MODIFICATION
70 -- Velocity Q Video Editing System
- Notice Date
- 7/24/2003
- Notice Type
- Modification
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- USZA92-03-T-0042
- Response Due
- 7/25/2003
- Archive Date
- 8/9/2003
- Point of Contact
- Barbara Bowles, Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
- E-Mail Address
-
bowlesb@soc.mil
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 001 - 24 JUL 2003 Amend description to read: DPS professional post NLE system Q3D-5400TX-584U DPS VelocityQ. This is one system consisting of the components listed. The due date for quotes is extended to not later than 2:00pm on 28 July 2003. The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for the purchase and delivery of a Velocity Q Video Editing System in accordance with the requirments listed herein. This is a combined synopsis/solicitation for Brand Name Only 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 ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference the REQUEST FOR Quotation number USZA92-03-T-0042. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-14. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses and provisions are available ar farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 423620. Size Standard is 500. This requirement is 100% set aside for small business. REQUIREMENT: Velocity Q Video Editing System to include the following components: IBM IntelliStation Workstation-five PCI slots, one 4X2X AGP slot ? eight RDRAM RIM sockets supporting up to 4MB RAM (1GB included) ? Onboard Gigabit Ethernet ? Onboard Dual Channel PCI IDE, FDD, I/O USB ? Onboard 1EEE ?1394 ? Dual Intel Xeon 2.6GHz (or faster) Processors ? 1 GB RDRAM ? 26 GB internal SCSI system hard drive ? 36 GB (or higher, depending on size of video storage array) ? internal SCSI audio hard drive ? dpsVelocityQ Rackmountable audio/Video breakout box ? DVD-R/RW drive ? floppy disk drive ? Microsoft Windows XP Professional OS ? DPS Velocity Software Suite ? Dual VGA display card ? dpsVelocity Color-Coded Custom Keyboard ? Mouse ? External 584GB 15,000 RPM SCSI video hard drive array. To include : Leitch DPS Jog Shuttle and Leitch DPS Title Motion Upgrade. DELIVERY/ ACCEPTANCE: Delivery to Fort Bragg, North Carolina within 30 days of contract award. Earlier delivery is desirable. Contractor shall indicate proposed delivery terms on the quote provided. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph ?a? of the provision: ?Quotes will be evaluated as to price. Award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government.?; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 25 July 2003. Fax submissions will be accepted at (910) 432-9345. E-mial submissions will be accepted at bowlesb@soc.mil. Quotes shall include: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions must be submitted in writing. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published electronically the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Barbara L. Bowles, Contracting Officer at (910) 432-8598, e-mail bowlesb@soc.mil
- Place of Performance
- Address: US Army Special Operations Command, Fort Bragg, North Carolina
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00382314-W 20030726/030724215231 (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 |