Television Automation System and Media Server Ingest and Playback System

expired opportunity(Expired)
From: Federal Government(Federal)
HQ051620FY0007

Basic Details

started - 01 Apr, 2020 (about 4 years ago)

Start Date

01 Apr, 2020 (about 4 years ago)
due - 15 Apr, 2020 (about 4 years ago)

Due Date

15 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
HQ051620FY0007

Identifier

HQ051620FY0007
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEFENSE MEDIA ACTIVITY (DMA) (417)HQ DEFENSE MEDIA ACTIVITY (292)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION (RFI) Television Automation System and Media Server Ingest and Playback System RFI Tracking Number: CONTRACTING OFFICE ADDRESS:Defense Media Activity - Riverside23755 Z StreetRiverside, CA 92518The Defense Media Activity (DMA) - Riverside is posting this RFI to gain information on the agency’s requirement for a brand name specific Television Automation and server based ingest/playback 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 Imagine Communications Television Automation and Server Ingest, Storage, and playback system for
installation at DMA Headquarters in Fort Meade, Maryland. The system shall be comprised of key components that are the same 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 Automation 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 with the exception of mirroring media between the systems, thereby limiting reliance on the existing system as much as possible. The system shall be set up for sharing of broadcast media files between the DAM-Riverside and the new location.  Should AFN cease to operate out of the Riverside location, this system shall be capable of assuming responsibility as the primary Automation system for all AFN Television services.  In addition to the major subsystems listed below, include required media converters (MIOH)and ftp servers (Gateway) and other peripherals that are required for the system to operate. The existing Riverside system is comprised of the Major Subsystems below. Where indicated, these major systems are duplicated for system redundancy (e.g. Each regional television channel has two playback ports, one for each air chain.  The ports are on separate servers.)Major Subsystems:Imagine ADC Automation System capable of supporting 8 regionalized and fully redundant television channels for Direct to Home, and 4 fully redundant channels for Direct to Sailor and an additional 2 fully redundant channels for contingency operations. Two Automation Device servers  to support  A and B playback chains.Imagine ADC record lists to support automated satellite content acquisition for 24 record lists.  Two Automation Device Servers configured to support an online and backup configuration for recordings.Imagine ADC Automation record and playback support for 12 media client stations.  These stations are used for the purposes of ingesting media and for entering and storing program metadata including segment timing information into automation as well as general QC review. Two Automation Device Servers configured to support an online and backup configuration for media client support.Imagine ADC Automation Redundant File Servers.Fully redundant local NAS and SAN (A and B chain) solution with a minimum of 50 Terabytes usable Play-to-Air Storage per air chain, 100 TB total and 1.5 Petabytes of usable NAS/Archive storage per side, 3 PB total.  Any proposed NAS/SAN solution must be certified by Imagine Communications to operate with the Nexio servers and Automation/I-motion for ingest, storage, and playback.40 branded playback Nexio ports for redundant regionalized channel playback.  Currentl Nexio Model at DMA Riverside is  NXCA290P Nexio  with Branding.  Each server has 4 Branding licenses, one per playback port.  DMA Riverside maintains 2 shelf spares.48 Nexio media ingest/review ports.  24 Nexio ports are used for satellite ingest and 24 are used for media ingest and review.   Current Nexio model is NXPA190P.  Each server has 6 record/review licenses, one per server port. DMA Riverside maintains 2 shelf spares. Services:  The Contractor shall provide the tools, personnel, hardware and software necessary to provide a turnkey 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. Informal design communication via email or phone conference 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 15 April, 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 david.r.boyer3.civ@mail.mil            . Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 4:00 PM (Pacific),10 April 2020, 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.

Fort George G Meade ,
 MD  20755  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Fort Meade

You may also like

IFB S-1472 - Turn-Key Deep Learning Server - 4U Rackmount 10x GPU Capable System

Due: 30 Apr, 2024 (in 9 days)Agency: State University of New York (SUNY)

ANNUAL HARDWARE MAINTENANCE ON ALL OF THE BOPS HPE SERVERS AND STORAGE SYSTEMS.

Due: 30 Sep, 2024 (in 5 months)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

PROMAX MEDIA STORAGE SYSTEM WITH SERVICE

Due: 31 Dec, 2027 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334118Computer Terminal and Other Computer Peripheral Equipment Manufacturing
pscCode 9999Miscellaneous Items