SOURCES SOUGHT
99 -- Broadcast News Services
- Notice Date
- 8/6/2020 5:30:35 AM
- Notice Type
- Sources Sought
- Contracting Office
- DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 207550549 USA
- ZIP Code
- 207550549
- Solicitation Number
- 622013340
- Response Due
- 8/31/2020 12:00:00 PM
- Archive Date
- 09/15/2020
- Point of Contact
- Michael Pirone, Michelle L. Rand
- E-Mail Address
-
michael.e.pirone.civ@mail.mil, michelle.l.rand.civ@mail.mil
(michael.e.pirone.civ@mail.mil, michelle.l.rand.civ@mail.mil)
- Description
- Defense Information Systems Agency (DISA)/National Leadership Command Capabilities (NLCC) / Defense Information Technology Contracting Organization- National Capital Region (DITCO-NCR) PL62 is seeking information from industry to assist with the development and planning of a potential new requirement. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). NO SOLICITATION IS AVAILABLE AT THIS TIME. Overview/Purpose/ Description of Procurement:� The purpose of this request for information is to determine the availability of vendor products and/or services in the commercial market space that can aggregate and deliver live television broadcasts from as many as practical of the 210 designated market areas (DMAs) (see attachment for the listing of the 210 DMAs) providing local broadcast television within the continental United States. �Providers with the ability to provide a majority of local broadcast channel availability but less than the 210 designated market areas are encouraged to respond. Services required will provide timely access to local area breaking news and local community information programs. Scope of Effort:� The scope of this effort is the delivery of television services and supporting equipment installation at the customer demarcation boundary located in the National Capitol Region (NCR) for access to local live television broadcast stations within as many of the currently available 210 local broadcast regions affiliated with the four major news networks ABC, CBS, NBC and FOX.�� Technical Characteristics: The service content should be delivered in high-definition image resolution or better. The service provider should be able to provide a control application executable by the end-user to change market/channel selection.� Requested Information: The vendor must identify in their response specific live broadcast news outlets by station name; by broadcast region; and by major news network affiliation (ABC, CBS, NBC, or FOX) available in their service offering. The vendor shall list all transport methods in which service content can be delivered to a customer demarcation boundary (e.g., satellite or terrestrial). The vendor should provide a general description of vendor provided equipment that must be installed at the customer premise. The vendor should identify any software licensing and/or customer premise hardware equipment included in the potential contract agreement that will need to be leased or purchased. The vendor should describe in their response how they comply with Federal Communications Commission rules & regulations, United States copyright laws, and other United States governing legal requirements. i.e., Satellite Community Protection Act. Response Guidelines: Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 10 pages, single spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size.� The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response.� Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� Oral communications are not permissible.� FedBizOpps will be the sole repository for all information related to this RFI. Responses should include: 1)�������� Business name and address; 2)�������� Name of company representative and their business title; 3)�������� Type of Small Business; 4)�������� CAGE Code; 5)�������� Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, NIH, NASA SEWP, General Service Administration (GSA): OASIS, ALLIANT II, VETS, STARS II, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle that allows for decentralized ordering. This information is for market research only and does not preclude your company from responding to this notice. 6)�������� Capability Responses Companies who wish to respond to this RFI should send responses via email no later than 31 AUG 2020 at 1500 to Michael Pirone at michael.e.pirone.civ@mail.mil and Michelle Rand at michelle.l.rand.civ@mail.mil. � Industry Discussions: DISA representatives may choose to meet with potential offerors and hold one-on-one discussions. �Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and certification risks. Questions: Questions regarding this announcement shall be submitted in writing by e-mail to Michael Pirone at michael.e.pirone.civ@mail.mil and Michelle L. Rand at michelle.l.rand.civ@mail.mil.� Verbal questions will NOT be accepted.� Answers to questions will be posted to FBO. The Government does not guarantee that questions received after 11 AUG 2020 at 1500 will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses � Disclaimer:� This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. �Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. �The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. �Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bbf7d2b3a485498f94ebf5f8bc94609a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05748739-F 20200808/200806230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |