SOLICITATION NOTICE
59 -- Miniature Digital Transmitters - Combined Syn/Sol package
- Notice Date
- 7/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
- ZIP Code
- 20535
- Solicitation Number
- DJF-14-1800-PR-0006922
- Archive Date
- 7/25/2014
- Point of Contact
- Lauren G. Caperton, Phone: 703-985-6925
- E-Mail Address
-
lauren.caperton@ic.fbi.gov
(lauren.caperton@ic.fbi.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Minimum Salient Characteristics PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This procurement is being conducted under Federal Acquisition Regulation parts 12 and 13. The Federal Bureau of Investigation is issuing this acquisition as a Request for Quote (RFQ) under solicitation number E012510. The NAICS Code for this requirement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The size standard is 750 employees. This requirement is 100% set-aside for small business. Brand name or equal items will be accepted. If you are proposing an equal item, then you must submit the product specifications with your quote, showing that the item meets the required specifications. The resultant contract will be a firm-fixed price purchase order. 1. Nemo COFDM Transmitter (S & C Band) Manufacturer: Janteq Part#: JNT-SC-01 (RF-1) QTY: 500 Minimum Salient Characteristics: RF • Dual Band Operation S and C bands up to 100MW • Ultra low power consumption of less than 4 Watts • DVB-T bandwidths of 5, 6, 7 & 8MHz and narrow bandwidths of 1.25 and 2.5 MHz Video • SD/HD H.264 Baseline & Main Profile, 4:2:0 with Low Latency ≤ 4 frames • Wide range of video formats from 720P/60 to 1080p/30, menu selectable • Reduced frame rate modes allow for high quality video at low bit rates. High quality HD video with less than 2Mbps. • Internal Video and Audio test bar and signal sources • Preview NTSC/PAL video output Audio • Line and Mic with phantom power audio inputs • Audio limiter for improved microphone ‘pickup' Camera • Miniature 720p60 and 1080p30 camera sensors available • Low light sensitivity down to.05 Lux • Dual HD sensor support • Multiple HD lens options to support M8x0.5 and M12x.05 lens holder • QR Code recognition to remote control device from any video input source Wi-Fi/Network • Wi-Fi modes include AP mode with DHCP server and DNS, Infrastructure/Client mode, and Ad-hoc mode • Milestone NVR compatible RTSP streaming • Internal Web server for device control with mobile and desktop browser support • iOS app available for remote control of transmitter and remote viewing (iOS 6 support only. Android app is optional.) • WPA2 Encryption and hidden SSID selectable • Wi-Fi timer option to automatically turn off Wi-Fi after set period of time SD CARD Recording • Encrypted h.264 video and audio recording to Micro SD card • Time stamped file recording by internal battery backed up Real Time Clock • FTP file recordings over Wi-Fi for remote file transfer • High resolution JPEG snapshot recording mode to Micro SD card USB • USB Host mode direct connection to 3G/4G cellular modem for streaming video and control RF SECTION: • RF Power Levels: Standard - 25mW up to 100mW o Frequency stability: ±2.5ppm • Tuning step size: 100/125/250 kHz • TX Standby: No RF output (<-60 dB reduction) MODUATION MODE: • COFDM.... DVB-T 2K: 5/6/7/8 MHz • Optional Narrow Band: 1.25MHz and 2.5MHz • Constellation: QPSK, 16QAM, 64QAM • Code Rate: ½, 2/3, ¾, 5/6, 7/8 • Guard Interval: ¼, 1/8, 1/16, 1/32 • Spectrum Inversion: Programmable • Encryption: AES 128/256 VIDEO SECTION: • Video Input Formats: NTSC, PAL, 480P, 720P, 1080i, 1080p • Video Frame Rates: 23.98, 24, 25, 29.97, 30, 50, 59.94Hz • Video Input Signals: Composite and SD/HD-SDI • Camera Interface: Dual or MIPI interface up to 10 Megapixel • Test Mode: SMPTE Color Bars • Composite Input: 75Ω, 1Vp-p, NTSC/PAL • Preview Video Output: NTSC/PAL composite ENCODER: • Compression Type: H.264/MPEG-4 AVC • Compression Standard: ISO/IEC14496-10 • Profile: Baseline & Main • System Latency: <120mS AUDIO SECTION: • Audio Channels: 1 Stereo Pair • Menu Selectable MIC/LINE Inputs o Selectable Soft Limit for levels greater + 10dBm o Audio Range: -60dBm to 18dBm max input level • Audio Gain Control: 0dB - 72dB gain, continually variable by 3dB • Audio Coding: MPEG 1 layer or 2 audio, ISO/IEC 13818-3, AAC Linear PCM • Audio Bit Rate: 64kb/s to 384 kb/s per channel • Audio Sample Rate: 16kHz, 32 kHz and 48 kHz • Frequency Response: 40Hz - 20 KHz: ± 3dB • Audio THD: 0.5% @ 1KHz, +8dBm • Signal-Noise: >60dB • Input Impedance: 5K Ohms unbalanced / 600 Ohm Line balanced • Mic Bias: 3 Volts • Tone Generator: Internal 400Hz L, 1kHz R channel tone generator • On Board Mic: Mono mic, on connector panel Wi-Fi: • RTSP Streaming Video Output • WiFi AP Channels 1-14 • WiFi Client Channels 1 - 14 • WPA2 Encryption • Hide SSID Broadcast Option • DHCP Server Option • 72MB/s USER DATA CHANNEL: • User Data Channel: Transparent data pipe, up to 1 Mb/s, RS-422 input REMOTE CONTROL: • Formats: USB, Wi-Fi 802.11 b/g/n or Ethernet IP CONTROL: • Alarms Voltage and Temperature • Minimum of 15 user defined Presets • Menu : Interactive User/Administrator menu tree allowing control of Presets, Frequency, RF Output Power, Modulation, Video Source, Audio Source, Audio Gains, Audio Modes, Video Format, COFDM and Encryption. POWER REQUIREMENTS: • Input Voltage Range: +3.9 TO +28 VDC - Under/Over Voltage & Reverse Polarity Protected • Power Consumption:.2-4W Configuration Dependent PHYSICAL: • Dimensions: H 0.47"(12mm) x W 1.4" (36mm) x D 1.75"(44mm) • Weight:.094lbs (1.5oz) • Environmental: o Temperature  Operating: -10 to + 60˚C  Storage: -30 to + 85˚C o Relative Humidity:.5 to 95% non-condensing Shipping Instructions: Shipping under this requirement shall be FOB destination. Items shall be delivered to Quantico, VA. Submission Instructions Responses shall be submitted via electronic submission to Lauren Caperton at lauren.caperton@ic.fbi.gov. The due date for responses to this RFQ is on or before July 10, 2014 at 11:00 am Eastern Time. Responses must be marked as follows: "RFQ# DJF-14-1800-PR-0006922." All questions regarding this requirement must be submitted to Lauren Caperton via email. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 30 DAYS. Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 05-74. The provision at FAR Clause 52.212-1, Instructions to Offerors (April 2014) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to lauren.caperton@ic.fbi.gov. Provision 52.212-2, Evaluation - Commercial Items (Jan 1999) is incorporated by reference. This requirement will be awarded to the low price technically acceptable (LPTA) offeror. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) is incorporated. Contractors may submit their Representations and Certifications Applicationat the following government portal: www.sam.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2014), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-14 Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. Small Business Accelerated Payment The Contractor must indicate his business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with OMB Memo M-11-32, "Accelerating Payments to Small Businesses for Goods and Services," dated 10/14/2011. The Prompt Payment Act still applies to this action, however, the agency will make best efforts to pay proper invoices within 15 days. System for Award Management (SAM) Requirement Ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. In addition, the FBI will be using a new financial system on 10/01/2013 that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information on 10/01/2013. Please ensure that your company's SAM information updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization. If the contractor does not maintain an active registration in SAM payments will be held until registration is reactivated. The FBI is not responsible for prompt payment penalties or delays in payment processing due to inaccurate or outdated information in SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-14-1800-PR-0006922/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN03416656-W 20140709/140708022006-182754cc98404f543374441c621572d9 (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 |