.mil, Rhonda.LaGarde@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is to change the response date from September 25 to September 26, 2006, and to delete the name brand specifications and request that quotes be issued on a full and open cometition basis. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement is the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation number is HC1047-06-T-4041 and is issued as a (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-09 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN current to 20060616. The NAICS code is 334220 and the Small Business Standard is 750 employees. This requirement is being set-aside for small business. Offerors must be registered in Central Contract Registration (CCR). This acquisition is firm-fixed price. Quotes must address whether each contract line item number (CLIN) price proposed by the offeror is based upon open-market pricing, or use of an existing vehicle such as GSA Federal Supply Schedule (FSS) pricing, NASA SEWP pricing, ect. If individual CLIN pricing is not on an open market basis offerors should also include the contract number on which pricing is based as part of their quote for each CLIN. This is an all-or-none requirement. Partial quotes will be deemed unresponsive and will not be evaluated. The Government will award a single purchase order to the responsible offeror whose offer conforms to the requirements as stated in this synopsis and is most advantageous to the Government based on the lowest price. MPEG-4 Encoder Specifications: Qty 18 Physical Installation Rack-mountable Maximum Height and Width Standard 1 rack unit (1.75? x 19?) Maximum Depth 15? Maximum Weight 15 lbs Video Specifications Open Standards Based Video Compression MPEG-4 AVC/H.264 MP@L3 Minimum Encoding Bit Rate Range 750k - 3.0 Mbps Supported Resolution 480i x 720 / 704 / 544 / 528 / 480 / 352 GOP Pattern Supports I, P and B frames Adjustable length Entropy Coding Mode CABAC (arithmetic coding) CAVLC (variable length coding) Metadata Support EIA-608 Line 21 (fields 1 and 2) per ATSC CS/TSG-659r1 Number of Input Video Channels 2 Input and Outputs Video Input Composite NTSC Analog Video Output Ethernet 10/100 Base T System Management Management per unit Web-based remote management GUI Group Management Centralized Management Server Service Agreement Qty 18 Service Agreement Rapid Response Premium 2-Year Service Agreement Delivery is 30 days ARO. The place of delivery is 5275 Leesburg Pike Falls Church, VA 22041 The following FAR provisions and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items with the following clauses applicable to paragraph (b):, Convict Labor (Deviation); 52.222-3, Convict Labor; FAR 52.232-17 Interest; FAR 52.232-33 Protest after award; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviation in clauses . DFARS 252.204-7004 Alternate A, and DFARS 252.232-7003 Electronic Submission of Payment Request. Quotes shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications- Commercial items; DFARS 252.212-7000(b), Offeror Representation and Certifications- Commercial Item or certifications that theses have been completed online via Online Representations and Certifications application (ORCA) at http://www.bpn.gov/. The following clauses, applicable to this acquisition, are local DISA clauses and all interested offerors may request a copy from the contract specialist: 52.204-9000 Points of Contact and 52.232-9000 Wide Area Workflow ? Receipts and Acceptance (WAWF-RA). Full text of these provisions and clauses, with the exception of the local clauses, may be obtained from the following websites: http://www.acq.osd.mil/dpap/dars/index.htm, http://farsite.hill.af.mil/, or http://www.arnet.gov/far/. Shipments are F.O.B. Destination. Specific agency shipping requirements will be included at award and are available from the contract specialist upon request. Delivery shall occur within thirty (30) days after receipt of order (ARO). Responses/ offers shall be submitted electronically to james.shumway@disa.mil no later than 3:00 pm (Eastern Standard Time) on 25 September 2006. Quotes must be valid for thirty (30) days after due date. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the offeror?s responsibility to visit this website frequently for updates on this procurement. Point of Contact James Shumway, Contract Specialist, Phone 703-681-0295, Fax 703-681-0521, Email james.shumway@disa.mil
 
Place of Performance
Address: DISA Warehouse Bdg. 15, 701 S. Courthouse Road, Arlington, VA
Zip Code: 22204
Country: UNITED STATES
 
Record
SN01153550-W 20060927/060925220046 (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.