Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2001 PSA #2975
SOLICITATIONS

59 -- DIGITAL VIDEO RECORDER

Notice Date
November 7, 2001
Contracting Office
Fleet & Industrial Supply Ctr Seal Beach, 800 Seal Beach Bl Code 280 Seal Beach, CA 90740
ZIP Code
90740
Solicitation Number
N00244-02-T-0139
Response Due
November 14, 2001
Point of Contact
Marty Daugherty, 562-626-7368; FAX 562-626-7877
E-Mail Address
Click here to contact contract specialist via email (daugherty.martha@sbeach.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WIRRTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N00244-02-T-0139 as a request for quotation (RFQ). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01and DFAR Change Notice 20011001. The North American Industry Classification System code is standard industrial code is 334310 and the business size standard is 750 employees. The agency need is for: (7) ea -- Digital Video Recorder: equipment fielded minimum one year, max power 110 VAC, 60Hz, size: max of 4 RU in height & 28 inches in depth, mounting hardware to support a standard 19 rack. Serial Control Interface: a) One 9 pin Subminiature D RS-422 asynchronous serial port; b) Minimum baud rate is 9600; c) Supports all basic controls of the DVR available on front panel; d) Each message shall have a checksum; e) Message successfully received by DVR shall transmit an acknowledge (ACK). Serial Control command function shall have but not limited to: a) Stop, play, record, fast forward, step forward commands; b) Variable speed commands (Jog forward, Variable forward, Shuttle forward, Jog reverse, Variable reverse and Shuttle reverse); c) Sense data in and data out time of DVR and formatted reply is ff ss mm hh, where ff is frames, ss is seconds, mm is minutes, and hh is hours; d) Transport control to DVR; e) Preset & select control to DVR; f) Odetics / Panasonic "auto mode" contro l; g) DVR Fast Forward control; h) Status sense; i) Save play list; j) Go to frame; k) Support a video input to video output pass through mode; l) Support a complete video delete on hard drive command. The serial control interface is completely documented; Microsoft Windows-based software providing control over the serial port; Single video channel system, Supports Component (Y,R-Y, B-Y) and composite video I/O video types; Supports Switchable Y, R-Y, B-Y and RGB outputs; Supports NTSC 60 fld/sec, 29.97 frm/sec. PAL 50 fld/sec, 25 frm/sec; Uses industry standard CCIR-601 4:2:2 digital format; All video outputs are switchable to any of the Y, R-Y, B-Y and RGB outputs; Motion-JPEG compression ratios of 2:1, 3:1, 4:1 up to a minimum of 10:1; Uses industry standard CCIR-601 4:2:2 digital format; Supports Genlock input locks analog video output to external sync and RS-422 machin e control Sony / SMPTE protocol with Odetics Broadcast extensions. Front panel display showing a) Compression; b) Time recorded; c) Amount of time. Front panel control a) Change playback speed; b) Change record/playback control. Internal SCSI hard drive characteristics a) Ultra160 SCSI Interface; b) Minimum of 18 GB of unformatted hard drive space; c) Minimum of 5.4 ms average access speed; d) Minimum MTBF of 1,000,000 hours. All items are to be delivered to: Norco, CA 92860. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Com mercial Items applies as well as the following addendum clauses: FAR 52.219-1, Small Business Program Representations; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and addendum provisions DFARS for Certain Domestic Commodities; and addendum provision DFARS 25 2.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPORALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red/Yellow/Green Program applies. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the In ternet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars . Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery /availability of product/s, the company's CAGE code, Dun and Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on 14 November 14 November 2001and will be accepted via fax at 562-626-7877. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/or after 06-01-98. Lack of registration in the CCR database will make an offeror/quoter INEGLIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information.
Web Link
Click here to learn more about FISC San Diego (www.sd.fisc.navy.mil)
Record
Loren Data Corp. 20011109/59SOL007.HTM (D-311 SN512553)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on November 8, 2001 by Loren Data Corp. -- info@ld.com