SOURCES SOUGHT
58 -- LiveU LU800 PRO Live Stream System and Licenses
- Notice Date
- 8/17/2022 12:04:01 PM
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-22-R-LIVU
- Response Due
- 8/26/2022 10:00:00 AM
- Point of Contact
- Joseph Schwener, Jr., Phone: 2104662195, Sylvia Farmer, Phone: 2104662188
- E-Mail Address
-
joseph.g.schwener.civ@army.mil, sylvia.farmer.civ@army.mil
(joseph.g.schwener.civ@army.mil, sylvia.farmer.civ@army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS LIVEU LU800-PRO-HD-ANT FIELD UNIT W9124J-22-R-LIVU INTRODUCTION The Mission and Installation Contracting Command � Fort Sam Houston (MICC-FSH) currently intends to award a contract on a brand name basis and is seeking vendors that may be able to provide this requirement in order to support a competitive environment. The result of this market research will contribute to determining the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirement at a fair market price, i.e., information which may help support a set-aside. DISCLAIMER This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. PRODUCT DESCRIPTION The LiveU video transmission and the live-streaming system is a cloud-based, remote production workflow designed to transmit/distribute live broadcasting events in real-time. The LU800 ""combines multi-camera production and mission-critical transmission with superior video and audio capabilities in a native 5G unit. REQUIRED CAPABILITIES The Contract shall provide the LiveU 800-PRO-HD Unit.� Components will include the following :�LINE ITEM�DESCRIPTION�QTY 0001�LiveU LU800-PRO-HD-ANT, LU800 with single camera HD and external antenna connectors - Ready for 4K-HDR and Multi-Camera. Supports up to 1080p60 over SDI only. x1 0002�LiveU, External, high performance, IP67, screw mount 3G/4G/5G antenna. Supports up to 2 modems. Dimensions: � 96 x H 90 mm, 3m cables with SMA connectors. Each unit includes 2 internal independent antennas. Suitable for LU600/LU800 with external antennas and LU610-M. L x2 0003�LiveU LU800-ADD-5G-2, 2 5G modem change for your LU800 pro model. x1 0004�LiveU LU-CLD-FHD-L-CH1 - Single Full HD cloud channel hosted by LiveU, output of up to 1080p60 in H.264, of up to 6Mbps, in RTMP. x1 0005�LiveU LU-DATA-050 50GB of Data per Unit per Month x12 0006�LiveU LU800-SLA Warranty, 24/7/365 customer support, and software updates. Free for first year x1 0007�Single Full HD cloud channel hosted by�LiveU, output of up to 1080p60 in H.264, of up to 6Mbps, in RTMP x1 0008�LiveU LU-DATA-050 50GB of Data per Unit per Month (12 Month Contract) x12� 0009�Modems change to 4x4G + 2x5G at the time of�purchase/lease (Total of 6 modems). Solely�for purposes of changing at the time of purchase of LU800 x1 0010�LiveU LU10-AN-AB002.LiveU Xtender enhanced powered external antenna with 6 modems, Battery not included. Tripod version with Anton Bauer power input x1 0011�Wireless transmitter and receiver for wireless�communication up to 500-800 feet between Xtender and field unit x1 ELIGIBILITY The anticipated NAICS code for this requirement is 334310 with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 5820. WOSB/EDWOSB firms must be registered in beta.certify.sba.gov in order to compete for WOSB/EDWOSB set-asides. In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why? ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten�(10) pages in length in Times New Roman font of not less than 10 pitch. The deadline�for response to this request is no later than 12 pm, Central Time, 26 August 2022. All�responses under this Sources Sought Notice must be e-mailed to the Contracting�Officer Sylvia Farmer, sylvia.farmer.civ@army.mil, Contract Specialist Joseph Schwener, Jr., joseph.g.schwener.civ@army.mil. This documentation must address at a minimum the following items: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� If, after reviewing the product description, you feel that your firm can provide the support needed, please provide the name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3.� Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4. If a similar product can be provided, please provide the specifications of that product and describe how it provides similar or better performance.� 5. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 (Deviation 2021-O0008), Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for� (1) Services (except construction), it will not pay more than 50 percent of the amount paid by� the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States, to subcontractors that are not� similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. 6. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1da992d318d47c8b443364a0c41a292/view)
- Place of Performance
- Address: JBSA Ft Sam Houston, TX 78234, USA
- Zip Code: 78234
- Country: USA
- Zip Code: 78234
- Record
- SN06431588-F 20220819/220817230134 (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 |