SOLICITATION NOTICE
D -- PROVIDE THE VISTA SPYDER SYSTEM 300 SERIES VIDEO PROCESSOR
- Notice Date
- 7/2/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
- ZIP Code
- 64106
- Solicitation Number
- NWWX8000839082CMM
- Response Due
- 7/17/2008
- Archive Date
- 8/1/2008
- Point of Contact
- Carey M. Marlow, Phone: (816)426-7460
- E-Mail Address
-
carey.m.marlow@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial supplies prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Hurricane Center (NHC), located in Miami, FL. The NHC needs a vendor to provide the Vista Spyder System 300 Series Video Processor. This constitutes the only Request for Quote (RFQ), written offers are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NWWX8000839082CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. The line item(s) will be provided in accordance with the specifications listed herein. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors - Commercial Items (Apr. 2008), 52.212-3 Offeror Representations and Certifications - Commercial Items (May 2008), 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2008) (Sections 5, 15, 16, 17, 18, 19, 21, 24, 28, 31 & 36), 52.247-35 FOB Destination, Within Consignee's Premises (Apr.1984). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition: 1352.201-70 Contracting Officer's Authority (Feb. 2005), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar 2000) {The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value to the Government price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical Ability to provide the required equipment as described herein, Past performance (customer satisfaction, quality, and timeliness); delivery schedule; and Price}. Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Thursday, July 17, 2008. Offers may be faxed to 816-274-6923 or submitted via email to carey.m.marlow@noaa.gov. Quotes submitted in response to this notice should include the following: 1. Written information that demonstrates firm's technical ability to provide the required equipment as described herein. 2. Copy of published pricing (if applicable). 3. A list of references including name and telephone numbers of firms to whom the offeror has provided the same or similar equipment as described herein. 4. A completed price schedule for all line items identified in this notice. 5. A proposed delivery schedule. 6. FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (completed), or a statement verifying that this has been done through ORCA. 7. Certification of registration in CCR. This is a firm fixed price request for quote. Description: Contractor shall provide the Vista Spyder System 300 Series Video Processor, VPN-344CO Spyder, Model 344 with composite/S Video option. Vista Spyder System 300 Series Video Processor Specifications Spyder is a compact versatile video processing product with superb capabilities to blend, window, and scale a very wide array of video signals with unparallel quality and ease. The compact modular design allows Spyder to be used to display a virtually endless variety of windows through a single output, or stretch a single input across multiple displays to create a seamless widescreen image, and do just about anything in-between. Spyder consists of 2 model families the 200 and 300 series, each family has multiple configurations available to meet the most demanding environment and all models have expansion ability (optional) to provide more inputs/windows or more output/displays or both. Providing a fast easy solution to expand a system to meet changing requirements or specifications. Controller Specifications: Capable of being controlled in one of the following ways: 1. Spyder control suite PC based software capable of running on Windows XP and Vista Operating Systems. 2. Vista Systems hardware controllers. 3. 3rd party controller DNF Controls ST420-VSS Shotbox that meets the following specifications: a) Power: 90 VAC to 265 VAC adapter supplied with IEC Connector AULT Model number SW300. +5v at 3.5A, +12v at 2A, -12v at 0.8A. b) Size: (H x W x D) 1.75" (front), 3.5" (rear) x 11.5" x 6.5". c) Weight: Under 4 LBS. d) Rear Panel Connectors: Out (DB9F) Power (DB9M). Other required specifications of the DNF ST420-VSS Shotbox must include the following capabilities: 1. Connect directly to Spyder over an Ethernet interface via IP. 2. Reads Commands Keys from Vista Spyder's advanced command stack and automatically maps them. 3. Assign a specific Command Key to a specific key. 4. Recall a Command Key at the press of a key. 5. Recall a Group of Command Keys at the press of a key. 6. Step forward and backwards through the cues in a single Script or a group of Scripts. 7. Jump to a specific cue in a Script or to another Command Key and cue. 8. Jump to the Preview or Program cue at the press of a key. 9. Assign up to 270 Command Keys, 10 banks x 27 keys per bank. 10. Set static IP Address, Subnet Mask, and Gateway. 11. All settings are saved when power is removed. 12. Supports two major modes of operation, Learn and Recall. 13. Capable of stepping forward or backwards through each cue, or jump to a specific cue. 14. Capable of downloading Vista Spyder's Advanced commands to the Shotbox boxes banks 1 through 9, respectively, using the "Read Command Keys" function in the Setup Menu. 15. Learn Command Key number or script ID to Shotbox Key. 16. Clear Learn 17. Recall Command Key or Script ID. 18. Group Recall Command Keys or script IDs. 19. Step forward and backwards through cues. Jump to PVW or PGM cue. 20. Jump to any cue within the script. Jump to a cue in another command key number. 21. Lock bank to limit operator access to one bank of command keys. 22. Scalability. Modular frame design. 23. Proprietary VI lets the User define "canvases" of pixels instead of mapping inputs to outputs. 24. Software control no console required. 25. Multiple client interfaces can be on-line simultaneously. 26. Open API for third party control via IP or serial. 27. Universal inputs. This means the client does not have to be specific to the amount of video or high resolution computer layers. The only requirement is the actual amount of layers required that can be any of the supported formats or resolutions. 28. User defined constant frame rate. The Spyder is a hardware solution not a software solution, so the pixel refresh maintains a constant rate. The Spyder is not at the mercy of PCI bus speeds like a software solution. This ensures real time data being refreshed in real time. 29. The use of commodity display devices. 30. The ability to use rotated displays using existing DX4 cards. 31. Spyder's scaling technology that allows the use to scale defined pixel spaces on a single output at the user defined format and resolution. The Operator's Monitor that puts a PGM and PVW look on a single output. 32. Full programming ability through the use of a "keyframe" style of programming. 33. Source Control. Using the optional interface the Spyder can control VTRs and DDRs using BVW-75, Odetics, Doremi, and Amp protocols. 34. Source Keying. Luminance, Color, and true Linear Keying capable. 35. A slew of layer attributes such as: a) Borders b) Drop Shadows c) Pan and Zoom d) Soft edging e) Cloning f) Cropping g) Aspect ratio 36. Stereoscopic ability. Passive and active stereo support. 37. Matrix switch control. The Spyder can control multiple matrix switches of different formats. Vista Spyder Specifications: 1. Operate Power: 110VAC or 220VAC by adjustable by repositioning a fuse puller and jumper. 2. Soft Power Scheme: Capable of pressing the standby switch initiates the power down cycle after which the unit enters standby mode. 3. Inputs: a) 24p, NTSC, PAL, and SECAM b) Analog RGB (SOG, Composite or Separate Sync). c) Analog YUV. d) SDI e) HD-SDI f) DVI-Single Link g) DVI-Dual Link Each input module has a single input connector for the supported signal types: a) ANALOG b) SDI/HD-SDI c) DVI d) Composite and S-Video (Comp/S-Vid Optional) e) Entire aggregate input display has to be located in one place called a Visual Image. Each input is universal: an input can be dynamically assigned and used as a mixer or a key. These settings should also be capable of being accomplished from the chosen control type, see Capable of being controlled in one of the following ways section above. 4. Outputs: Each output Module has various video connectors on the rear. Conditions exist when multiple output types can be utilized. a) 24p, NTSC, PAL, and SECAM. b) Analog RGB (SOG, Composite or Separate Sync). c) Analog YUV. d) SDI e) HD-SDI f) (2) DVI-Single Link g) (2) DVI-Dual Link h) DVI Twin Link Each output module has a single connector for the supported signal types: a) ANALOG b) SDI/HD-SDI c) DVI d) DVI-Dual i. Entire aggregate output display has to be located in one place called a Visual Image. 5. Physical Specifications Dimensions (W x H x D): a) 3 RU: 17.3 x 5.3 x 22.1 inches (43.9 x 13.3 x 56.1 centimeters). 6. Weight: a) 3 RU: under 33 LBS. 7. Power Consumption: a) 3 RU: 100-240V AC under 375W max (Fuse: 5A Slow-Blow) b) Stand By Power (200 and 300 Series): under 20W 8. Expansion Capability: a) Unit must be capable of being retro fitted to allow for expansion (daisy Chained) to other Spyder units via InfiniBand interfaces. BRAND NAME JUSTIFICATION: The Spyder is the only unit that the National Weather Service (NWS), National Hurricane Center (NHC) is aware of that will work with the DNF controller ST420-VSS Shotbox, unit must also be capable of being retro fitted to allow for expansion (daisy chained) to other Spyder units via InfiniBand interfaces. Price should be quoted FOB Destination basis to Miami, FL. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide pricing as follows: TOTAL Line Item 1 - Spyder -Model 344 w/Composite/S Video Option Quantity: 1 each tiny_mce_marker ______________________ FOB Destination GRAND TOTAL: tiny_mce_marker _______________________ DELIVERY SCHEDULE: (Assuming that the Government will make award by July 25, 2008) Proposed Delivery Date - ______________________________________________________________________ END OF NOTICE
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d9eb2bc3bc8b06b0ba064f3643205b4c&tab=core&_cview=1)
- Place of Performance
- Address: NATIONAL HURRICANE CENTER, 11691 SW 17TH STREET #102, MIAMI, FL 33165, MIAMI, Florida, 33165, United States
- Zip Code: 33165
- Zip Code: 33165
- Record
- SN01606205-W 20080704/080702221128-d9eb2bc3bc8b06b0ba064f3643205b4c (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 |