SOURCES SOUGHT
58 -- AUDIO-VIDEO SWITCHING SERVICES
- Notice Date
- 4/14/2015
- Notice Type
- Sources Sought
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement MD, 6700 Taylor Ave, Ft Meade, Maryland, 20755, United States
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-FY15-0015
- Archive Date
- 5/15/2015
- Point of Contact
- Leila S. Miller, Phone: (301) 222-6031
- E-Mail Address
-
leila.s.miller.civ@mail.mil
(leila.s.miller.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Media Activity (DMA) is seeking an annual lease of full time access to 16x16 SDI Audio/Video Routing Switcher distribution system specifically to link all services between DMA HQ and the Verizon AVOC (Audio Visual Operations Center) at 730 12th street NW, Washington DC 20005 and The Pentagon, Department of State, House of Representatives Rayburn Building, the Senate, the White House, CBS Studios, DVIDS and a host of other US Government entities. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - East 6700 Taylor Avenue Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Media Activity HQ (DMA HQ) is seeking a one year contract with four option years commencing 30 Sep 2015 to 29 Sep 2020 for leased full time access to a 16x16 SDI Audio/Video Routing Switcher to interconnect DMA HQ and the Verizon AVOC (Audio Visual Operations Center), The Pentagon Briefing Room, Department of State, House of Representatives Rayburn Building, the Senate, the White House, CBS Studios, DVIDS and a host of other US Government entities. The government provides 14 (6 SDI/270 Mbps, 5 SDI 270/DS3, 2-8Khz, 1 TV-1). The remote control capability will be used by DMA Network Operations Center and DMA/DoD News Content Management personnel. This service is required 24 hours a day, 7 days per week, continuous. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HQ0028-10-P-0257 Contract Type: Firm Fixed-Price Incumbent and their size: Verizon Business- Federal Method of previous acquisition: Sole Sourced Provide Brief description of the current program/effort: NON PERSONAL; ROUTER, SDI VIDEO SWITCH MONTHLY LEASE W/60 MONTH LEASE AGREEMENT; FULL TIME 32x32 SERIAL COMPONENT VIDEO SERVICE WITH ONE GENERAL PURPOSE INTERFACE AND FOUR CHANNELS OF EMBEDDED DIGITAL AUDIO List Anticipated Time Frame: One Year, plus four option years List Place of Performance: AVOC (Audio Visual Operations Center), 730 12th street NW, Washington DC 20005 REQUIRED CAPABILITIES: The selected contractor must have access to the AVOC and the Verizon owned routing switching system. There is only one accepted solution for the interconnection via circuit of DMA HQ and the specified locations in Washington DC. SPECIAL REQUIREMENTS: SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 532490, with the corresponding size standard of 32.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Vendors who wish to respond to this should send responses via email NLT 30 APR 2015, 2 PM Eastern Daylight Time (EDT) to Leila.s.miller.civ@mail.mil Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e84a34b3e1b85dc0d9270d44adc628c1)
- Place of Performance
- Address: HQ DEFENSE MEDIA ACTIVITY, FORT MEADE, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN03699091-W 20150416/150414235428-e84a34b3e1b85dc0d9270d44adc628c1 (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 |