SOLICITATION NOTICE
D -- Media Management System
- Notice Date
- 9/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1701 N. Fort Meyer Dr., Arlington, VA 22202
- ZIP Code
- 22202
- Solicitation Number
- 1096925038_01
- Response Due
- 9/11/2009
- Archive Date
- 3/10/2010
- Point of Contact
- Name: Andrea Smail, Title: Contract Specialist, Phone: 703.875.6295, Fax:
- E-Mail Address
-
smailam@state.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1096925038_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512 with a small business size standard of $25.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-11 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20547 The Department of State requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Archiving and backup of critical IIP video production files; cataloging movie and creative production files for retrieval by IIP Video staff. The vendor will supply hardware and Apple Final Cut Server software compatible with the unique needs of the video department and its video production equipment and the video, graphics and media document assets created in each video presentation. This software and hardware must be able to catalog, archive, maintain and natively function with digital media asset types and codecs including, but not limited to: Apple Quicktime, ProRes HD, Panasonic P2, Windows Media, Flash video, mp3, XML, m2v, ac3, WAV, AIFF, AAC, Adobe Illustrator, Photoshop, Jpeg and TIFF. Vendor will supply Apple Final Cut Server software that allows the IIP Video team to efficiently catalog, locate, archive and repurpose digital media asset files within current and past video productions. Vendor will work with IIP IT and video staff and utilize the Meta Media Creative Technologies workflow specialists to integrate the hardware and software into the daily staff workflow. The Apple Final Cut Server software must be functional with all IIP Video editing programs, including but not limited to, Apple Final Cut Pro, Motion, DVD Studio Pro and Color and allow for editing and viewing of the digital media assets within their native programs. The Apple Final Cut Server end-user software must be Mac and Windows compatible and the license transferable between multiple computers. Vendor will also create custom digital asset cataloging, archiving and conversion workflows, provide training to IIP Video staff and continued technical support, including follow-up site visits, telephone support and future workflow revisions. See Attached Statement of Work, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/1096925038_01/listing.html)
- Place of Performance
- Address: Washington, DC 20547
- Zip Code: 20547-0009
- Zip Code: 20547-0009
- Record
- SN01946293-W 20090910/090909090521-aefee2869792ca377db520e182456820 (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 |