Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

70 -- Digital Signage System - Hardware/Software List

Notice Date
4/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJ09079AC01
 
Archive Date
5/14/2009
 
Point of Contact
Edward A. Rhodes, Phone: 8138284708
 
E-Mail Address
edward.rhodes-02@macdill.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Hardware/Software List ***This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ09079AC01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, FL requires the following items: DESCRIPTION OF REQUIREMENT The USSOCOM has a requirement for an IP Video System, a comprehensive suite of digital signage, IP TV, and desktop video applications that allows it to use digital media to increase command information, enhance the employee's customer experience, and facilitate learning. Definitions: Digital Signage: This application is for scalable, centralized management and publishing of high-quality content to networked, on-premise digital signage displays. IP TV: An interactive application that can deliver on-demand video and live TV channels and broadcasts over an IP network to digital displays, taking advantage of the same hardware used for digital signage. Users must be able to navigate through channel menus and select content with a remote control. Desktop Video: This application gives you access to on-demand videos and live webcasts at the desktop; Users can browse, search, and view digital media over the web anywhere, anytime through a unique, easy-to-use portal experience. Core Capabilities: The products must meet all of the following requirements: •A single solution to deliver compelling digital media content to audiences both on site-in the HQ buildings, on the MacDill campus, and in other locations-and at the desktop •Scalability to reach thousands of customers and users •Integration with the underlying network for easy and rapid deployment and management, and optimal content delivery •Ability to stream live broadcast feeds over IP to digital displays, allowing a television-like experience where end users can interact through remote control Architectures must meet: •Support both live unicast and multicast streaming services •Provide on-demand access to video and audio files cached locally for viewing at LAN speeds •Reduce video bandwidth to minimize its effect on network traffic •Prioritize, secure, and separate video traffic over the network to help ensure optimized viewing •Efficiently distribute video to a large and dispersed user base •Manage and protect video assets on the network •Must take advantage of the inherent performance, quality-of-service, and traffic-management capabilities of the underlying network Specific requirements: Players must be Internet Protocol based players (Qty 15 ea) that can play high-definition live and on-demand video, motion graphics, web pages, and dynamic content on digital displays, for digital signage and IP based TV. Hardware options for players must include support for standard-definition and high-definition MPEG-2 and MPEG-4/H.264, Flash, RSS, and other web formats and dynamic data. Player can be attached to virtually any on-premise digital signage display at any location including LAN / MAN / and WAN locations. Players must have the ability to accept remotely published centralized content over the web to networked digital signs. Players must have flexible, real-time publishing. They also must have ease of use and fast deployment, while taking advantage of the scalability and power of the network. Remote management of display (on and off, volume, contrast, brightness) Full screen video playback or "on-screen zoning" of multiple content types on a single display Customizable onscreen presentation templates and playlists Utilize a web-based management application that helps to easily manage, schedule, and publish digital media to displays and through the web to the desktop. Management application must provide for central management for all Cisco IP Video System products: Other Hardware / Software capabilities required: •Digital Media Encoders (Qty 2 ea) providing live and on-demand streaming digital media across an IP network with a variety of encoding formats, inputs, and monitoring functions. •Video Portal (Qty 1 ea): A web-based video portal that would allow users to easily browse, search, and view digital media interactively at a desktop. •Video Portal Reports (Qty 1ea): A web-based reporting tool that allows you to view real-time traffic reports of Video Portal content. Used by administrators and content authors, this tool must be on a hardware appliance. Video Portal must allow users to browse, search, and view digital media interactively at the desktop. Video Portal must be an integrated component of the Cisco IP Video Systems Desktop Video, Video Portal must be a sophisticated video playback portal using standard Web technologies to deliver compelling live Webcasts and on-demand video to audiences. The IP Video Portal features must include: •Customizable interface, program guide, and keyword search •Personalized and featured playlists •Advanced player controls: Full-screen video playback, fast forward, rewind •Slide synchronization with video •Submission and management of questions during live webcasts •Video sharing •Secure log in and access to user-specific content based on Active Directory/LDAP •Support for major video formats: Windows Media, Flash, MPEG-4/H.264, QuickTime •Detailed content and user access reporting: Who, what, when, and how often The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31 effective 20 Apr 2009, DFAR DCN 20090115 and AFFAR AFAC 2009-0318. The North American Industry Classification System code (NAICS) is 423430, Computer and Computer Peripheral Equipment and Software Merchant Wholesellers. The Standard Industrial Classification (SIC) is 5045, Computers and Computer Peripheral Equipment and Software. Numbered Note #1 applies "The proposed contract is 100% set aside for small business concerns. Offers from other than small business concerns will not be considered." A firm fixed price contract will be awarded. This requirement is for a Brand Name "or Equal". Award will be made to the quotation which offers the best value to the government. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Item is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR)provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.219-14, Notice of Total Small Business Set-Aside, FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clauses applies to this solicitation and is incorporated by reference: DFARS 252.204-7003, Control of Government Personnel Work Product, 252.204-7004(Alt), Required Central Contractor Registration, 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities, DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). PLEASE NOTE: Quotes will be evaluated on price. Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. Bidders shall quote on all items or none. Please ensure all quotes are complete and accurate, all information is filled out, and required clauses are complied with, otherwise the quotation will be rejected for being non-responsive. The winning contractor will be issued an award corresponding to this solicitation, candidates must include a phone number and/or email address, be registered on the central contractor registration (CCR), ORCA or provide representations and certifications as found in FAR 52.212-3 and 252.212-7000, and not found ineligible for award on the Excluded Partied List System EPLS. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Quotations are due no later than 12:00 PM EST on April 29, 2009 to Edward Rhodes by e-mail at edward.rhodes-02@macdill.af.mil or by fax at (813) 828-5111.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d1cfabf37e1b6a72be390b8d0d061e48&tab=core&_cview=1)
 
Place of Performance
Address: United States Special Operations Command (US SOCOM), MacDill AFB, Florida, 33621, United States
Zip Code: 33621
 
Record
SN01798697-W 20090423/090421221913-d1cfabf37e1b6a72be390b8d0d061e48 (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.