Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

D -- Digitization System

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DEA Headquarters; 8701 Morrissette Drive Attn: FAC, Springfield, VA 22152
 
ZIP Code
22152
 
Solicitation Number
DJD-09-N-0143
 
Response Due
9/18/2009
 
Archive Date
9/30/2009
 
Point of Contact
Claire Whitley 202-307-7574
 
E-Mail Address
claire.r.whitley@usdoj.gov
(claire.r.whitley@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
The Audio-Visual Unit (CPPA) within the Office of Public Affairs of the Drug Enforcement Administration (DEA) has a requirement for a computer-based video digitization system for cassette formats that will expand its capabilities for copying and digitizing analog video recordings The digitized video content will then be stored on LTO-4 data tape storage system with 48 data tape bins and managed by a digital file archive system. The system shall conduct extensive metadata searches, view proxies of archived content, create frame accurate shot lists, initiate partial restore of archived content to any destination, interface through Internet Explorer, and have built-in security and permission tools. Migration and digital archive system is inclusive of delivery/shipping, installation, configuration, training, and system maintenance and support. SPECIFICATIONS: A videotape migration system that digitalizes video tape based assets to high quality digital files formats stored in a central repository. System must be capable of handling multiple videotape formats including but not limited to 3/4"Umatic, Betacam, Betacam SP/SX, Digital Betacam, IMX, VHS, S-VHS, Video 8, Hi-8, DV, DVC-Pro. Audio / Video inputs shall include SDI (CCIR 601 with embedded AES/EBU audio 4 channel 16 bit PCM) (BNC), Analog Composite CVBS (BNC), Analog Component Y/PB/PR (1) (3xBNC), Y/C (1) (S-VIDEO connector),RF carrier level (U-matic only) (BNC), 4 channels Balanced Analog Audio (4xXLR). Video / Audio outputs shall include SDI (CCIR 601 with embedded AES/EBU audio 4 channel 16 bit PCM) (BNC), Composite video (BNC), Analog Component Y/PB/PR (3xBNC), Y/C (S-VIDEO connector). System shall incorporate signal processing functions to include: RF Dropout Compensation (U-matic only), Full Frame Synchronizer, Time Code Generator, Signal Analyzer, Digit! al Comb Filter, AGC (Auto Gain Control), ACC (Auto Chroma Control), CTI (Chroma Transition Improvement), NR (Digital Noise Reduction). Encoders/Decoders shall include; JPEG 2000 (J2K) lossless, Uncompressed YUV,.avi and.mov,, QuickTime 7, Flash 8, MPEG-2 MP@ML 4:2:0 and 422P@ML 4:2:2 (D10,SMPTE 356M, IMX), MXF, Uncompressed or MPEG-1/2/4, H.264, Baseline Profile through Main Profile Level 2.mp4, MPEG-2 for DVDs for TV playback, DV.mov (Quicktime) and.avi (Windows, DirectShow), MPEG-1,Windows Media 9 (VC-1), and Real Media. The archive system shall include the following digital archive functional requirements: -All high resolution shall be automatically archived on Off Line storage (LTO) The system shall be capable of integrating with a Dell 48 slot LTO robotic archive system. -The archive system shall have the ability to store and retrieve high resolution media; -The archive system shall have the ability to perform partial restore of full resolution video materials. -The system shall provide a seamless workflow integration with deep archive LTO system including the ability to perform partial restores-The system shall archive and restore edit project files (bins) and provide the ability to restore these project file and all associated media. -The system shall have the ability to automatically backup and restore all proxies generated by the system. -The system shall have the ability to automatically backup and restore all metadata -The system shall have the ability to delete media content from the archive. -The system shall provide the ability to share projects across all edit stations.-The system shall provide central edit storage so that edit stations can simultaneously open and modify projects without coping from or to any storage device. -The system shall be able to store structured metadata fields associated with the content. -The system shall be able to store unstructured metadata fields associated with the content. -The system shall provide users the ability to search for content based on all metadata fields. -The system shall make all metadata fields searchable immediately on entering into the system. -The system shall have the ability to import metadata fields from standard sources (i.e., XML, CSV, Excel). -The system shall have the ability to export metadata fields to standard sources (i.e., XML, CSV, Excel). -The system shall have the ability to export files for purposes other than play out. -The system shall provide the ability for finished shows to be transcoded into different video formats for repurposing content to DVD, IPTV, VOD, Web, iPod, and mobile devices. -The system shall have the ability to delete media content from the archive. -The system shall manage still and multi-media files used as graphics elements within the production process. DELIVERY: Packaging must be in a manner that prevents damage to the automated video digitization system during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by DEA and the Contractor. Delivery will be made to the following location: 8701 Morrissette Drive, Springfield, VA. 22152 no later than 90 calendar days after award of order. Installation must occur on a schedule mutually agreed upon by the vendor and the Government (no later than 90 calendar days after award of order). Training must occur on a schedule mutually agreed upon by the vendor and the Government (no later than 90 calendar days after the installation of the system). This is a combined synopsis/solicitation for commercial items and is being issued as a Request for Quote (RFQ). This announcement constitutes the only solicitation. The Government anticipates award of a firm fixed-price purchase order under the test program described in the Federal Acquisition Regulation (FAR), Subpart 13.5. The following FAR Part 12.3 provisions and clauses are applicable to this acquisition: 52.212-1 (June 2008) Instruction to Offerors-Commercial Items; 52.212-2 (Jan 1999) Evaluation-Commercial Items; offerors are required to provide a complete copy of the provision at 52.212-3 (Aug 2009) Offeror Representations and Certifications-Commercial Items; 52.212-4 (March 2009) Contract Terms and Conditions-Commercial Items; 52.212-5 (Aug 2009) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The additional clauses cited within this clause are applicable: 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.222-3, 52.222-19!, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.232-33. For the purpose of 52.212-2, evaluation will be based on best value. All sources shall submit a quotation which will be evaluated. All respondents will be considered by this agency. Responses must be submitted electronically to claire.r.whitley@usdoj.gov. The Government intends to make a single award to the responsive, responsible offeror whose offer, conforming to this synopsis/solicitation, will be the best value to the Government. The deadline for questions is September 11, 2009 at 12:00noon EST. All quotes must be received by September 18, 2009 at 2:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-09-N-0143/listing.html)
 
Record
SN01946259-W 20090910/090909090445-3aa96e6e716c6774ea8fbb0605e4a082 (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.