Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

D -- DIGITAL VIDEO STREAMING EQUIPMENT

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK070191408Q
 
Response Due
4/12/2007
 
Archive Date
3/28/2008
 
Small Business Set-Aside
Total Small Business
 
Description
NASA/KSC has a requirement for hardware that will be used to capture digital video from satellite receivers or KSC-originated video, multiplex up to 8 streams together, and output it as DVB-ASI for transmission via Digital Broadband Communications Distribution System (D-BCDS). The following salient characteristics are provided: 1. DVB/ASI Multiplexer Chassis Qty: 5 DVB/ASI eight-slot modular chassis, multi-standard modular DTV platform, simultaneous HDTV High Definition and SDTV Standard definition digital television signals, capable of accepting up to eight different modules (encoders, multiplexers, modulators, IRDs, decoders, stream processors, network adapters). Streamtel model A.F4-HX or equivalent. 2. 10-Input ASI Re-multiplexer QTY: 10 10 ASI IN DVB / ATSC / IPTV Statistical Re-Multiplexer module accepting a minimum of eight independent ASI inputs to generate a re-multiplexed output available on simultaneous ASI and IP ports. Multiple modules can be installed within the same chassis achieving the wanted number of re-multiplexed channels and bitrate. Ability to perform stat-mux VBR processing, extended PSI-SI table management, restamping, filtering, radio/TV/data services creation for terrestrial satellite/cable/IPTV/DVB/ATSC service output, PSI tables creation, auto & manual PID management with collision prevention, 100 megabit/s TS data out, SNMP & WEB remote management, 2 redundant IP streaming outputs, simultaneous 3x ASI BNC out, MPE/EPG/MHP data input, built in redundancy switching and management, hot-swappable modules. Streamtel model A.SL-MUX10 or equivalent. 3. 10-BNC Bus Addressable Signal I/O Qty: 5 10-BNC bus-addressable signal input/output interface, provides ability to connect signals from/to the internal system bus to ten external physical BNC connectors, ability to be installed within the same system to achieve the wanted number of internal bus I/Os. Streamtel model A.SL-IOBUS or equivalent. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334220/ 750 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to: NASA/KSC J-BOSC Warehouse Bldg M6-744 Kennedy Space Center, FL 32899-0101 Delivery is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by April 12, 2007 no later than 3:00 PM ET to: NASA/KSC Attn: Tyrone Frey OP-ES Kennedy Space Center, FL 32899-0101 or may be e-mailed to tyrone.j.frey@nasa.gov and must include, solicitation number, FOB destination to Kennedy Space Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.219-6, 52.222-3, 52.222-21, 52.222-26, 52.225-1, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Tyrone Frey not later than April 7, 2007. Telephone questions will not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror, with acceptable past performance. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#124088)
 
Record
SN01261477-W 20070330/070328221735 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.