Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

Office of Procurement, United States Senate Sgt-at-Arms, Postal Square-6th Floor, Washington, DC 20510

58 -- TELEVISION STUDIO HIGH DEFINITION PRODUCTION SWITCHER SOL 2000-R-014-A DUE 072700 POC Kathleen Haddow, Contract Specialist (202) 224-7135; Lawrence B. Toperoff, Contracting Officer (202) 224-2547 E-MAIL: acquisitions@saa.senate.gov, Click here to contact the contracting officer via e-mail and specify subject line above.. This announcement modifies the original to reflect a specification error as follows: "(SMPTE 292M & 294M)" should actually be "(SMPTE 292M & 274M)" all other items are correct. The corrected announcement follows in its entirety. This announcement constitutes the only notice, a formal written request will not be issued. Quotations are solicited with this notice. This is a combined synopsis/Request for Quotation (RFQ) for commercial items in accordance with United States Senate Procurement Regulations. The quotation document incorporates United States Senate contract terms and conditions. A copy of the current terms and conditions may be obtained by faxing a request to (202) 228-2051 or email to acquisitions@saa.senate.gov citing the above quotation number. The United States Senate, Office of the Sergeant at Arms, Senate Recording Studio intends to procure the following items: item 0001: One (1) High Definition (HD) production switcher to include: a) Control Panel with: At least twenty (20) primary input buttons; Two M/Es and a Program and Preset buss; Aux buss control buttons; Wipe generator buttons; Alpha Numeric Mnemonic displays on each buss: M/Es, PGM/PST, and Aux buss; Machine control buttons; Router control buttons; Graphical User Interface (GUI); System software; b) High Definition main system to include: At least thirty (30) primary inputs; At least ten (10) Aux busses; 720p/60 & 59.94 and 1080i/60 & 59.94 software switchable operation; No less than three (3) keyers per M/E buss; No less than three (3) downstream keyers; Tally interfaces to allow contact closures for primary inputs and under monitor displays with support for two color tallying: "on Air" tally and Preview buss tally.; Shadow generator for M/Es; Interface to allow router control and switcher recalls of HD outputs of a facility routing system; Full Bandwidth Frame Store, for a single frame available as a source; Machine control over Sony Betacams; System software. item 0002: Redundant power supplies for all electronics.item 0003: On-Site system programming and testing. item 0004: On-Site operator training for seven (7) operators. item 0005: Complete Maintenance Manuals, two (2) sets. item 0006: Operator Manuals, seven (7) sets. Specifications for High Definition Production Switcher The High Definition production switcher will be a Philips Seraph HD35 2-M/E with Program and Preview busses or equal. A) The high definition production switcher control panel shall have at least: twenty (20) primary input buttons, two (2) M/E busses and a separate Program and Preview buss, one (1) Auxiliary buss buttons with control over ten (10) Auxiliary busses, one set of wipe generator buttons, alpha numeric mnemonic displays above each buss set (one (1) for each M/E, Program/Preview buss, and Auxiliary buss), machine control buttons for Video Tape Recorder (VTR) control, router control buttons for control of router inputs to the switcher, and a GUI for backup control of switcher and other functions. B) The main switcher system shall have at least: 1.5Gbit/s HD SDI I/O for full bandwidth high definition television. I/O format standards of 720p/60 & 59.94 (SMPTE 292M & 296M) and 1080i/60 & 59.94 (SMPTE 292M & 274M), software switchable. At least thirty (30) primary inputs, ten (10) Auxiliary busses, one (1) output per M/E, Program, Preview, and Auxiliary buss, and a Clean Feed output. At least three (3) keyers per M/E, and three Down Stream Keyers (DSK). The switcher shall also have at least one shadow and wipe generator for M/Es. C) The switcher shall incorporate a tally interface that will allow the switcher to provide contact closures for each primary input. The tally interface shall also interface to the facility routing system through the Philips Jupiter router control system. The high definition switcher shall tally to alpha numeric Under Monitor Displays (UMD), directly from the switcher and to UMDs under router control. The tally system shall support two (2) color tallying through to all UMDs and contact closure devices.D) The switcher shall have an interface to the routing system through the Philips Jupiter control to allow the switcher to control outputs of the router from the switcher. This interface shall support the mnemonic displays on the switcher so that router outputs selected by the switcher are displayed with their alpha-numeric router name on the switcher displays, and the UMDs supported by the switcher and router. E) The switcher shall have a full bandwidth frame store unit that will be capable of holding at least one frame of video in the selected format, and route that frame to a source key on the switcher. F) The switcher will have machine control capable of controlling at least two (2) Sony Betacam VTRs, with provisions for updating the switcher to control additional devices in the future. G) The Senate Recording Studios (SRS) requires items 1,2,5,and 6 (switcher, redundant power, and manuals) in this request to be delivered to the SRS no later than November 1st 2000. The switcher manufacture will report to SRS on the delivery schedule at least twice after award, once two weeks after the award, and once by October 2nd 2000. The SRS requires item 3 (programming and testing) to be completed by November 30, 2000, and subject to the installation schedule as established by the SRS and installing contractor. The SRS requires item 4 (training) to be accomplished during December 2000, and subject to the SRS personnel schedules and the installing contractor's schedules. H) Pricing for all items shall be the total cost as delivered to the SRS, including training and testing. Standard commercial warranty required. All items shall be delivered FOB destination and quote shall provide the delivery date offered in days after receipt of order. All responsible sources may submit a quotation which shall be considered. The brand named items have been identified as meeting or exceeding the United States Senate minimum requirements, but are not established as standards upon which other offered brand named items will be evaluated. If the equipment proposed is the same as in this request (i.e., same manufacture and specification), the offeror need only make a statement to that effect. If the offeror is proposing to substitute other manufacturers or part numbers, the offeror shall also provide complete technical data for substitutions. It is the offeror's responsibility to provide sufficient technical data to allow the United States Senate to determine if the proposed substitution meets the United States Senate needs. Offerors are encouraged to provide existing product data, such a line cards, rather than creating data in response to this quotation. All responses to this request must be provided in writing and make reference to the quotation number. Responses may be mailed to: Lawrence B. Toperoff, Director of Acquisitions Management, Office of the Sergeant at Arms, United States Senate, Washington, DC 20510-7207, or if using courier services deliver to: Lawrence B. Toperoff, Director of Acquisitions Management, Office of the Sergeant at Arms, 6th Floor, Postal Square Building, 2 Massachusetts Ave., N.E. (Entrance on 1st Street between Union Station and Postal Square), Washington, DC 20002. Facsimile responses are acceptable. FAX to (202) 228-2051, Attn: Lawrence B. Toperoff. Hard copies of the faxed quotation must be received within 5 days of the fax. To be eligible to receive an award resulting from this request. You must include your Dun & Bradstreet (DUNS) number in order to apply. The evaluation criteria for this request will consist of technical capability of the item offered to meet the United States Senate need, price, and delivery timeframe. Offerors shall include a completed copy of Representations and Certifications as follows: Equal Employment Compliance, Certification of Non-Segregated Facilities, and Debarment and Suspension Certification, copies may be obtained by faxing request to (202) 228-2051 or email to acquisitions@saa.senate.gov. PACKING AND MARKING INSTRUCTIONS: (a) Partial shipments of a unit are not allowed. The contractor shall ship each unit complete in one box or set of boxes. If a set of boxes is used, all boxes shall be shipped on the same day and each box shall be marked with the ship to and mark for addresses as shown on the order. (b) Each box shall contain two copies of the packing list. One shall be placed inside of the box and one shall be affixed to the outside of the box. The packing list shall include the following information: 1. The order number, the contractors name, and a phone number for a person to be contacted if there are questions regarding the shipment. 2. A listing, by box number, of all items shipped, including quantities. The items listed shall correspond to the components in the item description and shall also bear the part number on the individual items in the box. 3. If any component in the item description is installed in another component, that fact shall be noted on the packing list. Quotes must be submitted by 3:00 p.m. EST, Thursday, July 25, 2000. Failure to provide any of the required documents referenced in this notice will render your quote unacceptable and ineligible for award. Point of contact in this office is Kathleen Haddow, (202) 224-7135, Fax (202) 228-2051 and email address below. Posted 07/17/00 (W-SN475741). (0199)

Loren Data Corp. http://www.ld.com (SYN# 0273 20000719\58-0008.SOL)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com