Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1997 PSA#1865

DIRECTORATE OF CONTRACTING, CONTRACTING DIVISION, BUILDING NUMBER 2102 B, FORT GORDON GA 30905-5110

70 -- WORKGROUP VIDEO SERVER SOL DABT11-97-Q-0175 DUE 061697 POC Contract Specialist JEANETTE WILLOUGHBY (706) 791-1823 (Site Code DABT11) This notice for Commercial items is prepared in accordance with FAR Part 12. No further notices or written solicitation will be issued. This notice incorporates the provision and clauses in effect as of FAC 90-46. The Government intends to negotiate on a sole source basis with The Network Connection, Inc. for a Workgroup Video Server Video Storage and Retrieval System. Brand name Cheetah by the Network Connection, Inc. (TNCI). System consists of the following line items: 1) 9 each: Cheetah Workgroup Video Serve 60 user-16 Hour, PN CW2-060-016, Video storage and retrieval system includes Windows NT server, client licenses, in-line UPS and power management software, and drive carriers, 2) 1 each: Cheetah Workgroup Video Server 60 User-32 Hour PN CW2-060-032, Video storage and retrieval system includes Windows NT server, client licenses, in-line UPS and power management software and drive carriers, 3) 1 each: Encoding Station PN TNX- ENC-001, Analog to MPEG encoding station for video conversion and development, 4) 10 each: 24-Port Multi-MAC Ethernet Switch (LAN Ethernet switch for support of video transmission from video server to workstations) PN CISCO-Catalyst 1900, 5) 45 each: MPEG Decoder Card PC card for Workstations for video decoding from local servers PN MPG-CRD-001, 6) 5 Each: Installation per site (includes 1 day training on use of system). This video server must meet the following standards to our medical network infrastructure (MEDNET): a. Network Support: Must be compatible with the hybrid network architecture in the Southeast Regional Medical Network; b. Speed: High Speed Pentium Processors; c. Storage: RAID Level 5 storage offering 3 or more fast and wide SCSI channels per TRAC processor; d. Video File Support: must support MPEG1, MPEG2, JPEG, MJPEG, AVI, Wavelet, Indeo, Video for Windows, Quicktime, Cinepack and DVI; e. Streamed Support: Up to 60 streams of MPEG video simutaneously (i.e. 60 users of this video at one time) without dropping frames or audio tracks during the playback; f. Interoperability: Must work with Microsoft NT and Netware environment at the Center for Total Access and Lotus Notes servers; g. Encoding Workstations: Must be able to encode MPEG video in real time from the Panasonic Digital Video Recorders that already exist in the CTA multimedia lab with time base correction. This is not a request for competitive proposals and no solicitation documents will be available; however interested parties may submit offers identifying their capabilities for providing the above items and its capacities. Proposals must include 1) brand name, model and part number applicable, description and features, 2) price and 3) delivery schedule. Offers may be considered for award only from entities who provide clear and convincing information that proposed items meet the minimum requirements of the Government as outlined above, received not later than five (5) days from the date of publication of this notice, and determined to be most advantageous for the Government. Offers not meeting above criteriawill not be considered. Commercial items provisions and clauses applicable are FAR clauses 52.212-1 Instructions to Offerors-Commercial items, Evaluation Criteria for FAR Clause 52.212-2, Evaluation-Commercial Items, are price, quality and best value. FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (information for this provision must be submitted with each offer). FAR Clause 52.212-4 Contract Terms and Conditions-Commercial items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items. 52.232-28 Electronic Funds Transfer Payment Methods. DFAR clauses 252.212-7000 and 252.212-7001. Offeror must provide remittance address if different from mailing address. The contractor shall submit invoices prepared in accordance with FAR clause 52.232-25, Prompt Payment, in quadruplicate to the billing office to be designated on the award. Proposals must be received by June 16, 1997, 2 p.m. (EST). Faxed proposals will be accepted at 706-791-8651. (0161)

Loren Data Corp. http://www.ld.com (SYN# 0291 19970612\70-0008.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page