SOURCES SOUGHT
58 -- AVID Editing Workstation
- Notice Date
- 6/17/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ0028-FY15-0016
- Archive Date
- 7/16/2015
- Point of Contact
- Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
susan.m.madrid.civ@mail.mil
(susan.m.madrid.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Media Activity (DMA) is seeking authorized sources to provide an Avid Editing Workstation, to include commissioning and project management as described below. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - West 23755 Z Street, Bldg. 2730 Riverside, CA 92518-2031 INTRODUCTION: This is a Sources Sought Synopsis to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Air Force Public Affairs Agency (AFPAA) requires the following items: CLIN 0001: Editing Workstation 3 Complete Avid Technology Editors as configured below: 3 EA (9935-65932-00), HP Z840 CPU, Dual Intel 6-Core Xeon E5-2640 Processors@ 2.5GHz 15MB Cache/1600 MHZ Memory, NVIDIA Quadro K4000 3GB GFX, 15GB (8x2GB) DDR3 1600 ECC Memory, Microsoft Win 7 Pro 64-Bit Edition w/Service Pack 1. CLIN 0002: Commissioning 2 EA 0530-03093-01: Service, Commissioning Daily Rate including Travel Expenses. CLIN 0003: Project Management 1 EA 0530-03097-01: Service, Remote Project Management. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HQ0028-15-F-0004, HQ0028-13-F-0116 Contract Type: Firm Fixed-Price Incumbent and their size: Avid Technology, Large Business Method of previous acquisition: Sole Sourced Provide Brief description of the current program/effort: N/A. List Anticipated Time Frame: To be delivered NLT 15 Aug 2015 List Place of Performance: Langley AFB, VA 23665 REQUIRED CAPABILITIES: Authorized resellers of Avid equipment/services. SPECIAL REQUIREMENTS: N/A SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334220, with a size standard of 750 employees. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) 6) Certification that the vendor is an authorized provider and has the necessary television program distribution rights. Vendors who wish to respond to this should send responses via email NLT 01 July 2015, 2:00 PM Pacific Daylight Time (PDT) to susan.m.madrid.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6f15b0a95b2a24e352f8c84dfdcd73c7)
- Place of Performance
- Address: 23 Sweeney Rd., Bldg. 330, Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN03767599-W 20150619/150617235349-6f15b0a95b2a24e352f8c84dfdcd73c7 (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 |