Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2010 FBO #3220
SOLICITATION NOTICE

99 -- AVID MEDIA COMPOSER

Notice Date
9/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA25010RQ0337
 
Response Due
9/20/2010
 
Archive Date
9/20/2010
 
Point of Contact
ADAM HARDWICK
 
E-Mail Address
CONTRACT SPECIALIST
(ADAM.HARDWICK@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
SEPTEMBER 16, 2010 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; quotes are being requested and the intent is to award a purchase order for equipment. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is reserved for a small business. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking Quotes. Quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quote shall contain a proposed delivery, installation, and in-service timeline. There shall be no site visit for this procurement. PRICING: Offeror shall provide pricing for an AVID Media Composer Nitris DX System as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEMS: 1 AVID media Composer Nitris DX system includes various software for editing video productions includes custom media composer keyboard 2 Hewlett Packard: HP Z800 workstation AVID qualified and configured for optimal editing performance. Intel Xeon Quad Core X5570, 2.93 Ghz Dual Processor, 6 GB RAM 320 GB SATA interanl Drive 7200 rpm FX4800 graphics DVD/RW VISTA x64 3 Media composer Nitris DX priority Support covers three years. Includes access to expedited replacement materials, 24 x 7 on line/self help center includes regular software updates 4 DX Nitris Cable kit for AVID 5 Rackmount Kit for Z800 6 Fusion DX800RAID with controller 16TB with eight 1.5TB drives complete storage system includes enclosure, RAID controller card, drive modules, cables, and software. 7 Mackie 6" 2-way high resolution studio audio monitor 8 HP LP2475w Widescreen LCD monitor 9 Kensington Expert Mouse/trackball 10 Contour Design Shuttle Pro v2 11 AVID protools LE upgrade for Dig 002 12 Extron Computer to video scan converter 13 20 hours video assist package 14 Blu-Ray Tower HDD to 10(8X BDR, 2X RE, 16X DVD-/+R, 8X DVD-DL, 32X CD, RAM) 15 Mircoboards extended warranty for MB PROV3-10 16 Sony F-75 XDCAM deck 17 Rackslide kit for F75 18 Sony 1500A DVCAM deck 19 SDI input board for Sony DVCAM deck 20 Rackslide kit for 1500A 21 Analog input board for Sony DVCAM deck 22 Sony XDCAM USB unit 23 Sony Quality control monitor package model consisting of the LMD-2450W and the BKM-243HS HD-SDI input module 24 Custom Patch bay for device control and signal routing 25 AJA HD/SD Sync generator, Blackburst, Color bars 26 AJA Power Supply 27 Total installation for turn key system includes all labor, and engineering services to include: thoroughly test and install turnkey AVID media composure Nitris DX editing system, integrate system with exsisting audio-video equipment. Provide telephone support, On-site support for AVID Labor for upgrading client owned software on-site. all connections to patch bay and devices, properly terminated and soldered, transfer exsisting media from external devices to new storage ssytem, on site setup and basci operation orientation, test all equipment for proper operation. 28 Estimated shipping Statement of Work for AVID Media Composer NITRIS DX Upgrade / Installation Project: The AVID system will be a turnkey system. Installation contractor will set up, connect, and test all new items. Additionally, contractor will connect the following items to the AVID editing system: 1. Panasonic T3030 2. Sony Mini DV DHR-1000 3. Sony VHS SLV-N88 4. Panasonic S-VHS AG7650 5. Sony U-Matic VP-5020 The system will be located at the Annex building Wade Park division, Louis Stokes Cleveland VA Medical Center, second floor, Room 209. The system will be a non-networked system with no connection to the internet. The installation Contractor will set up and configure operating system and software of the AVID computer. Demonstration, operation and orientation of system will be provided upon completion of the installation of the system. The vendor will have access to the setup and demonstration materials only. Medical center staff will be instructed on file transfer methods and will transfer existing media from external devices to new storage system. Installation contractor will assist in transferring and setting up current files and video projects. Total installation for turnkey system includes all labor and engineering services to include: thoroughly test and install turnkey AVID Media Composer NITRIS DX editing system and integrate system with existing audio-video equipment. Provide telephone support, on-site support for AVID Labor for upgrading client owned software on-site, all connections to patch bay and devices, proper termination and soldering, on site setup and basic operation orientation, and testing all equipment for proper operation. The AVID installer MUST have the proper certifications to install the required equipment. The vendor must be able to transfer sensitive patient information without accessing them. The following clause will apply: 852.273-75 Security Requirements for Unclassified Information Technology Resources. As prescribed in 839.201, insert the following clause: SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - OCT 2008) (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov/. (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2, Evaluation-Commercial Items, all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Price: Quote for each line item, including but not limited to the requirements listed above.. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description- such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to fully meet the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250.00. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran-owned small businesses and veteran owned small businesses are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.22236, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. Point of Contact: All questions must be submitted to Adam Hardwick, Contract Specialist, by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 4:30 p.m. EST Monday September 20, 2010. Technical questions and Quotes must be sent by email to adam.hardwick@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25010RQ0337/listing.html)
 
Place of Performance
Address: 10000 BRECKSVILLE RD.;BRECKSVILLE, OH
Zip Code: 44141
 
Record
SN02285250-W 20100918/100917000213-3ce7dc0d3d20ddb776d5295a2aa89660 (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.