Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

70 -- Digital Cinema Workstation

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, American Forces Information Service/Television-Audio Support Activity, T-ASA Sacramento Contracting Office, 3230 Peacekeeper Way, McClellan, CA, 95652
 
ZIP Code
95652
 
Solicitation Number
MDA112-02-T0043
 
Response Due
8/20/2002
 
Point of Contact
Susan Donbroski, Contract Specialist, Phone 916-643-0290, Fax 916-643-4032, - Richard Talbert, Contracting Officer , Phone 916-643-4975, Fax 916-643-4032,
 
E-Mail Address
donbroski@tasa-exchange.army.mil, talbert@tasa-exchange.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/Request for Quotations (RFQ) for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are solicited with this notice. This proposal document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2001-8. The Television-Audio Support Activity proposes to procure the following: Digital Cinema Workstation; DVD encoder; customized; factory integrated; consisting of the following components: one Pinnacle cinewave engine and software (P/N- CG0001); one Pinnacle -RT option (P/P -CGRT0001); one Pinnacle digital and analog, pro-breakout box (P/N CG136740000); one Apple G4, dual processor 1ghz CPU (P/N Z058); one 1.5 SDRAM, media configured (P/N RAMOPF); three Seagate 73gb ultra 160 SCSI- hard drives (P/N 653287); one Apple 23-in HD display monitor (P/N M8537ZM/A); one apple 23-in HD display monitor with hardware/adapters (B6703ll/A); one Apple Final Cut Pro-3 editing software (P/N M8562Z/A); one Pinnacle Commotion Pro-software (P/N T4219llA); one Pinnacle Knoll Factory software (P/N INCNUN); one Apple support pack (P/N 0M7811ll/B); one Apple RS422 VTR interface control (P/N RS422-opt); one Apple Cinema Tools software (P/N M8728Z/A);one set of Apple Pro speakers (P/N M8756G/A); one Harmon subwoofer speaker (P/N SUB-OPT); one media storage array subsystem (P/N RTRX10/640 gb hard drives); one Adobe Video Collection v7.0 software (P/N T4734ll/A); one discreet media cleaner 5.1 software (P/N T4825ll/A); one Sony, 14-in HD monitor (P/N PVM14L5); one Sony 16:9 mask (p/n BKM14L5); one Sony rackmount hardware (P/N MB521); one Sony HDSDI module (P/N BKM142HD); one Apple IPOD 10gb firewire MP3 player (P/N M87009); one Triplite UPS (P/N 1050VA); one Artel Boris Red software (P/N RED); one Pinnacle HD I/O panel (P/N HDBOB); one Atto SCSI accelerator engine card and software (P/N 39160); one Apple DVD Studio Pro software (P/N M8698ZA); one pair of Roland powered audio monitors (P/N M251); system includes factory system integration, test and burn-in; 30 days post sale support (P/N CGNLE-INT); one year of 1-800 tech support (P/N CGS-1); two days on site training; includes travel (P/N CG-2t-e); one day on site follow up training, 60 days after delivering the system; Power Requirements: 120VAC, 60HZ. Proposals are requested priced for FOB Destination. The Destination point is Fort Rucker, Alabama 36362. All responsible sources may submit a proposal which shall be considered by the agency. Offeror?s proposing to provide a system based upon other than the requested products and part numbers shall include specification data sufficient to enable the Government to determine the capability of the offered products to meet the specifications stated above. Proposals in response to this notice may be submitted in writing, via facsimile or electronically. The facsimile number is (916) 643-4730 or 4032. Electronic address is: donbroski@tasa-exchange.army.mil. Proposals may be mailed, or delivered by courier (FedEx, UPS, etc.), to Television Audio Support Activity, Directorate of Contracting, Attn: T-ASA/DOC/SC (Susan Donbroski), 3230 Peacekeeper Way, Room 104, McClellan AFB, CA 95652. All responses to this notice must make reference to proposal number MDA112-02-T-0043. This acquisition is set aside for exclusive participation of small businesses. The NAICS Code for this acquisition is 334111, size standard 1,000 employees. To be eligible to receive an award resulting from this quotation, contractor must be registered with the Central Contractor Registration (CCR) database, NO EXCEPTIONS. In order to register, you may apply through the internet at http://www.ccr2000.com/, you must include your DUNS (Dun & Bradstreet) number in order to apply. Verification of CCR registration must accompany your proposal. The following clauses and provisions apply to this acquisition: FAR 52.252-1 and 52.252.2; FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, FAR Clause 52.219-6, Notice of Total Small Business Set-Aside and 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, with the following sub-clauses: 52.203-6, 52.219-8, 52.222-21, 52-222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.247-64; and DFAR Clauses 252.204-7004 and DFARS 252.212-7001, with the following sub-clauses: 252.205-7000, 252.225-7001, 252.243-7002, 252.247-7023, 252.247-7024. FAR Provision 52.212-2, Evaluation-Commercial Items, also applies, with the Government?s evaluation criteria as follows: The evaluation criteria for this solicitation will consist of technical capability of the offeror to meet the agency technical requirements and price. Technical capability and price are of equal importance. Offerors shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. In accordance with Provision 52.252-1, the text of all provisions or clauses referenced herein may be downloaded from one of the following Government web sites: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars, or http://www.tasa.army.mil/dc/tlc.htm. Proposals must be submitted by 1:00 PM PDT, August 20, 2002. Failure to provide any of the documents requested in this notice may render your proposal unacceptable and ineligible for an award. Point of contact in this office is Susan Donbroski, (916)643-0290, or e-mail: donbroski@tasa-exchange.army.mil.
 
Place of Performance
Address: U.S. Army Safety Center, Fort Rucker, Alabama
Zip Code: 36362
 
Record
SN00132728-W 20020807/020805213759 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.