Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
SOLICITATION NOTICE

59 -- STANDARD-DEFINITION MULTI-CHANNEL MPEG-2 ENCODERS

Notice Date
3/27/2008
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK08239472Q
 
Response Due
4/11/2008
 
Archive Date
3/27/2009
 
Point of Contact
Erik C Whitehill, Contract Specialist, Phone 321-867-5507, Fax 321-867-2042, Email Erik.C.Whitehill@nasa.gov - Edwin Martinez, Contract Specialist, Phone 321-867-1699, Fax 321-867-4848, Email edwin.martinez-2@ksc.nasa.gov
 
E-Mail Address
Email your questions to Erik C Whitehill
(Erik.C.Whitehill@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice 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, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. NASA/KSC has a requirement for seven Standard-Definition Multi-Channel Mpeg-2 Encoders with installation and training with the following salient characteristics: Scopus Model # UE-9240 brand name or equivalent with the following characteristics: 1. Quad channel mpeg-2 encoder 2. 4 channel standard-definition encoding with analog input, 3. 4:2:2, 4:2:0 encoding profiles 4. CBR / capped VBR support 5. Mpeg-2 audio, ac3 audio, 6. Advanced multiplexing for cascading & multi-services 7. Simultaneous ASI & IP output 8. Management via embedded web server, external SNMP application or Scopus NMS-4000 9. Integrated Scte-35 detection 10. DVB/ATSC compliance All units will be shipped to the address below: Transportation Officer NASA / Kennedy Space Center J-BOSC WAREHOUSE, BUILDING M6-744 KENNEDY SPACE CENTER, FL 32899 The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334220/ 750 employees respectively. The offeror shall state in their offer their size status for this procurement All responsible sources may submit an offer which shall be considered by the agency. Questions regarding this acquisition must be in writing, via e-mail, to Erik C. Whitehill not later than close of business (COB) April 4, 2008. Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). Selection and award will be made to that offeror whose offer is the lowest price technically acceptable source. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offers for the items(s) described above are due by COB April 11, 2008, to NASA-KSC, Attn: Erik C. Whitehill, e-mail: Erik.C. Whitehill@nasa.gov and must include, solicitation number, FOB destination to KSC, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (NOV 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: FAR 52.233-3 Protest after Award (AUG 1996) (31 USC 3553) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) The Contractor shall comply with the FAR clauses in this paragraph that the contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2007) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 USC 4212) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 USC 793) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 USC 4212) 52.225-1, Buy American Act-Supplies (JUN 2003) (41 USC 10a-10d) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (EOS, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury.) 52.232-34, Payment by Electronic Funds Transfer- Central Contractor Registration (OCT 2003) (31 USC 3332). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#129362
 
Record
SN01543734-W 20080329/080327225611 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.