Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

70 -- Encoder and Delivery/Playback Server

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-08-Q-0139
 
Archive Date
9/30/2008
 
Point of Contact
Susan K Muniz,, Phone: 301-837-31805, Gregory Carter,, Phone: 301-837-3036
 
E-Mail Address
susan.muniz@nara.gov, greg.carter@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; fixed price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-08-Q-0139 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective June 12, 2008. This is a 100% small business set-aside under NAICS 334310 with a size standard of 750 employees. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the offeror whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this order will be obtained through a lowest priced technically acceptable evaluation. Pricing Schedule: Please use the following CLIN designation for submission of the pricing portion of the quotation. Price will be evaluated on a total price basis including all of the following CLINs in the total. CLIN 0001 Encoder and Delivery/Playback Server for Digital Motion Picture Files (pricing for this CLIN must include the requirements of 2.0, 3.0, and 4.0 below, i.e. delivery, installation, set-up and training in addition to the equipment); CLIN 0002 Base Year Maintenance and Support; CLIN 0003 Option Year One Maintenance and Support; CLIN 0004 Option Year Two Maintenance and Support; CLIN 0005 Option Year Three Maintenance and Support; CLIN 0006 Option Year Four Maintenance and Support. 1.0 INTRODUCTION: The National Archives and Records Administration (NARA) is the repository for the permanently valuable records of the Federal Government. The Motion Picture Lab of the Special Media Preservation Division (NWTS) of Preservation Programs (NWT) works to preserve motion pictures in NARA’s holdings by providing preservation and duplication services. In 2007, a motion picture scanner and digital workstation were purchased to supplement existing photographic duplication capabilities. The computer-based encoder and delivery/playback server described in this Performance Work Statement will be used for enhancing the efficiency of providing access to digital versions of the motion picture holdings of the National Archives. 2.0 BASIC REQUIREMENTS: 2.1 The National Archives seeks to acquire computer-based encoder and delivery/playback server for digital motion picture files having capabilities described in this Performance Work Statement - including installation of and training for the equipment conforming to NARA’s specifications. The encoder and delivery/playback server shall include all equipment and software necessary for the achievement of the stated requirements in a manner that enables operation of all functions by a single operator. The encoder and delivery/playback server shall also meet all industry and Government equipment standards for health and safety. 2.2 General Requirements: Offerors shall propose software and/or equipment to meet the National Archives' requirements. The selected vendor shall provide all equipment and services to the final approved list and specifications. I. EQUIPMEMENT TO BE PURCHASED: 1 (one) Computer-based Encoder and Delivery/Playback Server for Digital Motion Picture Files--Computer-based encoder and delivery/playback server for the creation of and delivery of digital files of motion picture films – Doremi Labs/Cinema DMS 2000 Digital Mastering Station and DCP 2000 Digital Cinema Server or brand name equivalent; II. Operating Environment-Staff work 5 days a week, 8 hour shift per day; Unattended 24/7 operation of encoder and server. III. Supported files, encoding capabilities, and digital cinema formats-A) Encoding, processing, and playback of–1) 4k and 2k digital cinema files; 2) From 16-bit per channel TIFF, DPX, and Cineon files – a) RGB and XYZ encoding; b) 4:4:4 sampling; 3) Minimum range of bit rates of 50Mbs to 250Mbs: 4) Encoding and delivery of 24 fps and 25 fps, and 5) half-speed encoding/delivery of 30 fps; 6) Compression - a) MPEG or discrete cosine transform (DCT); b) Motion JPEG2000 or wavelet; 7) Color space conversion; B) Audio signal –1) At a minimum - 16 channels of audio; 2) pulse code modulation (PCM) encoding; 3) at a minimum - 48 KHz and 96 KHz sampling frequencies, and 16-bits and 24-bits per sample; 4) mono and stereo; 5) uncompressed. IV. Digital Data Outputs-A) Data Formats-1) Motion JPEG2000: a) Compliant with ISO/IEC 15444-3:2002/Amendment 2:2003; 2) MXF: a)Compliant with SMPTE 377M, EG41, EG42, 390M, 378M, 391M, 392M, 393M, 407M, 408M, 379M, 381M, 383M, 385M, 386M, 387M, 382M, 384M, 388M, 389M, 394M, 405M, 380M, 436M, RP210, and RP224; 3) MPEG-2: a) Compliant with ISO/IEC 13818 – Parts 1-11. V. Metadata capabilities and compliance-A) Ability to collect appropriate technical and descriptive metadata; B) Compliant with appropriate audio, video, and digital cinema standards – including: 1) MPEG-7 : a) Compliant with ISO/IEC 15938 – Parts 1-12; 2) MPEG-21: a) Compliant with ISO/IEC 2100 - Parts 1-18; 3) Dublin Core: a) ISO 15836; C) Metadata Export-1) All metadata and audit trails of processes/activities; 2) In the following user-selectable formats-a) XML; b) Tab-delimited text: c) Excel; D) XML Schema: 1) Compliant with XML DTD, DCD, and SOX; E) Resource Description Framework (RDF). VI. Hardware related capabilities: A) Encoding computer and delivery/playback server with the following minimum specifications – 1) Specify operating system and all server technical parameters; 2) Rack-mounting configuration and hardware; 3) Encoder-a) Hardware accelerated Motion JPEG2000 encoder; b) Dual-link HD-SDI interface; 4) Digital storage capacity –a) At a minimum – 2 TB of RAID5 storage per computer/server; 5) Computer networking capability-a) Gigabit Ethernet connections; b) 4 Gb Fibre Channel capable; 6) Ability to access and transfer data to digital storage systems on local area network; 7) Redundant power supplies. VII. Operational Activities-A) Set up workflow – define configurations for different types of process and jobs – both technical/image/signal processing parameters and metadata parameters; B) Set up jobs – define specific configuration for individual jobs; C) Submit jobs to server systems for automated processing; D) Monitor systems, processes, and errors; E) Output defined complement of digital files; F) Short-term storage of digital files produced; G) Track entire process and create/save an audit trail or log file documenting each step and the entire process for each recording; and H) Delivery or playback of digital files produced by encoding server. VIII. Workflow Management-A) Job Profiles – software shall have the ability to define and save all user settings as job profiles, and reuse profiles for later sessions and jobs; B) User Profiles - software shall have the ability to configure user interface for individuals and save settings as user profiles – including ability to configure controls that appear in the user interface and ability to lock out access to selected settings; C) Ability to review digital files produced; C) Audit trail of processes; D) Metadata profile capabilities; and E) Ability to calculate and save an MD-5 checksum for each file created and saved. IX. Installation, Set-up and Training: The Contractor must provide timely delivery, installation and set-up of the above equipment. Furthermore, the Contractor must provide operational training on the equipment. 3.0 Delivery Location: Equipment to be delivered to the following location: Special Media Preservation Laboratory (NWTS); 3301 Metzerott Road; College Park, Maryland, 20740 [NOTE: Entrance for delivery will be via Metzerlott Road]. 4.0 Delivery Schedule (including IX. Above): The period will be for delivery no more than 90 days from date of award. Delivery must be completed on a schedule mutually agreed upon by the vendor and the Government. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA Contracting Officers Representative (COR) and the Contractor. Subcontractors: In the event that subcontractors are needed for portions of this project, they shall be required to fully comply with all relevant portions of this performance work statement and the final contract between the Government and the prime Contractor. 5.0 System Maintenance and Support: NARA requires System Maintenance and Support protection for the equipment. This protection is needed for the base year and four (4) one year option periods. The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors—Commercial Item(Jun 08); FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Jun 08-- An offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions—Commercial Terms (Feb 07); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jun 08). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.219-6 Notice of Total Small Business Set-Aside (Jun 03); 52.219-28 Post Award Small Business Program Representations (Jun 07), 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor – Cooperation with Authorities and Remedies (Feb 08), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.222-50 Combating Trafficking in Persons (Aug 07), 52.225-1 Buy-American Act – Supplies (Jun 03), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 03), and 52.232-36 Payment by Third Party (May 99), and 52.239-1 Privacy or Security Safeguards (Aug 96); FAR 52.217-5 Evaluation of Options; FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Susan Muniz, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001 or e-mailed to: susan.muniz@nara.gov. Quotations should be received by 4:00 PM EDT on September 15, 2008. Failure to submit quotations by the due date may result in rejection of the proposal. Vendors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. Telephonic responses will not be processed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9700ed80f786e83ecb841ad5bb060be8&tab=core&_cview=1)
 
Place of Performance
Address: National Archives & Records Administration, 8601 Adelphi Road, Rm. 3360, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01661534-W 20080907/080905223011-9700ed80f786e83ecb841ad5bb060be8 (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.