Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2002 FBO #0160
SPECIAL NOTICE

D -- Extension of Contract GS06K97BND0660 with Summit Solutions

Notice Date
5/9/2002
 
Notice Type
Special Notice
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
6TSA-02-JAG-0901
 
Response Due
5/17/2002
 
Archive Date
5/18/2002
 
Point of Contact
Jackie Gentry, Contract Specialist, Phone null, Fax (816) 823-3322, - June Thomas, Procurement Assistant, Phone NA, Fax (816) 823-3277,
 
E-Mail Address
KC-RFP@gsa.gov, june.thomas@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a notice of the intent to extend the current contract with Summit Solutions, Inc. for an additional 2-year period. Point of Contact: Jackie Gentry by fax (816) 823-1607 or email at KC-RFP@GSA.GOV. The General Services Administration/Federal Technology Service intends to extend ID/IQ contract GS06T97BND0660 with Summit Solutions Inc., Leavenworth, Kansas under the authority of FAR 6.302-1(c)(1) under solicitation 6TSA-97-DJH-0095 published May 1997. A J&A for Other than Full and Open Competition has been prepared and approved in support of this contract extension. The contract covers Desktop Video Teleconferencing Systems consisting of Workstations with the following integrated requirements: Desktop products must support operation in ITU H.320/H.323 Common Intermediate Format (QCIF) Modes Standards in Full Common Intermediate Format (FCIF) at all ITU H.320/H.323 transfer rates in multiples of 56/65 kbps from 112 to 384 kbps. Desktop products must be capable of operating from 15-22fps in FCIF and up to 30fps in QCIF. CODEC inputs required: Audio balanced microphone and line level, S-video or composite (NTSC/PAL), and Analog VGA from standard SVGA controller card, CODEC Outputs required: Audio ouput to amplified speakers and line level, VGA (16M colors) up to 1280 x 1024 at 72 Hz (minimum), controllable ?self-view? signal, and Camera control signals. Mini desk-top NTSC video camera, microphone and speakers (powered); Application software allowing VTC connections via ISDN, Frame Relay, Point to point data communications or Ethernet on demand. Video Gateways configured to: enable VTC workstations to place video calls over LAN or WAN connections, share ISDN resources between VTC workstations and manage ?dial plans? for all DVTC network subscribers. Integration requiring: Vendor to deliver configured and fully functional Windows 9x, NT and/or 2000 VTC workstations with ?point and click? user friendly applications; Vendor shall guarantee equipment to be compatible with existing Government networks to include the Defense Simulation Internet (DSI) VTC equipment; Systems must be capable of video conferencing using TCP/IP protocol, ISDN protocol and DSI backbone infrastructure. Application software must allow for end-user initiated, unscheduled, point-to-point conferences with fully integrated Windows 9x, NT, and/or 2000 compliant application sharing and white board capabilities; Systems must be capable of multicast/broadcast mode in which a minimum of eight locations can receive audio and video from a single source; The vendor shall provide an optional multi-point capability with the following features: continuous presence for up to five conference participants (audio & video), minimum of eight total conference participants, minimum of two simultaneous conferences, one continuous presence (audio and video) and one standard (video switches after a participant speaks for two seconds), and conference participants may be connected using TCP/IP, ISDN or DCTN; Vendor shall coordinate and oversee, on the Government?s behalf, efforts by the equipment manufacturers to incorporate additional features as may be identified by the user technically consistent within the framework of the client network. Connections must be able to support 56kbs through 768 kbs over ethernet, frame relay, point to point circuits and ISDN (up to 384 on ISDN). Long haul network communications may be required over existing frame relay data communications networks ISDN resources may be shared between systems across distant point to point or frame relay circuits. Circuit routing, whether ISDN, frame relay or ethernet should be completely transparent to the user. In addition, non-traditional video communications links such as MRC-142 tactical VHF, TRC-10 microwave, wireless LAN out to 30 miles and FCC-100 with microwave may be required. To the maximum extent possible, the contractor shall reutilize legacy equipment. Links provided by vendor must be open architecture, capable of supporting shared ISDN resources, frame relay, TCP/IP, ATM and connecting legacy terminal equipment without physically reconfiguring the VTC hardware. The proposed extension of contract action is for supplies and services for which the Government intends to negotiate and award to only one source, Summit Solutions, Inc. under the authority of FAR 6.302. This notice is not a request for competitive proposals.
 
Record
SN00074673-W 20020511/020509213358 (fbodaily.com)
 
Source
FedBizOpps.gov 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.