SOLICITATION NOTICE
99 -- Digital Betacam editing Recorders and Rack-Mounts
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 512220
— Integrated Record Production/Distribution
- Contracting Office
- General Accounting Office, Acquisition Management, Acquisition Management, 441 G Street, NW, Washington, DC, 20548
- ZIP Code
- 20548
- Solicitation Number
- OAM-2004-N-0055
- Response Due
- 8/27/2004
- Archive Date
- 10/15/2004
- Point of Contact
- Harold Miles, Senior Contract Specialist, Phone 202-512-3607, Fax 202-512-3999 or 2879, - Darcel Hall, Contracting Officer, Phone 202-512-3099, Fax 202-512-3999 or 2879,
- E-Mail Address
-
MILESH@GAO.GOV, HALLD@GAO.GOV
- Description
- This is a combined synopsis/solicitation for commercial item (Digital Betacam Editing Recorders and Rack-mounts) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a U.S. Government Accountability Office (GAO) Request for Proposals (RFP) OAM-2004-N-055. This combined synopsis/solicitation is organized in eleven (11) parts: 1) General Requirements and Background; 2) Specific Requirements; 3) Format of Proposals; 4) Cost Proposals; 5) Evaluation Criteria; 6) Applicability of Federal Acquisition Regulation Provisions; 7) Procurement Schedule; 8) Submission of Offerors? Technical Questions; 9) Point of Contact; and 10) Submission of Offers). 1) GENERAL REQUIREMENTS AND BACKGROUND: The purpose of this acquisition is to acquire two (2) commercial off-the-shelf Digital Betacam Editing Recorders and two (2) rack-mounts that will allow GAO to transition from analog to hybrid digital/analog video production. GAO is currently using a broadcast grade television camera and a main production switcher that produce serial digital (SMPTE 259m) signal. 2) BRAND NAME OR EQUAL REQUIREMENTS: Firms submitting a proposal under this requirement must offer a quantity of two brand name Sony Digital Betacam Editing Recorders and Rack-mounts (i.e., Sony DVW-M200 analog/digital Digital Betacam Editing Recorder/Player, RMM131 rack-mount kit) that must be equally compatible in features and conform to the following characteristics: (a) Record and play Component Digital Betacam format tapes, because of this format?s high quality and wide use by duplicating houses and production companies we do business with, as well as the news media; (b) Playback Betacam and Betacam SP format tapes, because we presently use other machines that record and play the Betacam SP format, and this format is also in wide use elsewhere; (c) Designed for easy integration into a hybrid digital/analog system. This requires that the machine provide A/D and D/A converters for inputting and outputting analog component, analog composite and SDI video, and analog and digital audio. Analog audio is to be on XLR connectors, and video on BNC connectors. Digital video is to employ Serial Digital Interfacing conforming to SMPTE259M. The component digital video signal is to be 4:2:2; (d) Have comprehensive digital monitoring and diagnostic capability, with user-friendly indicators for the various channels to monitor error rates (for example, employ confidence heads for immediate playback); (e) Meet the CCIR 601 standard which provides suitability for 16:9 wide-screen operations; (f) Be the same dimensions and about the same weight as our present Betacam-SP machines for mechanical interchangeability. (Height can be less.); and (g) RS-422A and RS232C ports for control and communication. 3) FORMAT OF PROPOSALS: Proposals must contain: 1) the name, address, and telephone number of the offeror; 2) a completed Representations and Certifications at FAR 52.212-3) 3) cost proposal; and 4) any product brochures, descriptions, or informative catalogs detailing the products being proposed. Offerors must preface their proposals by an Executive Summary that ties in or correlates their technical proposal with the specific specifications criteria contained within this FedsBizOpps notice. The proposal must be signed by an official authorized to bind the offeror. Offerors that fail to furnish required representation and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. 4) COST PROPOSALS: All costs associated with satisfying the RFP requirements must be reported. The offeror must include the total cost of the equipment, shipping (FOB Destination). The offeror?s cost must include any manufactures discounts and discounts the offeror has provided to its most favorable customer, Government or commercial. The cost proposal must include acknowledgement of all amendments if any to the solicitation. The contract period of performance is from date of award through acceptance and all-inclusive contractor?s and manufacture?s warranties. 5) EVALUATION OF OFFERS: For award of the proposed contract, offers will be evaluated basis of the lowest price received of the proposals meeting the acceptability standards of the brand name or equal requirements stated in Number 2 above. NOTE: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and brand name or equal standpoint. 6) APPLICABILITY OF FAR PROVISIONS: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum paragraph (h) Multiple Awards ? delete in its entirety, the government plans to award a single contract resulting from this requirement. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far). FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. FAR 52-212-4 - Contract Terms and Conditions-Commercial Items, Conditions. Proposals will be evaluated in accordance with FAR Provisions 52.211-6, Brand Name or Equal. 7) PROCUREMENT SCHEDULE: Key milestone dates for this procurement are as follows ? combined FedBizOpps synopsis/solicitation published - (Date- as published in the FedBizOpps; deadline for questions - (Date- 3 calendar days after solicitation is published in the FedBizOpps); submission of proposals (Date- 7 calendar days after solicitation is published in the FedBizOpps or the very next non-Federal holiday/business day) - Award (Date- 30 calendar days from receipt of proposals). 8) SUBMISSION OF OFFEROR?S TECHNICAL QUESTIONS Offerors must submit all technical questions concerning this synopsis/solicitation requirement in writing to the Harold Miles (Sr. Contract Specialist). GAO must receive the questions no later than 3 calendar days after the FedBizOpps notice is published. GAO will respond to questions that may affect offers in an amendment to this FedBizOpps notice. Proposals must be received on or before 2:00 pm (EST) August 27, 2004, by the point of contact identified in Part 9. All offers shall be clearly marked with the Solicitation Number, offeror?s name, and address, point of contact, phone number and email address if available. Offerors must acknowledge receipt of all amendments to this RFP. .9) POINT OF CONTACT Harold Miles (Sr. Contract Specialist), U.S. General Accounting Office, Acquisition Management, Room 6B46, 441 G. St. NW, Washington, D.C. 20548. Telephone: 202-512-3607, Fax 202-512-2879 or 202/512-3999, Email: (milesh@gao.gov). 10) SUBMISSION OF OFFERS: Proposals may be submitted by facsimile to the numbers above, electronically to the email address above or by FEDEX (the only acceptable mail delivery due to building security) to the mailing address below. Offerors will bear the responsibility of confirming with the Government that their proposals have been received. For your information, the contact?s mailing address is U.S. Government Accountability Office, Acquisition Management, 441 G Street N.W., Room 6B46, Washington D.C., 20548 Attn: Harold Miles (Contract Specialist), Solicitation No. OAM-2004-N-055. HANDCARRIED OFFERS WILL NOT BE ACCEPTED. *****
- Place of Performance
- Address: U.S. Government Accountibility Office (GAO), 441 G Street N.W., Washington, DC
- Zip Code: 20548
- Country: United States
- Zip Code: 20548
- Record
- SN00647783-W 20040821/040819212911 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |