Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
MODIFICATION

99 -- VIDEO ON DEMAND SYSTEM

Notice Date
8/13/2007
 
Notice Type
Modification
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K307T0048
 
Response Due
8/20/2007
 
Archive Date
10/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W912K3-07-T-0048 is issued as a Request for Quote (RFQ). This request for Quote is due by August 20, 2007, 12:00am (local time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 443112. The United States Property and Fiscal Office of the Washington Army National Guard is s oliciting quotes to procure the following supply or services: CLIN 0001: VIDEO ON DEMAND SYSTEM. QUANTITY 1EA. PRICE____________. System Requirements for a Video on Demand System (VODS) 1. System must be Internet Protocol based and be able to integrate with a standard TCP/IP Ethernet network. 2. System must be compatible with Microsoft Windows Active Directory network architecture. 3. System must stream video in Multicast and Unicast mode. 4. System must record video from video input sources. 5. System must store recorded video for playback on computer workstations and provide a Graphical User Interface (GUI) for easy access of network users to view video content. 6. System must provide a playback method on computer workstations that are located within the same network that the VODS is installed on. This may be a downloadable Player or it may use any player that is currently offered through Microsoft Windows XP and Vista Operating System technology. 7. The system must be compatible with Windows XP and Vistas operating systems. 8. The system must have scheduling capability to easily deliver scheduled unicast streams of video to a standard Ethernet network. 9. The system must deliver 300mbs of continuous video bandwidth throughput. 10. The system must provide for no less than 300 concurrent users. 11. The system must not have any reoccurring licensing requirements for any player software. 12. The system must be capable of delivering in WMV, MPEG2, and MPEG4 video formats. 13. The system must provide no less than 100 MPEG2 and 100 MPEG4 viewer licenses that have no reoccurring fees. 14. The system should provide two each dual channel video encoders. 15. The system should be server based with the scheduler and internet portal housed in the same or similar server appliance. 16. CODECS should be hardware based appliances. The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contra ctors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability Will vendor take payment by credit card? Yes____ No_____. Offerors proposals shall be valid fo r a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the soli citation will be the lowest priced offer. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: provision 52.212-1, Instructions to Off erors-Commercial items (Jan 2005); provision 52.211-6, Brand name or Equal (Aug 1999); 52.212-3 Evaluation-Commercial Items (Jan 1999); provision FAR clause 52.212-4, Contract Terms and conditions-Commercial items (Oct 2003); FAR clause 52.212-5 (Dev), Co ntract terms and conditions Required to Im plement Statutes or Executive Orders-Commercial Items (Apr 2005), 52.219-6 Notice of Small Business Set Aside, 522.222-3 Convict Labor, 52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222 -26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52,232-33 Payment by Electronic Funds Transfer, 52.233-3 Protest After Award, 52.252 Clauses Incorporated by Reference (http://farsite.hill.af.mil), 52.222-35 Equal Opportun ity for Special Disabled veterans, 52.222-37 Employment Reports on Special Disabled veterans, 252.225-7035 Buy Ammerican Act, applies to this RFQ. Point of contact: Fred Quintana at 253-512-8309. Donna Pratt at 253-512-8319 Quotations can be emailed to f redesvin.quintana@wa.ngb.army.mil or donna.pratt@wa.ngb.army.mil Questions were raised by two vendors. The following is answers to those questions. What size pipeline does the Base have to the outside world, (T1, DSL, etc) T1 Is there any special clearance needed to deploy the system on base (Install or Service)? Yes How much Video Streams will need to be supported? One Do you have existing Switches with at least 24 available ports? Yes Do you currently have an Outside Provider supporting any Video or outside Internet services? No The system must support an ethernet network connection. The CODEC will need to support the upgrade of the DOD DVS network to DVS-II. The screen should be an interactive board, not just a screen and will need to have dimensions of 120cm X 170cm. If you were to compare it to products already made it would need to be very similar to the Premithian Active Board 78.
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
Country: US
 
Record
SN01370948-W 20070815/070813221404 (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.