SOLICITATION NOTICE
D -- OPTION - IPTV Solution w/ OPTIONS Yrs
- Notice Date
- 5/8/2020 10:31:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W7NS USPFO ACTIVITY NC ARNG RALEIGH NC 27607-6412 USA
- ZIP Code
- 27607-6412
- Solicitation Number
- W91242-20-Q-0060
- Response Due
- 5/22/2020 12:00:00 AM
- Archive Date
- 11/18/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91242-20-Q-0060 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-05-22 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Raleigh, NC 27607 The National Guard - North Carolina requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 06/15/2020 - 06/14/2021 LI 001: CLIN 0001 MGW Ace HEVC Encoder Portable hardware-based encoding and streaming appliance. Supports real-time low latency HEVC/H.265 high-definition and AVC/H.264 high-definition and standard-definition streaming, VITEC or similar Firm Fixed Price, 3, EA; LI 002: CLIN 0002 ATSC-to-IP Gateway Professional ATSC to IP gateway. 1-RU rack mount appliance with two dual channel 8VSB receivers/tuners. Real-time demodulation and IP streaming of SPTS UDP-TS, VITEC or similar Firm Fixed Price, 4, EA; LI 003: CLIN 0003 MGW Prism IPTV Transcoder for IPTV, OTT and ISR Transcoding and Streaming platform for optimized delivery of HD/SD H.264 video to TVs, Desktops, Mobile Devices and remote/internet users, VITEC or similar Firm Fixed Price, 2, EA; LI 004: CLIN 0004 Administrative interface for configuring IPTV services and digital signage development, EZ TV Platform Pro (VM) or similar Firm Fixed Price, 1, EA; LI 005: CLIN 0005 Server capable of recording from multiple video streams as well as 128 bit encrypted media streams to mobile endpoints, EZ TV VOD Media Library (VM) or similar Firm Fixed Price, 1, EA; LI 006: CLIN 0006 Recording License - 5 Channels, EZ TV NDVR or similar. Firm Fixed Price, 1, EA; LI 007: CLIN 0007 Personal TV Middleware License - 25 End-Points, EZ TV or similar/ Firm Fixed Price, 25, EA; LI 008: CLIN 0008 Digital Signage End-Points License - End-Points, EZ TV or similar Firm Fixed Price, 50, EA; LI 009: CLIN 0009 IPTV/Signage End-Point EP4 Standard Service Program (12 months) Platinum. Firm Fixed Price, 75, EA; LI 010: CLIN 0010 Configuration, provisioning and familiarity training for approx. 10 personnel covering full operation of IPTV systems and management software by a VITEC engineer on-site. Estimated 4 Days Firm Fixed Price, 1, EA; LI 011: CLIN 0011 Full service on-site installation services/project management services. Contractor shall provide dedicated VITEC engineer for the duration of project planning and implementation phases. Firm Fixed Price, 12, MO; Option 1 Period of Performance: 06/15/2021 - 06/14/2022 LI 001: CLIN 1012 Option Year I Full service on-site installation services/project management services. Contractor shall provide dedicated engineer for the duration of project planning and implementation phases. Firm Fixed Price, 12, MO; Option 2 Period of Performance: 06/15/2022 - 06/14/2023 LI 001: CLIN 2012 Option Year II Full service on-site installation services/project management services. Contractor shall provide dedicated engineer for the duration of project planning and implementation phases. Firm Fixed Price, 12, MO; Option 3 Period of Performance: 06/15/2023 - 06/15/2024 LI 001: CLIN 3012 Option Year III Full service on-site installation services/project management services. Contractor shall provide dedicated engineer for the duration of project planning and implementation phases. Firm Fixed Price, 12, MO; Option 4 Period of Performance: 06/15/2024 - 06/14/2025 LI 001: CLIN 4012 Option Year IV Full service on-site installation services/project management services. Contractor shall provide dedicated engineer for the duration of project planning and implementation phases. Firm Fixed Price, 12, MO; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - North Carolina intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - North Carolina is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. SHALL READ THE SUPPLY DESCRIPTION ENTIRELY MUST BE PROVIDE PROOF AS AN AUTHORIZED RE SELLER MUST PROVIDE manufacture details to each CLIN or as an attachment Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, meaning that the award will be made to the contractor who submits the quote with the lowest price that meet all of the requirements of the solicitation. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. Bid MUST be good for 45 calendar days after close of Buy. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/161bda67957f45e69a8dd323b9872817/view)
- Place of Performance
- Address: Raleigh, NC 27607, USA
- Zip Code: 27607
- Country: USA
- Zip Code: 27607
- Record
- SN05651407-F 20200510/200508230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |