Federal Bid

Last Updated on 20 Jun 2015 at 8 AM
Sources Sought
Media Pennsylvania

AVID ANNUAL ASSURANCE

Solicitation ID HQ0516-FY15-0017
Posted Date 21 May 2015 at 11 AM
Archive Date 20 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Defense Media Activity
Agency Department Of Defense
Location Media Pennsylvania United states

SOURCES SOUGHT ANNOUNCEMENT

Avid ISIS 5000/7000, Interplay, iNews, Command, Avid Media Composer / News Cutter Software Standard and Elite Support Renewal. Avid Advantage, ICON Console, Elite renewal. Avid Advantage for Cisco switches.

The Defense Media Activity (DMA) is seeking authorized sources to provide annual software support for its Avid Media Composer and Newscutter systems.

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 small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services.

The Defense Media Activity Headquarters is seeking interested vendors for the procurement of hardware and/or software support renewals for the following Avid equipment and systems:

• Avid Advantage, Interplay, ExpertPlus with Hardware Coverage Renewal
• Avid Advantage, ISIS 5000 32TB System Primary Engine, ExpertPlus with Hardware Coverage Renewal
• Avid Advantage, ISIS 5000 32TB Expansion Engine, ExpertPlus with Hardware Coverage Renewal
• Avid Advantage, AirSpeed Multi Stream MPEG-2 HD & AVC-Intra, ExpertPlus with Hardware Coverage Renewal
• Media Composer / Newscutter Software Standard & Elite Support Bundle Renewal
• Avid Advantage, ISIS 7000 System, Elite Renewal
• Avid Advantage, Interplay, Elite Renewal
• Avid Advantage, iNews NRCS, Elite Renewal
• Avid Advantage, iNews Command, Elite Renewal
• Avid Advantage, DEKO 3000, Elite Renewal
• Avid Advantage, DEKOCAST, Elite Renewal
• Avid Advantage, Thunder, Elite Renewal
• Avid Advantage, ICON Console, Elite Renewal
• Avid Advantage, ISIS 5000 32TB Cisco 4948E Copper Switch System, Elite Renewal
• Avid Advantage, Cisco 4900M Base Switch Standalone, Elite Renewal


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 Number: HQ0516-14-F-0027
Contract Type: Firm Fixed-Price
Incumbent and their size: Avid Technology, Inc. Large Business
Method of previous acquisition: Sole Sourced

Provide Brief description of the current program/effort: Annual Assurance support.

List Anticipated Time Frame: 12 Months from DOA

List Place of Performance: N/A

REQUIRED CAPABILITIES:

Avid Media Composer and Newcutter are software programs used to edit audio/video.

SPECIAL REQUIREMENTS: N/A

SOURCES SOUGHT:
The anticipated North American Industry Classification System Code (NAICS) for this requirement is 511210, with the corresponding size standard of $38.5 million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses 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.

In order 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:
1) Business name and address;
2) Name of company representative and their business title;
3) Type of Small Business;
4) Cage Code;
5) 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.)
6) 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 5 June 2015, 2 PM Eastern Daylight Time (EDT) to [email protected]. 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.

 

Bid Protests Not Available

Similar Past Bids

Fairchild air force base Washington 16 Sep 2014 at 9 PM
Taylor Pennsylvania 21 Jun 2018 at 12 PM
Location Unknown 12 Dec 2013 at 7 PM
Media Pennsylvania 03 Apr 2013 at 3 PM
Location Unknown 04 Sep 2009 at 3 PM

Similar Opportunities

Tennessee 13 Jul 2025 at 10 PM (estimated)
Arnold air force base Tennessee 18 Jul 2025 at 6 PM
Arnold air force base Tennessee 20 Jul 2025 at 3 PM
Arnold air force base Tennessee 18 Jul 2025 at 3 PM