Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

59 -- VIDEO SUITE UPGRADES

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07213882Q
 
Response Due
8/21/2007
 
Archive Date
8/15/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is set aside for small business. This notice is being issued as a Request for Quotation (RFQ) for the items shown below. Please see the Solicitation Instructions that follow the specification portion of this solicitation. VIDEO SUITE UPGRADES: The Contractor shall furnish the following items in quantities listed: 1. (2 each) HD Encoder, Audio / Video Processor, AJA Model IOHD or equal, : 10 Bit Realtime Hardware Based UP/Down/Cross conversion of HD.SD and HDMI Video Signals. To be used in an Apple FCP Environment. Also Hardware Cross conversion of 1080i to 720p, 720p to 1080I . Natively Supports Apple Pro Res 422 Codek, with operating manual. 2. (1 each) Blu-Ray Deck, Video recorder playback, Sony Model PDW-f70X DVCAM or equal, : XDCAM recording deck, features MPEG HD recording with DVCAM material playback compatibility. It is capable of recording 1080 video lines of multiple frame rates at a high bit rate of up to 35 Mbps on Professional Disc media. Records and plays Professional Disc with HD material at 1080/59.94i, 50i, 29.97P, 25P and native 23.98P using the "MPEG HD" codec that uses the industry standard MPEG-2 MP@HL compression. The deck also can down-convert MPEG HD material to DV signals and output via the i.LINK interface, with operating manual. 3. (2 each) Recording Deck, Panasonic Model AJ-HD1400 or equal, Compact DVCPRO HD? VTR with DVCPRO 50/25, DVCAM and DV Playback, HD-SDI and IEEE 1394 Interface, Multi-format HD/SD system records in 1080/59.94p, 1080/50i, 720/60p, 720/59.94p and 720/50p. Converts from a VariCam? 50p recording (over 60p) source with native 720p/50 or PAL output. IEEE 1394 input/output interface transfers DVCPRO HD native video to NLE systems. HD-SDI input/output and SDI output.. Built-in up/down/cross converter for playing back DVCPRO 50/DVCPRO/DV/DVCAM tapes and for outputting a converted HD signal.Supports assemble/insert editing with 9-pin remote control and IEEE 1394, with operating manual. 4. (1 each) Rack Mount Kit for item 2 Blu-Ray Deck, FEC Model RKS-SF70 or equal. 5. (2 each) Rack Mount Kit for item 3 Recording Deck, FEC Model RKSPAJ250 or equal. 6. (3 each) Edit Monitor, Panasonic Model BTLH2600W or equal, 26.0" Widescreen Multi-Format Color Production Monitor with Pixel-to-Pixel Mapping, Split Screen Freeze & Built-In Wave Form Monitor (with desk stand), with operating manual. 7. (1 each) Base Package Video TekModel #VTM-4100 or equal, HD video Test instrument, Wave form monitor, User Configurable Hardware Display engine flexibility, Dual auto detecting inputs for HD/SD-SDI, SD-SDI, or Analog Composite, Standards: SMPTE-292M, SMPTE-259M-C, NTSC/PAL, Capability of displaying up to four different inputs simultaneously, Customizable display functions, screen location, multiple displays, Video Relative Timing display, Patented Gamut display, Pixel locator/Data Word Analyzer, A/B Parade and Overlay, 608, 708 Closed Caption detect, alarm, display DVI-I output, with operating manual 8. (1 each) Screen, Marshal Model V-R171P-AFHD or equal, HD/HDMI Monitor Description: High Resolution wide screen 1280 x 768 Dots with 2.95 million pixels, 4:3 and 16:9 screen aspect ratios for DTV applications in HD and SD formats, Standard Multiformat inputs: ? HDSDI (all formats) ? SDI (ITU-R BT601 format), ? Component Analog HD/SD ? Composite Video PAL/NTSC ? XGA Display Zoom function, Mono display (Black and White), with operating manual 9. (1 each) Blu Ray DVD Burning Solution, Recordable D2 Blueray/DVD/Burning Solution Disk Drive LaCieModel 301115u or equal, Blu-ray disc Recordable - write-once, Blu-ray disc Rewritable, Blu-ray disc Read Only Memory, with operating manual 10. (1 each) High Definition CRT monitor, JVC Model DT-V1710CGU or equal, 7" flat aperture grille type CRT High Definition CRT Monitor formats Supported: HDTV/SDTV 480i, 480p, 576i, 576p, 720p, 1080i, 1080/24psF, with operating manual 11. (1 each) Circuit Board, JVC Model IF-C61HSDG or equal, : Input Circuit Card Description: D-SDI I/O Module for JVC HDTV Monitors: ? HD serial component digital, BTAS-004B,? SMPTE292M (Digital Interface Standard), ? SMPTE299M (AES/EBU EMBEDDED AUDIO), ? Digital Input: 2 lines, BNC x 2, ? Digital Output: 2 lines, BNC x 2 12. (1 each) Rack Mount Kit for item 10 (High Definition CRT monitor), FEC Model RKDT17 or equal. 13. (1 each) CVTR bi-directional media converter, Edirol Model VC-300HD or equal, Description: bi-directional media converters. media converters that provide bi-directional scaling and signal conversion to and from any HD, HD SDI, HDV or DV source, with operating manual DELIVERY SCHEDULE AND FOB POINT Delivery to NASA Glenn Research Center is required NO LATER THAN SEPTEMBER 17, 2007. Delivery shall be FOB Destination, NASA Glenn Research Center. Note for those proposing shipping costs: any costs for shipping shall be included in the quoted price of each item. DO NOT quote shipping separately. Note to those proposing their terms and conditions: provide a copy of such for evaluation by the Government. The Government is NOT subject to state sales tax or laws of a specific state. Therefore, either line out such language or clearly state what terms are not subject to the Government for the instant procurement. Note to those offering imported items or items subject to duties, freight and insurance: The proposed price SHALL include all duties and shipping and costs. The Government is self insured and does not pay extraordinary insurance other than that already included in normal shipping practices. The provisions and clauses in the RFQ are those in effect through FAC 05-18. The NAIC code is 443112 and the small business size standard for this procurement is $8.0 million dollars in yearly receipts. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by August 21, 2007, 4:30p.m. GRC local time and may be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-319, Cleveland, OH 44135, and include the solicitation number on the envelope. Your offer may take exceptions to the terms and conditions of this solicitation. If so, state the item taken exception to and the proposed alternative. Note that by your doing so, the Contracting Officer may reject your offer as non-responsive if it is not in the best interests of the Government to accept the alternative offered. Your offer should include: FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, DUNS identification number, Representations and Certifications, identification of any special commercial terms, description of items offered per 52.212-1 (and as modified), and the offer shall be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Fill in Block 17a including CAGE and DUNS codes. Faxed offers ARE acceptable. A copy of a published price list, catalog price or computer page printout showing the prices for all items may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides an offer). Offerors shall provide the information required by FAR 52.212-1. Offerors may cite the web site that demonstrates all specifications are met for the item offered in lieu of providing a paper copy. Web sites that are not viewable for any reason for up to 5 business days after the offer due date may result in the offer being determined to be non-responsive. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer or the following paragraph: The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (b) through (j) of this provision that the offeror has completed for the purposes of this solicitation only, if any.] The representations and certifications will be incorporated by reference in any resultant contract. Representations and Certifications may be obtained via the internet at URLs: http://www.grc.nasa.gov/WWW/Procure/rforms.html -or- The (BPN ORCA) Business Partner Network (BPN) Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . FEDERAL ACQUISITION REGULATIONS APPLICABLE: FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (JUNE 2007) is applicable. As prescribed in 12.301(b)(4), insert the following clauses: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (only those that are applicable are listed below) _X_ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_(26)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). _X_ (34) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm SELECTION Selection and award will be made to the low price technically acceptable offeror that can meet the CRITICAL delivery date of 9/17/2007. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). MISC. Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Ombudsman has been appointed -- See NASA Specific Note "B". It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#126458)
 
Record
SN01374132-W 20070817/070815223039 (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.