Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2009 FBO #2944
SOLICITATION NOTICE

B -- Public Safety Video Quality Project

Notice Date
12/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NT910000-10-02983SRG
 
Archive Date
1/7/2010
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Public Safety Video Quality Project (I) This 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NT910000-10-02983SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 512110. The business size standard is $27 MILLION. (V) This combined solicitation/synopsis is for purchase of the following commercial services and items: CLIN 0001 - Public Safety Video Quality Project: The Public Safety Video Quality project is a part of the Public Safety Communications Research activities at the US Department of Commerce. The project needs some carefully constructed and analyzed recorded video in order to assign measured values to various aspects of video used for public safety applications. The project needs video recordings of scenes that cover a wide range of quantified levels of various parameters of interest. (VI) Description of requirements is as follows: CLIN 0001- Public Safety Video Quality Project with the following specifications. Provide a plan for review for review of the following items: 1. Must have extensive experience and understanding of Department of Homeland quality in Public Safety (VQiPS) and understanding of the application, through past or present participation in VQiPS. 2. Complexity. The scenes should thoroughly represent a wide range of levels of complexity. The specific definition of Scene complexity, as well as the upper and lower bounds represented in the scenes, and method of measurement, will be defined by the vendor in cooperation with project staff. Vendor must have experience in defining and quantifying scene complexity in recorded video. 3. Target size. Specific objects of interest, or targets, in the scenes should thoroughly represent a wide range of physical sizes. The specific upper and lower bounds of the target size represented in the scenes, and method of measurement of an object's size within the recorded video, will be defined by the vendor in cooperation with project staff. Vendor must have experience in defining and quantifying object size within recorded video. 4. Lighting conditions. The scenes should thoroughly represent a wide range of lighting conditions. The specific upper and lower bounds of lighting levels represented in the scenes, and method of measurement of the lighting, will be defined by the vendor in cooperation with project staff. Measurements must be made of the light coming from various scene elements and going to the camera. Vendor must have experience in precisely measuring lighting levels for recorded video. 5. Motion. Certain portions of the scenarios should move while others remain constant. The scenes should exhibit a wide range of scene motion as well as camera motion. The moving elements should also vary systematically in content and size. The specific upper and lower bounds of motion levels, and method of its measurement, will be defined by the vendor in cooperation with project staff. Vendor must have experience in precisely measuring the rate of movement of elements within a recorded video. 6. Scenarios. The provider will set up a number of scenarios that emulate real-life public-safety applications, but contain carefully controlled objects of interest, or targets. Each scenario will contain a subset of scenes that represent the full range of the parameters of interest (see points 1-4 above). Vendor must have experience with public-safety video applications. 7. Targets. The targets will be chosen and provided by the vendor. Test targets can be any number of objects, but must be methodically varied in size throughout the collection of recorded scenes (see point 2 above.) Targets should span a variety of shapes and colors as well. Examples of test targets could be commonly recognizable hand-held objects such as cell-phones, or printed images of specific sizes; there are no limiting criteria as to the exact nature of the target as long as it can be carefully measured and described. Additionally, every scene must be filmed with at least one type of resolution chart 8. The recordings will be made using commercially available video cameras, both standard resolution and high definition (HD) resolution. Vendor must have the required camera equipment; it will not be provided by the project. 9. The camera/scenario configurations will all be documented, and the camera settings will be recorded. Vendor must have experience in producing thorough scientific documentation. 10. The project deliverable will be the video recordings accompanied by the scenario-specific details of the scene contents and recording parameters. 11. The recordings will be subjected to a parametric set of compression approaches by project staff, and these altered recordings may be resubmitted to the vendor for analysis in order to determine if the parameters of interest have changed due to the compression of the video. The recordings will undergo subjective quality testing conducted by project staff, and analysis will be performed on the effects of each parameter on the resolving power of the resulting video. 12. Costs are not to exceed $18,000.00. CLIN 0002 - I-Beam Trolley Top with Anti Twist. (VII) Place of delivery is FOB Destination to NOAA, 325 Broadway, Bldg 22 Boulder, CO 80305. Required delivery date is no later than February 16, 2010; offerors shall state offered delivery ARO. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide references showing ability to provide products, offers are instructed to provide specifications of the product requirements as listed in paragraphs (V) and (VI). (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: Offers will be evaluated based on meeting the specifications set forth in paragraphs (V) and (VI) product capability specifications and/or past performance references and price, delivery date and this will be "priced on an all or none basis for the services and product delivery. Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) The Government intends to award a firm-fixed-price contract type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 12:01 P.M. MST/MDT on December 23, 2009. All quotes must be faxed or emailed to the attention of Suzanne A. Romberg-Garrett, Purchasing Agent. The fax number is (303) 497-7719 and email address is Suzanne.Garrett@NOAA.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne A. Romberg-Garrett at 303-497-5110 or via email at Suzanne.Garrett@NOAA.gov for technical questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NT910000-10-02983SRG/listing.html)
 
Place of Performance
Address: Wester Acquisition Division-Boulder, 235 Broadwayq, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN02023092-W 20091216/091214234444-cd563d9cd680e0074ec04c34ce5ab4de (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.