Video Encoders
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F7B1FG9227AW02, and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective date 13 Aug 2019. This solicitation has been set aside for 100% Small Business under the 334220 NAICS Code, with a small business size standard of 1,250 number of employees, and only qualified vendors may submit quotes. The solicitation will start on the date this solicitation is posted and will end on 11 September 2019 at 4:00 P.M. Central Standard Time (CST). The North Dakota Air National Guard has a requirement for Ten (10 EA) Video Encoders that must meet the salient characteristics identified below. DESCRIPTION / MINIMUM SALIENT CHARACTERISTICS ARE AS FOLLOWS: •1) Video Encoders, Rugged QTY: 10 (EA) Extended Description: Rugged Video Encoders are required to be utilized in conjunction with an existing MQ-9 Launch and Recovery Element (LRE) Ground Control Station (GCS). The intended use of the encoders is to process Full Motion Video (FMV) from the MQ-9 for transport across networks. These encoders must be compatible with Standard Definition (SD) and High Definition (HD) MQ-9 feeds, and be capable of the latest coding formats (H.265, VP9 or AOMedia Video (AV)1). The minimum salient characteristics required of the Rugged Video Encoders is as follows: Physical Characteristics: -Material of Body: Metal -Body Color: Coyote / Tan / Other conservative color -Power: +28 Volts Direct Current (VDC) -Inputs: -Minimum of Two (2) Bayonet Neill-Concelman (BNC) uncompressed video inputs -Minimum of One (1) BNC video input for a loop-through output, selectable -Connection Type: Must by Bayonet Neill-Concelman (BNC) connection type -Outputs: -Minimum of Two (2) 10/100/1000 Ethernet ports -Minimum of One (1) Serial port -Video encoding: H.265, VP9 or AV1 w/ SD & HD metadata support / ruggedized -Encoder Dimensions: Must not exceed 3 inches in height, 7 inches in width, or 10 inches in depth -Weight: Must not exceed 5.0 lbs. Functional Characteristics: Encoders must be able to take video directly from the MQ-9 GCS and pass the video to a network connection. H.265, VP9 or AV1 must be a capability to ensure future compatibility and effective video dissemination in areas with degraded/overburdened networks. Performance Characteristics: Encoders must be compatible with MQ-9 GCS. *Product Warranty: Standard Manufacturer's Warranty (or equivalent) is required. Preferred Delivery Date: 30 Days ARO *Brand New items only; "remanufactured" or "gray market" items will not be considered for award. A firm-fixed price purchase order will be issued for these Commercial Items. All items must be covered by a Standard Manufacturer's Warranty, or equivalent. Delivery shall be made to: 119th Wing / NDANG 1400 32nd Ave. North Fargo, ND 58102 ** The NDANG (119WG) is a Federal agency and tax exempt. The NDANG EIN number is 45-0438712 and the ND State Tax exempt number is E-2001. *This is an "All or Nothing" requirement; no split-awards shall be made for this acquisition. Quotes received shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. Provisions 52.212-1, Instructions to Offerors - Commercial and 52.212-2, Evaluation -- Commercial Items, apply to this acquisition along with the listed addenda's to the provisions. PROVISIONS INCORPORATED BY FULL TEXT FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. (DEVIATION 2018-O0018) Quotes shall include the following: •1. The solicitation number; •2. The name, address, telephone number, DUNS+4 (unique entity identifier) and cage code of the offeror; •3. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; •4. Terms of any express warranty; •5. Price and discount terms offered •6. Signed copy of Amendments (If Applicable) System for Award Management (SAM). Unless exempted by the Contracting Officer, you must register in SAM before we will issue an award to you. If you do not register by the date set by the Contracting Officer, the Contracting Officer may issue the order to a different offeror. Once registered, you must remain registered throughout performance until final payment. Go to https://sam.gov/SAM/ for information on SAM registration and annual confirmation. Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM). The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. Please ensure quotes are valid for 30 days. Quotes Submissions: Quotes are required to be submitted with the attached "Video Encoder Quote Sheet" and are due no later than, 11 September 2019, at 4:00 PM (Central Time). Offerors are responsible for verifying receipt of their proposals to this office before offer due date and time. Late quotes may be rejected at the Contracting Officer's discretion. Quotes will be emailed to: brian.l.erdmann.mil@mail.mil For questions regarding this RFQ please contact: 2d Lt Brian Erdmann at brian.l.erdmann.mil@mail.mil Upon award and satisfactory performance, payment will be through Wide Area Workflow. (End of provision) FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •1. PRICE •2. PAST PERFORMANCE •3. TECHNICAL ACCEPTABILITY Price: Prices will be evaluated utilizing one or more of the methods in FAR 13.106-2. For an offeror to receive the award prices must be determined to be fair and reasonable. Past Performance: May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (D) Any other reasonable basis. Technical Acceptability: The government will evaluate the technical data for the proposed encoders to ensure it meets ALL of the required minimum salient characteristics. Any offeror who provides a product that does not meet ALL required characteristics may be eliminated from consideration of contract award. (b) The Government reserves the right to award to the supplier whose quotation or offer, conforming to the requirements of the solicitation, represents the best value to the Government considering price, past performance, and is deemed technically acceptable. (c) A written notice of award or acceptance of an offer by both parties, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (End of Provision) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-6 FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) FAR 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations--Representation (Nov 2015) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items. Complete your Reps/Certs information electronically via the SAM website accessed through https://www.acquisition.gov FAR 52.219-6, Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1, Buy American--Supplies (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law For Breach Of Contract Claim (Oct 2004) FAR 52.247-34, F.o.b. Destination (Nov 1991) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7048, Export-Controlled Items (June 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions, (Dec 2018) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »