SOLICITATION NOTICE
59 -- TSG-1 Test Pattern Generator and Licenses
- Notice Date
- 7/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- DJTMZ8D503
- Archive Date
- 8/8/2009
- Point of Contact
- Tara D Schmitt, Phone: 618-229-9485
- E-Mail Address
-
Tara.Schmitt@disa.mil
(Tara.Schmitt@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- <!-- /* Style Definitions */ p.MsoNormal, li.MsoNormal, div.MsoNormal {mso-style-parent:""; margin:0in; margin-bottom:.0001pt; mso-pagination:widow-orphan; text-autospace:none; font-size:10.0pt; font-family:"Times New Roman"; mso-fareast-font-family:"Times New Roman";} a:link, span.MsoHyperlink {color:blue; text-decoration:underline; text-underline:single;} a:visited, span.MsoHyperlinkFollowed {color:#606420; text-decoration:underline; text-underline:single;} @page Section1 {size:8.5in 11.0in; margin:1.0in 1.25in 1.0in 1.25in; mso-header-margin:.5in; mso-footer-margin:.5in; mso-paper-source:0;} div.Section1 {page:Section1;} --> Referance #: DJTMZ8D503 The Defense Information Technology Contracting Organization (DITCO), Contracting Division, HardwareSection (DITCO/PL8322), 2300 East Drive, Scott AFB IL 62225-5406, intends to issue a combined/synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This acquisition is for the purchase of TSG-1 Test Pattern Generator and licnses. Delivery is within 30 days after date of contract to Fort Huachuca, AZ., 85613. This requirement is not set-aside. Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. Vendors providing quotes must be authorized resellers of the stated OEM they chose to quote as this is for brand name or equal products. Only one award will be made for this requirement. You must provide pricing for all items in the request or your quote will not be accepted. All quotes are due NLT 24 Jul 2009, 8am CST. Questions will be accepted until 23 Jul 2009, 10am CST. Please contact Tara.Schmitt@disa.mil with questions. Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: TECHNICAL ACCEPTABLENESS(1) AND PRICE (2). PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Delivery Date _________________________________________ 7. Business Size (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin)_______________________________________ ITEM # DESCRIPTION QTY UNIT 1 Sarnoff Visualizer, Single Site License. 30 Hz Package: 1080i 29.97fps, 720p 59.94fps, 480i 29.97fps, 10-bit 4:2:2. Pre-Installed on TSG-1---PART #DTP-1-30 1 ea 2 Encoder Stress Pattern, Single Site License. --Part #ESP-1-30 1 ea 3 Sarnoff Visualizer,Single Site Three Seat License --Part #DTP 1-30 1 ea Encoder Stress Pattern,Single Site Three Seat License-- Part # ERS-1-30 1 ea TSG-1 Test Pattern Generator-- Part # TSG-1 1 ea Required capabilities include a minimum 15 second looping play-out at 1920 x 1080i at minimum 29.97 frames per second. It also needs enough RAM to ensure playback of 10-bit video test clips and patterns that will be used. These clips and patterns will be needed to be loaded on the test pattern generator thus it will have to have on board storage capacity of more than 5 minutes of uncompressed High Definition (HD) clips. These levels of on board storage will more that support over 10 minutes of Standard Definition (SD) storage. The system is required to have both SD and HD outputs that will be used to simulate the various MI encoders. Audio features will include a minimum of 2 channel AES and 8 channel for SD and 16 channels for HD. Finally the system must allow for various test patterns and user generated inputs, and an easy to understand user interface menu for MIS-LAB test personnel to setup and monitor the EUT. The MIS-LAB also requires test patterns to stress MPEG-2 and H.264 (MPEG-4 Part 10) MI encoders. The patterns must be 1080i, 720p, and 480i. Frame per second (FPS) will vary from 29.97 to 59.94 respectively. These patterns must support Motion Estimation and Spatial Compensation evaluation using the lowest mean square error by comparing pixel either via temporal or positional/regional bases. Components must support the visual inspection of proper encoding and scope of deblocking filters and aliasing. Test patterns must stress EUT within tolerances the various aspects of processing thus revealing deficiencies. Multiple workstations are used with the MIS-LAB itself and a deployable capability is required to support demonstrations, exercises, etc. Thus multiple licenses for test patterns are needed to support this requirement PRICING FOR ALL LINE ITEMS IS REQUIRED. Section 508 Accessibility Standards. 1194.21 - Software Applications and Operating Systems 1194.22 - Web Based Intranet and Internet Information and Applications 1194.23 - Telecommunications Products X 1194.24 - Video and Multimedia Products 1194.25 - Self-Contained, Closed Products 1194.26 - Desktop and Portable Computers X 1194.41 - Information, Documentation and Support X 1194.31 - Functional Performance Criteria The following provisions apply to this requirement: FAR 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts & Compliance Reports, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer, 52.236-2 Differing Site Conditions 52.236-3 Site Investigation and Conditions Affecting the Work. 52.236-12 Cleaning Up 52.236-27 Alt I Site Visit (Construction) 52.239-1 Privacy or Security Safeguards, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 Item Identification and Valuation, 252-212-7001 Contract Terms and Conditions, 252.243-7001 Pricing of Contract Modifications, 52.204-9000 Points of Contact, 252.232-7003 Electronic Submission of Payment Requests, 52.232-9000 Wide Area Workflow, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.242-13 Bankruptcy, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, and 52.217-8 Option to Extend Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DJTMZ8D503/listing.html)
- Place of Performance
- Address: 2001 Brainard Road, BLDG 57305, Ft. Huachuca, Arizona, 85613, United States
- Zip Code: 85613
- Zip Code: 85613
- Record
- SN01882938-W 20090723/090722002249-3a4ac851867a9fb05b34628fb5ffbd64 (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 |