Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2025 SAM #8464
SOURCES SOUGHT

99 -- FY25 Router Refresh

Notice Date
1/27/2025 8:35:11 AM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
HQ DEFENSE MEDIA ACTIVITY FORT MEADE MD 20755 USA
 
ZIP Code
20755
 
Solicitation Number
HQ0516-FY-25-0003
 
Response Due
1/30/2025 11:00:00 AM
 
Archive Date
01/31/2025
 
Point of Contact
Stephen Burks, Megan Gerety, Phone: 2024091306
 
E-Mail Address
stephen.l.burks.civ@mail.mil, megan.k.gerety.civ@mail.mil
(stephen.l.burks.civ@mail.mil, megan.k.gerety.civ@mail.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT Video Router Refresh The Defense Media Activity (DMA) is seeking authorized sources to upgrade our existing HD House Video router to an UHD capable system. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - East 6700 Taylor Avenue Fort Meade, MD 20755 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of any business size to provide the required products and/or services. DMA Mission Systems is seeking to a purchase an UHD capable, non-blocking video router to upgrade/replace our current house router � the Utah 400XL model. DMA has already purchased several Ross Ultrix FR5 routers that acts as edge routers utilizing a few tie lines to the main house router. The goal is to find a solution that can both update our main house router as well as seamlessly connect to the existing Ross edge routers. 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/Delivery Order Number: HQ0516-23-F-0098 (29SEP2023) Brief Description: DMA Studio Control Room 1 Upgrade Contractor: Digital Video Group Business Type: SB Contract Type: FFP Basis of Award: Full and Open Contract/Delivery Order Number: HQ0034-22-P-0131 (06SEP2022) Brief Description: BORG Master Control Refresh Contractor: Digital Video Group Business Type: SB Contract Type: FFP Basis of Award: Full and Open Contract/Delivery Order Number: HQ0516-21-F0130 (28SEP2021) Brief Description: GFX Technical HD/UHD Test Equipment Contractor: Digital Video Group Business Type: SB Contract Type: FFP Basis of Award: Full and Open Contract/Delivery Order Number: HQ0516-20-0019 (30SEP2020) Brief Description: DMA Studio Control Room 3 Upgrade Contractor: Digital Video Group Business Type: SB Contract Type: FFP Basis of Award: Full and Open Provide Brief description of the current program/effort: List Anticipated Time Frame: 29 May 2025 � 28 May 2026 List Place of Performance: DMA-HQ REQUIRED CAPABILITIES: The new routing switcher must be UHD capable and scalable Must be compatible with existing Ross Ultrix routing equipment and control systems, in a non-blocking design Must be able to support a minimum of 750 SDI inputs and outputs connections Must be able to control the routes via a control panel and/or a software solution. SPECIAL REQUIREMENTS: The new routing switcher equipment must be able to be installed within the 17RU of available rack space, each, on six 50RU racks, currently in use. Must be engineered for integration in planned stages to minimize disruptions while maintaining operability with the current Utah routing switcher until it can be decommissioned leaving this new system as the primary house routing switcher for DMA HQ. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334310. This Sources Sought Synopsis is requesting responses to the following criteria from any business size 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. 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: Business name and address; Name of company representative and their business title; Type of Small Business(if applicable); Cage Code; 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.) OEM certification that vendor is a Manufacturer Authorized Channel Partner with either Premier, Silver or Gold status as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Vendors who wish to respond to this should send responses via email NLT 30 JAN 2025, 2 PM Eastern Daylight Time (EDT) to megan.k.gerety.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
SAM.gov Permalink
(https://sam.gov/opp/f0c1ec0c3e7d4b9c913880fd4ae1a53f/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN07324504-F 20250129/250127230112 (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 |
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.