|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118Department of Defense, Television-Audio Support Activity (T-ASA),
Contracts Division, 3116 Peacekeeper Way, McClellan AFB, CA 95652-
1068 70 -- SCHEDULING CLIENT COMPUTER SOL MDA112-98-Q-0255 DUE 062598 POC
Contact Brigitte Bryant, Contract Specialist, (916)364-4299 or Richard
H. Talbert, Contracting Officer,(916)364-4299 17. 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. This announcement constitutes the
only solicitation, and therefore, a formal written solicitation will
not be issued. MDA112-98-Q-0255 is issued as a request for quotation
(RFQ). This acquisition is set-aside for 100% small business. The
quotation document and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-04. The Television-Audio
support Activity intends to purchase the following: two (2) ea
Scheduling Client Computer; includes monitor, keyboard and mouse,
Microsoft Windows NT version 4.0 operating system, and ADNET
Scheduling, control, and monitoring software; F/U/W Applied Digital
Technology Video Editing System; PWR RQMTS: 220VAC, 50HZ, Applied
Technology p/n: ADNET Client COMP, four (4) ea Color Monitor; 14-IN
(Diagonal); rack mountable; 0.28MM dot pitch; non-glare screen; 640 X
480 and 1024 X 768 resolution; non-interlaced; includes universal
monitor rack mount enclosure kit for standard EIA 19-IN industrial
racks, keyboard, and trackball; PWR RQMTS: 220VAC, 50HZ, Applied
Digital Technology p/n: MON14, four (4) ea Dual Tone Decoder; one per
channel; dual form C relay output; selectable input impedance;
selectable balanced/unbalanced input; adjustable input signal range;
restoral of output status IF power interruption < 5 minutes;
selectable 20 minute relay output reset; digit sequence selectable up
to 4 digits; selectable relay output action (latching, momentary, or
alternate); level sensitive 'Reset' input; level sensitive 'Set' input;
AC input coupling; input impedance: 10K OHMS minimum (factory setting),
600 OHMS terminated (selectable); input: Unbalanced (factory setting),
balanced (selectable); common mode range: +/-5 volts; input signal
range: 44MV P-P to 13.8V P-P; input range: -24DBM to +6DBM (normal),
+/-10DBM adjustable (optional); digit validationtime: 40MS to 3
seconds; maximum digits per second: 13 (no twist), 12 (+/-6DB); PWR
RQMTS: 12VDC, Applied Technology p/n: TNDC, four (4) ea Video Server;
mini version; single channel; rack mountable chassis (1 rack unit
high); single channel MPEG-2 video decoder; NTSC/PAL video formats;
133MHZ pentium processor; 32MB RAM; 28.8 Baud modem; 10/100 Base-T
network interface; one hour storage capacity at 8MBPS; Kencast downlink
card and protocol; windows NT V4.0 software; front panel controls; raid
storage; redundant power supply; redundant switchabledecoder channel;
video resolution (horizontal/vertical): 740 X 480, 352 X 240/240 or 480
lines (NTSC), 288 or 576 lines (PAL); video frequency response: 0 --
4MHZ; video I/O impedance: 75 OHMS; audio frequency response: 20HZ --
20KHZ; audio I/O impedance: 40K or 600 OHMS (balanced or unbalanced);
THD: <.1% @ 1KHZ; DAC resolutions: 16-BIT; sampling rate: 32, 44.1
(48KHZ); s/n ratio: 78DB; video compression: MPEG-2, MPEG-1, MPEG-1+;
PWR RQMTS: 220VAC, 50HZ, Applied Technology p/n: AND1000, and three (3)
ea Digital Video Compression Encoder; real-time 1/2 D1 MPEG-2; includes
BGA monitor, keyboard, and mouse; real time MPEG-2 and MPEG-1
compression; program, system, and transport streams; frame accurate
encoding/decoding; Windows NT 4.0 environment; Network-Ready
configuration; NTSC/PAL signals; composite (Y/C), S-Video, and analog
audio inputs; graphical user interface (GUI) screens; video tape
recorder controls; encoding list for frame accurate encoding; PWR
RQMTS: 220VAC, 50HZ, Applied Technology p/n: ADCODE. The Brand named
items have been identified as meeting or exceeding the Government's
minimum requirements but are not established as standards upon which
other offered brand named items will be evaluated. Standard commercial
warranty required. Deliver FOB destination to McClellan AFB, CA within
30 days from date of contract award. All responsible sources may submit
a quote which shall be considered by the agency. Responses to this
notice should be provided inwriting by 25 Jun 98. Offers may be mailed
to: TELEVISION -- AUDIO SUPPORT ACTIVITY, Directorate of Contracting,
ATTN: T-ASA/DC/SC (Bid Officer), 3116 Peacekeeper Way, Mcclellan AFB,
CA 95652-1068, or, if using courier services deliver to: TELEVISION --
AUDIO SUPPORT ACTIVITY, Directorate of Contracting, ATTN: T-ASA/DC/SC
(Bid Officer), 10481 Armstrong Avenue, Bldg 2500, Room 113, Mather, CA
95655. Facsimile responses are acceptable. FAX to (916) 643-4032,
ATTN: Brigitte Bryant. The provision at FAR 52.212-1, Instructions to
Offerors-Commercial, and 52.212-2, Evaluation-Commercial Items applies
to this acquisition. The evaluation criteria for this solicitation
will consist of technical capability of the item offered to meet the
agency need, price and past performance. Offerors shall include a
completed copy of the provisions at 52.212-3, Offeror Representations
and Certifications-Commercial Items, with their offer. Clauses at
52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5,
Contract Terms and Conditions Required To Implement Statutes Or
Executive Orders-Commercial Items, apply to this acquisition. DFARS
252.212-7000 and the following subclauses under DFARS 252-212-7001 also
apply: 252.222-26, 252.222-35, and 252.222-37. Point of contact in this
office is Brigitte Bryant, (916) 364-4299. (0166) Loren Data Corp. http://www.ld.com (SYN# 0328 19980617\70-0005.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|