Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

70 -- COMMERCIAL ENTERPRISE STREAMING PLATFORM (DOS BNET)

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1735 N. Lynn St, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1023431075
 
Response Due
9/29/2014
 
Archive Date
3/28/2015
 
Point of Contact
Name: Ana Rangel, Title: Contract Specialist, Phone: 7038755254, Fax:
 
E-Mail Address
rangelae@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 1023431075 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-29 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20522 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: See attached background and key requirements document. This is a brand name or equal requirement. Offerors must explain how their platform would integrate with the Department?s network. Enterprise 360 OnPrem (Up to 5000 users included) KMC Platform License (Flat Fee Included) - OnPrem Kaltura Management Console is the all in one intuitive user interface that provides admnistrative access to the Kaltura Platform, 1, EA; LI 002: Enterprise MediaSpace Application Fee Per User Block Pricing (On-Prem) (Based on 5,000 users) MediaSpace enables community, collaboration and social activities by leveraging the power of online video. MediaSpace enables true collaboration with many con tributors, moderators and viewers in a multitude of channels, projects and communities., 1, EA; LI 003: Live Streaming - Standard (included) - onPrem Access to Kaltura's Live delivery capabilities in the KMC, and via API, to deliver live video events to both desktop and mobile devices, via Akamal Universal Streaming, 1, EA; LI 004: YouTube Distribution Connectors OnPrem (included) Allows one-click easy distribution of videos, along with all metadata, from Kaltura to YouTube channels, 1, EA; LI 005: Enhanced Security Bundle (OnPrem) Deploy any/all of advanced security features, including Access Control API, delivery media encryption, tokenized time-based CDN URL and SWF verification, 1, EA; LI 006: Kaltura Streaming Server, 2, EA; LI 007: Gold Customer Success Support Package 24/7 real-time email support Priority response to all issues Live telephone response for severity 1 issues Clear escalation path to bring all issues to a satisfactory resolution by a dedicated Account Manager 24/7 access to the Kaltura Help Center and Community resources Notifications of major releases, system status and scheduled maintenance, 1, EA; LI 008: KMC Content Accounts (1) An instance of the KMC is considered an "Account", and is a collection of content, players, reporting and admin users, 1, EA; LI 009: LMC Admin Users (10) Named administrators with access to the KMC(s), who logininto the system directly. These logins can be permissioned to multiple KMCs, or limited to a single KMC, 1, EA; LI 010: Annual Software Maintenace: MediaSpace Software Maintenance and Support Maintenance Fee Prerequisites: LDAP - requires MediaSpace access to LDAP server provided by customer SSO - requires an SSO gateway developed by Kaltura Ps or customer, 1, EA; LI 011: On-Prem Kaltura server Cluster Installation and configuration - Up to 12 servers Kaltura server standard installation and configuraiton. Must meet the items in the Pre-Deployment checklist. It includes KMS(*), Wowza(*) configuration, and IP2Location c onfiguration (*). Does NOT include CDN integration. *Licenses not included., 1, JB; LI 012: On-Prem - Integrate with Adobe Media Server (AMS) Adobe Media Server is a streaming server that if used by your organization can be integrated with Kaltura's On-Prem installation and enable webcam recording and other streaming use cases. Limited feature set. Confirm current capabilities first., 1, JB; LI 013: Standard Content Migration Migration from Standard API Based Sources (popular video platforms or content repositories). Unlimited Content Avg. delivery duration: 1-6 weeks based on amount of content, 1, JB; LI 014: Wowza Streaming Server- Standalone Install and Integration Wowza enable webcam recording and other streaming use cases. This can be applied to Hybrids or on-prem environments. Configuraton includes only HDS/HLS for integration with Kaltura. No other Wowza configuration will be performed. License not included., 1, JB; LI 015: MediaSpace "SaaS" (hosted on Kaltura servers) Deployment and Configuration Deployment of the Kaltura MediaSpace product on Kaltura servers. A Kaltura Professional will assist you in settting up users, preparing the initial category structure, as well as basic product administration orientation., 1, JB; LI 016: MediaSpace User Authentication Setup - LDAP or Single Sign On (SSO) Integration - SAAS The KMS product can be integrated into your organization's directory either via LDAP or through a Single-Sign-On workflow. A Kaltura professional will provide informa tion and guidance through the implementation of these capabilities., 1, JB; LI 017: Travel Expenses - Billable (OnPrem), 1, JB; LI 018: Custom Training (On-Site) Training for custom use-cases not covered through standard Kaltura training products, 1, JB; LI 019: Solution Architecture Integration and Workflows (One-Time) We make sure you have the technical architecture and process to meet your business objectives, 1, JB; LI 020: KMS Essentials (On-Site) For administrative and end-users - learn how to use Kaltura Mediaspace to create, upload, share, search, browse, and watch live and on demand videos, video presentations, screencasts, and other rich media content, 1, JB; LI 021: KMS admin and config (On-Site) For administrative users only - learn how to configure Kalture Mediaspace using the KMS Admin, and understand how to leverage Kaltura's entitlements infrasturcture that can be applied to categorize and channels, 1, JB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/1023431075/listing.html)
 
Place of Performance
Address: Washington, DC 20522
Zip Code: 20522-1705
 
Record
SN03536121-W 20141001/140930022710-8116fc27b64e21c5cdd0bc88d57b5dc6 (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.