Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

74 -- Lossless Digital Video Encoding Workstation - Synchronizer/Time base Corrector

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
512199 — Other Motion Picture and Video Industries
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NAMA-07-Q-0058
 
Response Due
8/1/2007
 
Archive Date
8/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; firm-fixed price proposals are being requested and a written solicitation will not be issued. The solicitation number is NAMA-07-Q-0058 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 effective June 14, 2007. This is a 100% small business set-aside under NAICS 512199 with a size standard of $6.5 million. The Government intends to make an award on the initial quotation without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the offeror whose conforming quotation in response to the RFQ will be most advantageous to the Government, price and other factors considered. Other factors for award include a responsible offeror's ability to meet the technical requirements as listed below for the purchase of a digital video ingestion workstation for converting digital video to Motion JPEG2000 encoding with a time-base-corrector (TBC) used to improve the quality of digitization of old video recordings, in the Recording Lab of the Special Media Preservation Labs at the National Archives and Records Administration, College Park, MD. BACKGROUND: The Recording Lab of the Special Media Preservation Labs does audio and video digitization work for the Reformatting and Preservation of the audio and video recordings in NARA's holdings. NARA needs the capability to digitize obsolete analog video formats and convert digital video formats to Motion JPEG2000 encoded/compressed video stream wrapped in MXF for research and development and for the long-term preservation of NARA?s video holdings. Also, NARA needs a time-base-corrector for digitizing obsolete and deteriorated analog video recordings to ensure the best quality of the preservation duplicates. REQUIREMENTS: (I)Lossless Digital Video Encoding Workstation shall have the following specs: This video workstation must meet the minimum requirements: (A) Key Product Features: a) Motion JPEG 2000 lossless or lossy encoding and decoding in a complete and easy to use package; b) Confidence output from decoder allows monitoring of encoding in real time; c) Simple VTR-like user interface; d)File size calculator utility gives approximate file size before encoding; e) Onboard RAID storage for up to approximately 6 hours of materials at lossless compression rate; f) Encoded files are available in SMB protocol over Gigabit Ethernet; g) Elementary stream or MXF metadata wrapping; h) No interframe compression. Every frame is a keyframe, essential for accurate editing; (B) Encoding: a) Simple user interface; b) Model select button for lossless or lossy encoding; c) Quality slider for lossy encoding bitrate; d) Decoded video and audio are available at the decoder output for confidence monitoring of encoding in real time; (C) Decoding: a) Confidence mode - monitors file being encoded; b) Review mode - plays previously encoded files; c) Standard transport controls with jog/shuttle control for stop, play, pause, rewind and fast forward; (II)Synchronizer/Time base Corrector; This TBC must meet the following minimum requirements (A) a) Composite, component, & YC synchronization; b) 4-channel audio synchronization; c) SDI output with optional audio embedding; d)Time Base Stabilization; e) Time Code Reader-Generator functions, reading from ViTC, LTC, or user input; f) Adaptive Vertical / Temporal Drop Out Compensation; g) 12-bit decoding with 5-line comb filter; h) Inputs PAL, NTSC-J, NTSC 4.4, PAL-N, PALM, SECAM, with automatic input detection; i) Outputs PAL, NTSC, NTSC-J, PAL-N, PAL-M; j)Unique "floating mode" for elimination of lip-sync errors; k)Video gain, black level, chroma gain, NTSC hue; k)USB remote control option; l)Compact 1/2 rack width rack mount kit; (III) CRT Broadcast Monitor. This CRT 20" Broadcast Monitor must meet the following minimum requirements (A) A 20" broadcast monitor with the following minimum features: (a) Ikegami TM20-90RH or brand name equivalent; Color CRT, with in-line gun and shadow mask; (b) NTSC video, RGB, and Y Pb Pr compatibility; (c )20" diagonal screen size; (d) 900 line horizontal resolution; (e )D.28 pitch; SMPTE phosphors; (f)Highest accuracy, precision, and stability for- color balance, tone reproduction, resolution, color temperature, low noise, geometry, chromaticity, retrace time, chroma signal response, convergence, etc; (h)Full controls over all of the above parameters and ability to calibrate the monitor to industry standards (SMPTE); ( i )Full range of input options, including composite, non-composite, RGB, etc. (IV)The contract will include the purchase of all supporting infrastructure needed as follows a) Audio Splitter Cable - quantity 1, b)LTC Cable -quantity 1, c) Rack Mount Bracket Kit - quantity 1. (V)Packaging must be in a manner that prevents damage to the Equipment during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NAR - AII; 8601 ADELPHI RD, COLLEGE PARK, MARYLAND 20740. All work must be completed on a schedule mutually agreed upon by the vendor and the Government no later than 30 days after award. No transportation or travel expenses will be paid by the Government. Vendor must accept credit card or direct deposit for payment via electronic funds transfer. Offeror's price quotation shall be based on the cost to supply the requirement and shall be expressed utilizing the following structure: CLIN 0001: The Contractor shall be responsible for supplying Digital Video Workstation, Quantity =1; a Time base Corrector, Quantity = 1; a 20"Color Broadcast Monitor, Quantity = 1; an Audio Splitter Cable, Quantity = 1; a LTC Cable, Quantity = 1; a Rack Mount bracket Kit. Quantity = 1. The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Provision 52.211-6 , Brand Name or Equal (Aug 1999), FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (Sep 06); FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 06)--offerors shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Terms (Feb 07); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 07). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-3 Convict Labor (Jun 03), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 06), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 98), 52.225-3 Buy American Act ? North American Free Trade Agreement - Israeli Trade Act (Nov 06) with ALT I (Jan 04), 52.225-4 -- Buy American Act -- Free Trade Agreements - Israeli Trade Act Certificate (Nov 06) with ALT I (Jan 04); 52.225-13 Restriction on Certain Foreign Purchases (Feb 06), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03), and 52.232-36 Payment by Third Party (May 99). Two copies of each proposal should be mailed to National Archives and Records Administration (NARA), Attention: Susan Muniz, 8601 Adelphi Road, Room 3360, College Park, MD 20740-6001 or e-mailed to: susan.muniz@nara.gov. Quotations should be received by 4:00 PM EST on August 1, 2007. Offerors submitting via e-mail are cautioned to allow one extra business day for delivery as the e-mail will need to pass through IT security. Failure to meet the deadline for receipt may result in rejection of the quotation as untimely. The detailed price proposal may also be e-mailed to: susan.muniz@nara.gov. E-mail respondents should ensure that proposals are received. Telephonic responses will not be processed. Any questions may be directed to Ms. Susan K. Muniz and must be submitted in written form to susan.muniz@nara.gov and should be received by 4:00 PM EST on July 24, 2007.
 
Place of Performance
Address: National Archives and Records Administration,, NAA, Acquisition Center,, 8601 Adelphi Road, Room 3340,, College Park, MD
Zip Code: 20740-6001
Country: UNITED STATES
 
Record
SN01346031-W 20070720/070718222719 (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.