Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

70 -- IT Equipment

Notice Date
7/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1071 North Fort Myer Drive, Rosslyn, VA 11111
 
ZIP Code
11111
 
Solicitation Number
1022982406
 
Response Due
7/17/2009
 
Archive Date
1/13/2010
 
Point of Contact
Name: Raschell Jones, Title: Logistics Managment Specialist, Phone: 7038755319, Fax:
 
E-Mail Address
jonesrd@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 1022982406. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 134673. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-07-17 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be WASHINGTON, DC 20004 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Flip Factory New Media; P/N: FF-NMF [Consists of: Inputs: MPEG-1, MPEG-2, DV, Windows Media, QuickTime, AVI, DPX, AAC, Avid, Media 100, Pinnacle Liquid, Final Cut, Autodesk, WAV and MP3 formats. OUtputs: Windows Media, QuickTime, Real, Flash8, PacketVideo MPEG-4, H.264, MP3, Final Cut, DV and WAV formats, plus AMR, AAC, 3GPP, MPEG2. keyframe, TimeCode burn in, Motion Resolve, Graphics Effects, and Secure FTP also included. MetaFlip Engine and Meadata transformation for iPod and reporting included. *Includes first year maintenance and support, 4, EA; LI 002, Factory array software license - 5 servers; P/N: FF-ARRAY [This includes failover protection and database mirroring. Minimum configuration is two servers, maximum configuration is 5 servers. Please contact Telestream if using more than 5 servers in one array. FactoryArray is an option to any FlipFactory product., 1, EA; LI 003, Factory Array Software license - 2 servers; P/N: FF-ARRAY2SV[This includes failover protection and database mirroring. Maximum configuration is two servers. FactoryArray is an option to any FlipFactory product., 1, EA; LI 004, Hardware for Flip Factory; P/N: FF-SVR-HDW [Server specifications: Dual Quad Core Processor, 4GB Memory, Single 146GB/Single 300GB disk drives, Gigabit Ethernet NIC, Dual 500W AC PSU (main & redundant), Windows 2003 Server, Windows XP OS (includes installation of FlipFactory Software), 4, EA; LI 005, Onsite installation, 3, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. **FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, TO HAVE A BID CONSIDERED FOR AWARD, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. The Bureau of Public Affairs (PA) continues to grow its mission to use evolving technology to take advantage of the internet to communicate foreign policy and American values to as large an audience as possible. PA has developed a distribution strategy that includes streaming and video blogging on state.gov, digital video encoding to YouTube, and contracts with thenewsmarket.com, and Pathfire, the two leading internet-based, global providers of video clips to news broadcasters. The current capacity for this distribution is not meeting the daily demands, and requires doubling the capability just to get to an adequate level of output. Additional increases in media distribution strategies with the regional broadcast hubs across the globe, as well as media support for regional bureaus and posts requires PA to significantly increase our multimedia and multiformatting capabilities. PA/OBS needs to expedite the delivery of this content to improve global audience reach and 2nd party placement of DOS video clips. The timely and widespread delivery of this content is a critical success factor in communicating foreign policy and American values to a global audience. The State Departments broadcast television production facility is a unique, state-of-the-art hybrid digital/analog platform that includes custom designed equipment for specialized applications. Telestream is the manufacturer and systems integrator of the specialized hardware and software that works together with other studio equipment to for digital video encoding and file transfer to external servers. Telestream is the only company that can enable PA to increase this capacity without re-designing and re-integrating additional equipment at a greater expense for a new digital workflow, and its hardware and software allows for encoding to a diverse range of formats for use all over the world. The Department proposes to enter into this contract under the authority of 41 U.S.C 253 (c) (1) only one available source and no other supplies or services will satisfy the Departments requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1022982406/listing.html)
 
Place of Performance
Address: WASHINGTON, DC 20004<br />
Zip Code: 20004<br />
 
Record
SN01876008-W 20090717/090715235744-c3fb44cd7771a0e37aeb47a92415df6b (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.