Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

58 -- 10 x Lecture Capture System Hardware Appliances - RFQ

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU000117Q0345
 
Archive Date
10/3/2017
 
Point of Contact
Polina Klimenkova, Phone: 301-295-0347
 
E-Mail Address
polina.klimenkova@usuhs.edu
(polina.klimenkova@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Provision, please complete RFQ HU0001-17-Q-T345 10 x Lecture Capture System Hardware Appliances The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.edu. USU has a requirement for 10 x Lecture Capture System Hardware Appliances, including installation. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-95 (January 19, 2017) and Defense Federal Acquisition Regulation Supplement (DFARS) (December 22, 2016). This requirement is set-aside for small business concerns under NAICS code 334111 (Electronic computer manufacturing) with a size standard of 1000. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. Offerors interested in responding to this requirement must provide a quote for the requested services outlined in the statement of work. A single firm fixed-priced (FFP) purchase order will be awarded. Statement of Work BACKGROUND The Uniformed Services University of the Health Sciences (USU) is seeking to obtain 10 x hardware appliances, software, and support services for its Lecture Capture System. These recording products and services are to be available on multiple device platforms and able to meet U. S. Department of Defense (DoD) security compliance requirements. PRODUCT/SERVICES The Hardware must meet key requirements: 1. Recording Appliances - Device and server are available on site and are designed to work together with Government Funded Equipment (GFE) FedRAMP certified lecture capture system. Devices are preconfigured for GFE FedRAMP certified lecture capture system built on Windows or Linux operating systems. 2. Certified capture appliances are configured to work as remote recorders. 3. On-site installation of all hardware is required. 4. Perform the installation of seven (7) recording appliances in University teaching spaces including: Lecture Hall A, B, C, D, E, F, and Sanford Auditorium. 5. Perform the installation of a minimum of two (2) recording appliances in a non-networked configuration in University teaching spaces, Lecture Hall D and Lecture Hall E. Recording appliances are to be integrated with current USU AV infrastructure in identified lecture hall spaces. 6. Minimum hardware specifications include: a. Chassis: Rack-mountable, single unit appliance; minimum 250w power b. Processor; Intel Core i7-6700 (8M Cache, up to 4.00GHz c. Memory: 8GB dual-channel DDR3 RAM d. Hard Drive: 1TB capacity minimum Solid State Hard Drive (SSHD) e. Video Ports: 2 display ports (to VGA and HDMI Adapters) f. Video Capture Card: Pro Capture minimal Dual HDMI; Quad HDMI is acceptable g. Must be capable of recording at up to a minimum of 1080p30 h. Capture Channel: minimum HDMI x 2, embedded audio x2 i. Warranty: minimum of 5 year warranty with NBD parts and Hot Spare (Appliance) replacements 7. Technical Support - Ability for administrators to reach technical support via phone for immediate assistance; may include onsite support, email and/or call back. Support is available 24/7. Additionally, proposals should describe a recommended server configuration (inclusive of software and virtualized hardware) which would be appropriate to handle: 1. 3,000 hours of migrated 1080p15 content. 2. 1,000 hours / year of new 1080p30 content. 3. 1 ongoing broadcast with 5 additional simultaneous recordings. 4. Up to 30 hours / day of new content recording or upload. 5. Content availability within 4 hours of upload / recording completion SCOPE This effort supports the full implementation of lecture capture hardware appliances, configuration and integration of said appliances, lecture capture software and the USU audio visual for the Uniformed Services University. DBIDS (Base Access): Effective 31 August 2017, NSA- Bethesda and all Navy Installations within the United States and OCONUS Navy Facilities will be transitioning to the Defense Biometric Identification System. The Defense Biometric Identification System (DBIDS) increases installation security and communicates by receiving frequent database updates on changes to personnel/ credential status, law enforcement warrants, lost/stolen cards, and force protection conditions. The following is required to obtain a DBIDS credential: • Present a letter or official document from a U.S Government sponsor or sponsoring organization that provides the purpose for your access • Present a completed copy of the SECNAV5512 /1 and NSAB 5512 Form to NSAB Pass & ID Office. • Present a valid identification, such as a passport or Real ID Act- compliant state driver's license. • Upon completion of a NCIC background check, the NSAB Pass & ID Office will complete the DBIDS enrollment process, which includes your photo, finger prints, base restriction, and several other assessments. After the vetting process has been successfully completed a new DBIDS credential will be issued to the applicant. For additional questions about obtaining a DBIDS credential. Please contact the USU Security Office at 301-295-3033 or NSAB Pass & ID Office at 301-295-4067. Evaluation The government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to award without discussions. Evaluation Factors (listed in order of importance): • Technical Approach - Offerors are required to submit their technical approach to meeting the requirements outlined in the statement of work. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. • Price: Offerors must include all applicable costs (Example: Components and Installation) in their quote. The total quoted price will be the evaluated price. Offerors must submit the following with their quote, if not completed in SAM registration: • Competed copy of provision 52.209-2 • Completed copy of provision 52.222-52 See attached list for applicable provisions and clauses for this requirement. Deadlines: Quote packages are due by 1 pm on 9/25/17. Quotes must be submitted via email to polina.klimenkova@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: • Company Name • Point of Contact, to include email and phone number • DUNS Number • Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive. • Statement if Visa is an acceptable form of payment, without a fee
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40e7b7f91549e0ed58ea05fd20b15d5e)
 
Record
SN04686248-W 20170922/170920231854-40e7b7f91549e0ed58ea05fd20b15d5e (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  © 1994-2020, Loren Data Corp.