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