SOURCES SOUGHT
59 -- FMS Case JO-B-YAL
- Notice Date
- 12/17/2014
- Notice Type
- Sources Sought
- Contracting Office
- ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- MARKET-SURVEY-5761-1
- Response Due
- 1/9/2015
- Archive Date
- 2/15/2015
- Point of Contact
- Savino Sica, 443-861-5441
- E-Mail Address
-
ACC-APG - Aberdeen Division B
(savino.w.sica.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DO NOT CONTACT POSTER, S.SICA. FOR ANY INFORMATION CONTACT: Katherine Dixon 443-395-6981, John B. Allen 443-395-6982, Steven C. Cooper 443-395-6992 FOR MORE INFORMATION PLEASE CONTACT Katherine Dixon, EMAIL katherine.s.dixon.civ@mail.mil; John B. Allen, EMAILjohn.b.allen42.ctr@mail.mil; Steven C. Cooper, EMAIL: steven.c.cooper8.ctr@mail.mil SOURCES SOUGHT: This requirement is designated for the country of Jordan in support of the Jordan Armed Forces. **You must respond NO LATER than January 09, 2015. The ACC-APG -C4ISR intends to acquire the following: -Design, integrate, install, deliver, test, and train as a turn-key system for the Jordan Armed Forces (JAF) one (1) High-Definition Television (HDTV) Outside Broadcast (OB) Vehicle. The HDTV OB Vehicle will be used as a program production facility for a wide variety of indoor and outdoor events throughout Jordan. The HDTV OB Vehicle will be equipped with eight (8) high quality HDTV multi-format camera systems and one (1) high-quality HDTV wireless camera system, but will be capable of monitoring, managing, and switching up to 12 camera systems for broadcast-quality production. -Vehicle. The OB vehicle includes a prime mover and trailer/coach with total length not to exceed 12.5 meters, meets Jordan transportation authority regulations, and can be driven on Jordan dirt roads in the Dead Sea area. -Prime mover shall be a diesel powered four or all wheel drive rigid chassis air suspension Mercedes Actros with at least 300KW of generated engine power and meet Jordan pollution control requirements. -The trailer/coach shall have a hydraulic stabilization system and permit storage, transport, and operation of camera, switching, video and audio monitoring, production, recording, slow-motion, editing, and transmission systems; ancillary equipment cabling and stands, as well as required equipment and personnel furniture (i.e. racks, tables, workstations, chairs,) retractable awnings (sides and back,) safety equipment (ladders, fire extinguishers, first aid kit,) lighting, power supplies, heat, A/C, technical and operator manuals. -The trailer/coach shall provide separate air conditioned work areas with required workstations, monitors and equipment to support a complete on-site production and broadcast staff (to include, but not limited to director, assistant director, video mixing operator, technical director, graphics operator, audio engineer and assistant, slow-motion video operator, engineer.) -The trailer/coach shall provide 230 VAC, 50 Hz power to all equipment, including Uninterrupted Power Supplies (UPS) for critical load systems using Jordan grid power or rented generator power. The prime mover, trailer/coach, power supplies, heater and A/C units shall be serviceable by local Jordan service providers. -Technical. -Camera System. The camera system includes connectivity between base station and camera heads with a variety of input and output signals, a standard camera control unit (CCU), operation and master control panels, and ten (10) motorized cable cams. Camera units include broadcast quality lenses, imaging sensors, and camera heads with accessories such as tripod, HDTV viewfinder, rain cover, sun and sport hoods, with hard cases that can carry lenses. Five (5) of the eight (8) camera units include support systems (fluid pan tilt heads, dolly skids, flexible floor spreaders, telescopic pan bars.) Three (3) of the eight (8) camera units include heavy duty skits support systems (fluid pan tilt units, torque safe tripod, dolly skids, telescopic pan bars.) -Production Equipment. Includes a rack-mounted multi format 32-input video production switcher, emergency changeover unit, distribution system, video router, video character generator, reference system, frame synchronizer/converter, digital glue equipment, intercom system, laptop computer(s), monitoring facilities to fulfill production, vision control, audio, and engineering requirements, DVD, and Blue-Ray recorders, VTR recorder, engineer support and test equipment including wave form monitor. -Slow Motion Play Back. This system shall include slow motion play back with dynamic motion controller, storage, recording media, video server, and satellite reception system. -Audio. Audio equipment includes an OB audio mixer with 5.1 surround sound, dual disc recorder, analog audio distribution amplifiers, dual telephone hybrid, multi effect processor, passive studio and reference monitor, commentator unit with headsets, patch panel and patching equipment, broadcast quality rugged field proven microphones with accessories. -Support includes an on-site (in country) acceptance test and training by a certified instructor. In addition to OEM warranties, the contractor shall warrant the system for twenty-four (24) calendar months after delivery. This requirement is intended to be offered as all or none, with a single source of supply. The anticipated type of contract will be Firm Fixed Price. All equipment, to include special tools and common tools are provided by the contractor. REQUIRED INFORMATION: 1.You MUST state delivery ARO of all HARDWARE. 2.If you are a reseller/distributor you MUST disclose the manufacturer of ALL ITEMS listed. 3.You MUST reference the FMS case designator on your formal solicitations. 4.Identify whether you are a small or large business. 5.On top of the first page of your capability statement should include: - Indication of current certified small business status (HUBZone, SDVOSB, 8(a), WOSB, etc.) or indication of large business - Organization's name - Point of contact - Address - DUNS number - Cage Code - EIN Respond to My Attention by 11 AM Eastern on 09 January 2015 Katherine Dixon, EMAIL katherine.s.dixon.civ@mail.mil; John Allen, EMAIL: john.b.allen42.ctr@mail.mil, Steven C. Cooper, EMAIL: steven.c.cooper8.ctr@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c0d742a4dad048da08c7a4512a3356b5)
- Place of Performance
- Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03598565-W 20141219/141217234458-c0d742a4dad048da08c7a4512a3356b5 (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 |