SOURCES SOUGHT
70 -- DIGITAL KIOSKS
- Notice Date
- 3/10/2015
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- NASA Shared Services Center Procurement Division Building 1111 Stennis SpaceCenter, MS 39529-6000
- ZIP Code
- 39529-6000
- Solicitation Number
- NNX15Z41001L
- Response Due
- 3/31/2015
- Archive Date
- 3/10/2016
- Point of Contact
- Justin D Dudenhefer, Contract Specialist, Phone 228-813-6194, Fax 228-813-6194, Email justin.d.dudenhefer@nasa.gov
- E-Mail Address
-
Justin D Dudenhefer
(justin.d.dudenhefer@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) NASA Shared Service Center (NSSC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Digital Kiosks. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The NSSC requirements include the following: Digital signage solution for communication of information. The solution will feature a large monitor that can make announcements and play a variety of media in our lobby and other common areas. The solution will include a monitor with a visually pleasing stand on wheels that can be moved (a single power cord and Ethernet cable for each is acceptable, but all CPU or hardware should be visibly hidden within the stand and locked so that end users cannot see or manipulate hardware); The vendor will provide a variety of compatible stands that NASA can select from Monitors will contain speakers for playing audio The solution must have the ability to grow; additional monitors that interface with the solution will be available for purchase at a later date; multiple monitors will play content in sync The solution will contain a CPU or other mechanism that can push content to the monitors. CPU should be wireless and ethernet enabled The solution will contain software for sharing of content: content should include presentation slides (that automatically advance), video (with accompanying audio), and photo streams with music Content should either be standard file formats (mp4, jpg, ppt, etc.) or the solution should incorporate these formats or allow for an easy interface for development of required formats A looping capability should be present so that content can be replayed over the course of several hours, alternating all file types, without human intervention The solution will grant the ability to push new content from remote desktops (through a wireless network or Ethernet connection) to each monitor (monitors should be in sync) PPT (or PPT alternative) can be manually driven by a speaker through a remote or clicker Allow multiple media types to display at one time using a customizable layout on a single screen Includes a scroll bar Allow for television and weather information Support the option to remote locate monitors at other geographical locations Provide a touchscreen option so that end users can interrupt automated content flow to select a menu of all content options so that they can select specific content they wish to view Support the option to build multiple content groups for selected monitors, so that some content is pushed to one group, while different content is pushed to another group Support the option to live stream video and audio to monitors Meets NASA IT Security requirements The vendor will offer consulting services that include training, development of template layouts, installation and push of initial content. The North American Industry Classification System (NAICS) code for this procurement is 541519, Information Technology Value Added Resellers, with a size standard of 150 employees. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. All questions and responses must be submitted in writing and must contain the reference number NNX15Z41001L. Responses that do not contain the information requested below shall be deemed insufficient and not reviewed. Responses must include the following: name and address of firm, whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of five customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical and procurement related questions should be directed to: justin.d.dudenhefer@nasa.gov. This requirement is considered a commercial or commercial-type product. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted to Justin D. Dudenhefer no later than 11:00 a.m. local time March 31, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/NSSC/NSSC1/NNX15Z41001L/listing.html)
- Record
- SN03662947-W 20150312/150310235328-cee4a9dea1a2bd361a0836025d62a75b (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 |