COMMERCE BUSINESS DAILY ISSUE OF JULY 18,2000 PSA#2644 Office of Procurement, United States Senate Sgt-at-Arms, Postal
Square-6th Floor, Washington, DC 20510 58 -- TELEVISION STUDIO HIGH DEFINITION PRODUCTION SWITCHER SOL
2000-R-014-A DUE 072700 POC Kathleen Haddow, Contract Specialist (202)
224-7135; Lawrence Toperoff, Contracting Officer (202) 224-2547
E-MAIL: Click here to contact the contracting officer via,
acquisitions@saa.senate.gov. This announcement constitutes the only
notice, a formal written request will not be issued. Quotations are
solicited with this notice. This is a combined synopsis/Request for
Quotation (RFQ) for commercial items in accordance with United States
Senate Procurement Regulations. The quotation document incorporates
United States Senate contract terms and conditions. A copy of the
current terms and conditions may be obtained by faxing a request to
(202) 228-2051 or email to acquisitions@saa.senate.gov citing the above
quotation number. The United States Senate, Office of the Sergeant at
Arms, Senate Recording Studio intends to procure the following items:
item 0001: One (1) High Definition (HD) production switcher to include:
a) Control Panel with: At least twenty (20) primary input buttons; Two
M/Es and a Program and Preset buss; Aux buss control buttons; Wipe
generator buttons; Alpha Numeric Mnemonic displays on each buss: M/Es,
PGM/PST, and Aux buss; Machine control buttons; Router control
buttons; Graphical User Interface (GUI); System software; b) High
Definition main system to include: At least thirty (30) primary inputs;
At least ten (10) Aux busses; 720p/60 & 59.94 and 1080i/60 & 59.94
software switchable operation; No less than three (3) keyers per M/E
buss; No less than three (3) downstream keyers; Tally interfaces to
allow contact closures for primary inputs and under monitor displays
with support for two color tallying: "on Air" tally and Preview buss
tally.; Shadow generator for M/Es; Interface to allow router control
and switcher recalls of HD outputs of a facility routing system; Full
Bandwidth Frame Store, for a single frame available as a source;
Machine control over Sony Betacams; System software. item 0002:
Redundant power supplies for all electronics. item 0003: On-Site system
programming and testing. item 0004: On-Site operator training for seven
(7) operators. item 0005: Complete Maintenance Manuals, two (2) sets.
item 0006: Operator Manuals, seven (7) sets. Specifications for High
Definition Production Switcher The High Definition production switcher
will be a Philips Seraph HD35 2-M/E with Program and Preview busses or
equal. A) The high definition production switcher control panel shall
have at least: twenty (20) primary input buttons, two (2) M/E busses
and a separate Program and Preview buss, one (1) Auxiliary buss buttons
with control over ten (10) Auxiliary busses, one set of wipe generator
buttons, alpha numeric mnemonic displays above each buss set (one (1)
for each M/E, Program/Preview buss, and Auxiliary buss), machine
control buttons for Video Tape Recorder (VTR) control, router control
buttons for control of router inputs to the switcher, and a GUI for
backup control of switcher and other functions. B) The main switcher
system shall have at least: 1.5Gbit/s HD SDI I/O for full bandwidth
high definition television. I/O format standards of 720p/60 & 59.94
(SMPTE 292M & 296M) and 1080i/60 & 59.94 (SMPTE 292M & 294M), software
switchable. At least thirty (30) primary inputs, ten (10) Auxiliary
busses, one (1) output per M/E, Program, Preview, and Auxiliary buss,
and a Clean Feed output. At least three (3) keyers per M/E, and three
Down Stream Keyers (DSK). The switcher shall also have at least one
shadow and wipe generator for M/Es. C) The switcher shall incorporate
a tally interface that will allow the switcher to provide contact
closures for each primary input. The tally interface shall also
interface to the facility routing system through the Philips Jupiter
router control system. The high definition switcher shall tally to
alpha numeric Under Monitor Displays (UMD), directly from the switcher
and to UMDs under router control. The tally system shall support two
(2) color tallying through to all UMDs and contact closure devices. D)
The switcher shall have an interface to the routing system through the
Philips Jupiter control to allow the switcher to control outputs of the
router from the switcher. This interface shall support the mnemonic
displays on the switcher so that router outputs selected by the
switcher are displayed with their alpha-numeric router name on the
switcher displays, and the UMDs supported by the switcher and router.
E) The switcher shall have a full bandwidth frame store unit that will
be capable of holding at least one frame of video in the selected
format, and route that frame to a source key on the switcher. F) The
switcher will have machine control capable of controlling at least two
(2) Sony Betacam VTRs, with provisions for updating the switcher to
control additional devices in the future. G) The Senate Recording
Studios (SRS) requires items 1,2,5,and 6 (switcher, redundant power,
and manuals) in this request to be delivered to the SRS no later than
November 1st 2000. The switcher manufacture will report to SRS on the
delivery schedule at least twice after award, once two weeks after the
award, and once by October 2nd 2000. The SRS requires item 3
(programming and testing) to be completed by November 30, 2000, and
subject to the installation schedule as established by the SRS and
installing contractor. The SRS requires item 4 (training) to be
accomplished during December 2000, and subject to the SRS personnel
schedules and the installing contractor's schedules. H) Pricing for all
items shall be the total cost as delivered to the SRS, including
training and testing. Standard commercial warranty required. All items
shall be delivered FOB destination and quote shall provide the
delivery date offered in days after receipt of order. All responsible
sources may submit a quotation which shall be considered. The brand
named items have been identified as meeting or exceeding the United
States Senate minimum requirements, but are not established as
standards upon which other offered brand named items will be evaluated.
If the equipment proposed is the same as in this request (i.e., same
manufacture and specification), the offeror need only make a statement
to that effect. If the offeror is proposing to substitute other
manufacturers or part numbers, the offeror shall also provide complete
technical data for substitutions. It is the offeror's responsibility
to provide sufficient technical data to allow the United States Senate
to determine if the proposed substitution meets the United States
Senate needs. Offerors are encouraged to provide existing product data,
such a line cards, rather than creating data in response to this
quotation. All responses to this request must be provided in writing
and make reference to the quotation number. Responses may be mailed to:
Lawrence B. Toperoff, Director of Acquisitions Management, Office of
the Sergeant at Arms, United States Senate, Washington, DC 20510-7207,
or if using courier services deliver to: Lawrence B. Toperoff,
Director of Acquisitions Management, Office of the Sergeant at Arms,
6th Floor, Postal Square Building, 2 Massachusetts Ave., N.E. (Entrance
on 1st Street between Union Station and Postal Square), Washington, DC
20002. Facsimile responses are acceptable. FAX to (202) 228-2051,
Attn: Lawrence B. Toperoff. Hard copies of the faxed quotation must be
received within 5 days of the fax. To be eligible to receive an award
resulting from this request. You must include your Dun & Bradstreet
(DUNS) number in order to apply. The evaluation criteria for this
request will consist of technical capability of the item offered to
meet the United States Senate need, price, and delivery timeframe.
Offerors shall include a completed copy of Representations and
Certifications as follows: Equal Employment Compliance, Certification
of Non-Segregated Facilities, and Debarment and Suspension
Certification, copies may be obtained by faxing request to (202)
228-2051 or email to acquisitions@saa.senate.gov. PACKING AND MARKING
INSTRUCTIONS: (a) Partial shipments of a unit are not allowed. The
contractor shall ship each unit complete in one box or set of boxes. If
a set of boxes is used, all boxes shall be shipped on the same day and
each box shall be marked with the ship to and mark for addresses as
shown on the order. (b) Each box shall contain two copies of the
packing list. One shall be placed inside of the box and one shall be
affixed to the outside of the box. The packing list shall include the
following information: 1. The order number, the contractors name, and
a phone number for a person to be contacted if there are questions
regarding the shipment. 2. A listing, by box number, of all items
shipped, including quantities. The items listed shall correspond to the
components in the item description and shall also bear the part number
on the individual items in the box. 3. If any component in the item
description is installed in another component, that fact shall be noted
on the packing list. Quotes must be submitted by 3:00 p.m. EST,
Thursday, July 27, 2000. Failure to provide any of the required
documents referenced in this notice will render your quote unacceptable
and ineligible for award. Point of contact in this office is Kathleen
Haddow, (202) 224-7135, Fax (202) 228-2051 and email address below.
Posted 07/14/00 (W-SN474868). (0196) Loren Data Corp. http://www.ld.com (SYN# 0332 20000718\58-0003.SOL)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on July 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|