Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOURCES SOUGHT

70 -- SD-HD-MMDS CABLE UPGRADE - chart

Notice Date
6/23/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002811656607
 
Archive Date
7/21/2011
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Cable Chart THIS IS A SOURCES SOUGHT SYNOPSIS, NOT A REQUEST FOR PROPOSAL. This notice is for the development of a contingency system, Analog to Serial Digital (SD), High Definition (HD) for our cable and Multi-Mode Distribution System (MMDS) upgrade for Defense Media Activity (DMA), Riverside, CA. The purpose of this public notice is to identify firms who possess capability, proof of performance, and experience to develop a Serial Digital (SD), High Definition (HD) sub system for our cable and Multi-Mode Distribution System (MMDS) upgrade. This is not a notice of solicitation issue. This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach. The Government contemplates a purchase of 40 systems for MMDS and 30 systems Cable Headends. Each contractor interested in furnishing the sub system described in this Request for Information should send a capabilities package that identifies how it will accomplish installation of the sub system into the cable and MMDS system in compliance with the attached documents and send a prototype to T-ASA Riverside CA for proof of performance. Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in accordance with the attached documents. Information should also include at least three references for relevant work performed within the past three years. A cover letter identifying a company point of contact, telephone number, if Central Contractor Registration (CCR) compliant, e-mail address, CAGE Code, web page URL, and size of business should accompany the information submitted. The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Submitted information shall be UNCLASSFIED. The North American Industry Classification System (NAICS) Code is 238210. The small business size standard in millions of dollars is $14.0M. Please submit your capabilities packages to DMA Riverside, Attn: Ron Smith, T-ASA Email: Ronald.smith@dma.mil. Any questions may be directed to Shevonn Moore, e-mail: shevonn.moore@dma.mil. Responses must be submitted no later than 11:00 A.M. on 06 July 2011. No facsimile responses will be accepted. The Government will not award a purchase order or contract solely on the basis of this Request for Information, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. IMPORTANT NOTICE: All E-mail submissions are limited to size and type restrictions (typically less than 1 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the submitter's responsibility to verify the package was delivered or the e-file was received and can be viewed. BACKGROUND DMA has over 100 Cable headends and MMDS systems deployed throughout Afghanistan. The current Analog RF modulator is a Drake VMM-860AS agile stereo modulator. Frequency range includes VHF, UHF, and CATV. Current analog programs are assigned to VHF channels 2-13 for cable and superband EIA channels 30-41 for MMDS. RF output is +45dBmv minimum, adjustable from +32 to +45dBmv typical. Outputs from the modulators are combined via a 16 port passive or active combiner. Composite analog video and analog stereo audio is fed to the modulators from individual satellite decoders/IRDs. A total of 12 television programs are currently transmitted after processing by 12 decoders/IRDs and 12 modulators. All equipment is housed in a standard 19" 44RU rack for cable and 40RU rack for MMDS. Bidder can assume a minimum of 50 to 750MHz passband from combiners, launch amplifiers, splitters/couplers and cable. The current satellite decoder/IRD is an HD video capable Cisco D9865H (see Cisco data sheet for Y,Pb,Pr component, HDMI, etc for details as to current and future output capabilities). CONCEPT DMA is looking for an SD/HD solution to upgrade our analog cable headends and MMDS systems. We are requesting three different configurations as listed below. The Government will provide Racks, D9865H decoders, Drake Analog modulators and combiner systems representative of those that are located throughout the world. We are requesting a turnkey engineered system that will ideally be rack mountable within existing racks. The pre-wired and tested equipment should be readily shippable and easily installed by field personnel without difficulty. Vendors must have proven design engineering, manufacturing, construction, proof of performance testing and maintenance experience with cable headend and MMDS systems. The government will provide 12ea D9865H to the vendors for testing and wiring configurations. All Government Furnished Equipment will be consigned for a finite term and must be returned upon completion of this engineering phase. SYSTEM 1: 10SD, 2 HD and 10 Analog Cable headend should be QAM 256 MMDS must be QAM 64 SYSTEM 2: 10SD, 2 HD Cable headend should be QAM 256 MMDS must be QAM 64 SYSTEM 3: 2 HD and 10 Analog Cable headend should be QAM 256 MMDS must be QAM 64 SPECIFICATIONS AND DELIVERABLES Must be compatible with the Cisco D9865H satellite decoder/IRD. Up-converter needs to be capable of providing an output from +38 to 45dbmv. This is a site specific requirement to enable proper level setting and channel balancing. Must be capable of both 64 and 256 QAM (site selectable). Up-converters to Up-converter/encoder must be frequency agile. Must have Dolby AC3 audio codec. Must be 120/220VAC 50/60HZ capable with an auto switching power supply. Must be rack mountable. Auto bit rate selection is a plus.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002811656607/listing.html)
 
Place of Performance
Address: DMA BELVOIR, 5921 16TH STREET BLDG 190, FT BELVOIR, Vermont, 22060, United States
Zip Code: 22060
 
Record
SN02480695-W 20110625/110623235200-4dc5b459d0e403372aadd7210bf7611b (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.