SPECIAL NOTICE
58 -- Audit Vaut
- Notice Date
- 3/29/2020 4:38:33 PM
- Notice Type
- Special Notice
- Contracting Office
- HQ DEFENSE MEDIA ACTIVITY FORT MEADE MD 20755 USA
- ZIP Code
- 20755
- Solicitation Number
- HQ0516-20-0005
- Response Due
- 4/13/2020 11:00:00 AM
- Archive Date
- 04/28/2020
- Point of Contact
- Shevonn Moore, Phone: 9514132634, Fax: 9514132432, Jessie Feliciano, Phone: 9514132406, Fax: 9514132432
- E-Mail Address
-
shevonn.l.moore.civ@mail.mil, jessie.m.feliciano6.civ@dma.mil
(shevonn.l.moore.civ@mail.mil, jessie.m.feliciano6.civ@dma.mil)
- Description
- REQUEST FOR INFORMATION (RFI) Multichannel DVBS2 Encoding System RFI Tracking Number: HQ0516-FY-20-0005 CONTRACTING OFFICE ADDRESS: Defense Media Activity - Riverside 23755 Z Street Riverside, CA 92518 The Defense Media Activity (DMA) - Riverside is posting this RFI to gain information on the agency�s requirement for a brand name specific Multichannel DVBS2 Encoding System to support the American Forces Network (AFN) mission.� The responses provided may be used by DMA to assist in budgetary planning and developing an acquisition strategy, Performance Work Statement, salient characteristics, and performance specifications.� Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.� Specific support is required to ascertain industry�s ability to furnish a turnkey Multichannel DVBS2 Encoding System for installation at DMA Headquarters in Fort Meade, Maryland. The system shall be comprised of key components that are of exact brand name and specifications to the existing Riverside system. The required capabilities and existing key components are detailed later in this document. DMA representatives may choose to meet with respondents and others who express interest and hold one-on-one discussions.� Such discussions would only be intended to obtain further clarification of potential capability to meet the requirements, including any development and implementation risks. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Any organization responding to this notice should ensure that its response is complete and sufficiently detailed.�� Information provided will be used to assess availability of the anticipated requirement and may lead to the development of a solicitation.� Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. INSTRUCTIONS: Respondents are encouraged to provide the following: A summary of the respondent�s capabilities relating to DMA�s requirements. Questions related to the RFI�s Required Capabilities. Any questions received and subsequent answers will be posted to https://beta.sam.gov/ for the benefit of all interested parties. An itemized budgetary estimate for a system capable of satisfying the RFI�s Required Capabilities. Itemized estimates are preferred should DMA need to adjust system specifications. BACKGROUND The Defense Media Activity (DMA) provides comprehensive internal and external information to the entire Department of Defense through all available media. DMA communicates messages and themes to Secretary of Defense, Service Secretary and other DoD and Military Service through the medium of print, the worldwide web, radio and television in order to support and improve quality of life and morale, situational awareness, and sustain readiness.� AFN provides U.S. radio and television news, information and entertainment programming to military service members, DoD civilians and their families overseas, and aboard U.S. Navy ships. REQUIRED CAPABILITIES: This Multichannel DVBS2 Encoding System supports the AFN Redundancy Capability initiative and shall function as a fully capable backup to the existing system in Riverside, California. This system shall be largely independent, thereby limiting reliance on the existing system as much as possible. Should AFN cease to operate out of the Riverside location, this system shall be capable of assuming responsibility as the primary system for all AFN satellite services. The system shall securely transmit and encrypt High Definition (HD) video, Standard Definition (SD) video, multiple channels of AES audio and Digital Program Insertion (DPI) signals to existing world-wide DVB-S2/MPEG-4 compliant, AFN specific, decoder population. The AFN decoders currently include Verimatrix Conditional Access Modules (CAMS) and the AFN7500 Set-top-box (STB) using onboard Verimatrix Conditional Access. Major Subsystems: Harmonic video encoders to support 10 HD and eight SD MPEG4 Television Channels, plus redundancy and failover switching. International Datacasting audio encoders to support 56 Radio Channels (AES Audio) plus redundancy and failover switching. 192 GPI and IP DPI with SCTE message delivery capabilities. Harmonic ProStream Multiplexing and Newtec DVBS2 Modulators to support four multi-program transport streams (MPTS) delivered as IP, ASI and L Band. AFN Verimatrix Encryption Systems with 30,000 client (set-top-box) licenses and 5,000 ViewRight licenses to support Conditional Access Modules (CAMs) installed in professional IRDs. AFN specific Inview STB Middleware. Monitoring and Control (M&C) System and IP Multiviewer display for uplink and satellite return confidence monitoring of all services. Services: The Contractor shall provide the tools, personnel, hardware and software necessary to provide a turnkey Multichannel DVBS2 Encoding System. The Contractor shall design, engineer, integrate, configure, test and commission all hardware, software and materials necessary to successfully meet the system requirements. The Contractor shall furnish licensing and 24x7x365 manufacturer�s warranty support for the complete system for one year and Government options for four additional years. NOTE: Please estimate mandatory licensing and warranty support as separate line items. The Contractor shall provide installation, integration, commissioning and training services. Training shall be performed by manufacturer certified trainers. The Contractor shall participate in no more than three formal design reviews prior to system delivery. The Contractor shall provide AutoCAD as-built system drawings, a commissioning plan and a transition plan intended to give AFN personnel a thorough understanding of how to transfer capabilities from the current system to this redundant system. INFRASTRUCTURE AND FACILITIES The Government shall provide equipment racks, cooling and redundant UPS power per the Contractor provided space, heat load and power requirements. REQUESTED INFORMATION: ����� a.�� Company�s Name, mailing address, phone number, fax number, company�s website, and e-mail of designated point(s) of contact. ����� b.�� Business Type:� Based upon North American Industry Classification System (NAICS) code 334220 Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing.� Identify the type of entity (large business, small business, small disadvantaged, woman-owned, 8(a), HUBZone, service disabled veteran-owned, etc.). ����� c.�� Cage Code ����� d.�� Contractor�s past performance in meeting stated objectives/requirements, statement of qualifications to include information that clearly demonstrates the respondent�s capabilities, expertise and experience to perform the specific requirements contained in this RFI. ����� e.�� Contract vehicles that would be available to the Government for the procurement of the product and service, to include 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.) Response Guidelines: Vendors who wish to respond to this should send responses via email NLT 13 April,2020 , 9:00 AM Pacific Daylight Time (PDT) to Jesus.m.feliciano6.civ@mail.mil.� Interested parties are requested to respond to this RFI with a white paper. Submissions cannot exceed 10 pages, single-spaced, 12-point type with at least one-inch margins on 8 1/2� X 11� page size, not including any manufacturer cut sheets or system block diagrams. Responses must specifically describe the contractor�s capability to meet the requirements outlined in this RFI.� Questions: Questions regarding this announcement shall be submitted by e-mail to james.s.alexander6.civ@mail.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 4:00 PM (Pacific, will be answered.� The Government will not reimburse companies for any costs associated with the submissions of their responses. Disclaimer:� This RFI is not a Request for Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. �Responses will not be considered as proposals nor will any award be made as a result of this synopsis. All information contained in the RFI is preliminary, as well as, subject to modification and is in no way binding on the Government. �FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. �The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received in this RFI that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PARTICIPATION IN THIS RFI IS STRICTLY VOLUNTARY AND FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES OR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED.� THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY ASSOCIATED COSTS AS A RESULT OF PROSPECTIVE OFFERORS INTEREST, RESPONSE OR PARTICIPATION IN THIS RFI.� ANY FORMAL SOLICITATION WILL BE ANNOUNCED AT A LATER DATE.� THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS REQUIREMENT AT ANY TIME DURING THE ACQUISITION PROCESS.�� ANY SOLICITATION RESULTING FROM THE ANALYSIS OF INFORMATION OBTAINED WILL BE POSTED TO THE PUBLIC IN FEDERAL BUSINESS OPPORTUNITIES IN ACCORDANCE WITH THE FAR PART 5.� HOWEVER, RESPONSES TO THIS NOTICE WILL NOT BE CONSIDERED RESPONSES TO A SOLICITATION.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/09bb5b79c3cc49cf80765bff5d964557/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN05603281-F 20200331/200329230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |