SOLICITATION NOTICE
70 -- DVCPRO Studio Player
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, National Imagery and Mapping Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003
- ZIP Code
- 20816-5003
- Solicitation Number
- HM157604T0009
- Response Due
- 8/30/2004
- Archive Date
- 9/14/2004
- Point of Contact
- Donald Richardson, Contracting Officer, Phone (301)227-5130, Fax (301)227-1015, - Edward Smith, Contract Specialist, Phone (301) 227-5005, Fax (301) 227-1015,
- E-Mail Address
-
richardd@nima.mil, smithe@nima.mil
- Description
- 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; quotations are being requested and a written solicitation will not be issued. NGA Number HM157604T0009 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #01-11 and DFARS Change Notice 20021220. Applicable NAICS 235520. The National Geospatial-Intelligence Agency intends a brand name only procurement to purchase the following: One (2) each Panasonic AJ-D940 DVCPRO 50/25 Studio, High Quality Slow-motion Playback Multi-standard 525/625 Switchable Playback Player; Digital Shuttle mode for full-color shuttle in forward and reverse at 32x speed. SDI Output Standard; SDTI Output (Optional) Playback up to 92 minutes in DVCPRO50 (184 minutes in DVCPRO) Plays back DV format with AJ-CS750P adapter RS-422A/RS-232C Remote. Up to 8 Cue Points can be marked for quick cue up Digital Jog enables frame-by frame scene selection Convenient on-screen set-up display. Tape/EE output selection switch. Audio Monitor select switch (CH1/Stero/CH2 Headphone output with volume control. Counter readout with tape indicator selection. 2 each Betacam SP Editing Recorder/Player Built in TBC. Built in TC generator/reader full editing control facility 90 minute record/playback 24 times picture search RS-422 remote interface Y/C input/output component video (Y,R-Y-,B-Y) inputs Records on metal particle tapes Playback any Betacam SP record tape. 50/60hz, 220w. Standard commercial warranty required. Brand Name/New Equipment Only. Note: No Partial Delivery will be accepted. Delivery required is 30 days after receipt of order or sooner. Delivery shall be FOB: Destination (price is inclusive of all shipping charges) and delivered to National Geospatial-Intelligence Agency, 4600 Sangamore Road, Bgethesda MD 20816-5003 with final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply to this acquisition: 52.212-1- Instructions to Offerors-Commercial Items 52.212-2 - Evaluation-Commercial Items. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate offers: Price. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. Other applicable clauses: 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, and with the following applicable FAR clauses: 52.203-6 -Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-14- Limitations on Subcontracting, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated Facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 - Restriction on Certain Foreign Purchases; 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration; 52.225-15 - Sanctioned European union Country End Products, 52.225-16 - Sanctioned European Union Country Services, 52.233-1 - Disputes; 52.243-1 - Changes - Fixed Price, 52.246-1 - Contractor Inspection Requirement; 52.246-16 - Responsibility for Supplies; 52.247-34 - FOB Destination; Additionally, each offeror shall include a complete copy of Defense FAR Supplement (DFARS) provision 252.212-7000 - Offeror Representations and Certifications - Commercial items. The following clauses and addenda apply to this acquisition. DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 - Required Central Contractor Registration; 252.225-7001 - Buy American Act and Balance of Payment Program; 252.247-7023 - Transportation of Supplies by Sea (10 U.S.C. 2631), and 252.247-7024 -a Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include taxpayer identification number (TIN), Cage Code Number, and Duns number; (5) in accordance with DFARS 204-73, Vendor must be registered in Central Contractor Registration (CCR). For Solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR database. Registration may be done by accessing the CCR via the Internet at http:// www.ccr2000.com. This is a DO-C9E rated order. This acquisition will be processed in accordance with Simplified Acquisition Procedures. Offers shall be forwarded to the following address no later then 3:00 p.m. (EST) - local time on 30 August 2004: National Geospatial-Intelligence Agency, Attn: E. Smith, 4600 Sangamore Road, (Faxed quotes are acceptable, 301 227 4575). E-mail is smithE@nga.mil. The anticipated award date is 10-Sept-2004. Responsible sources may submit a quote, which shall be considered by this agency. Note 1.
- Place of Performance
- Address: National Geospatial-Intelligence Agency, 4600 Sangamore Road, Bethesda MD
- Zip Code: 20816-5003
- Country: USA
- Zip Code: 20816-5003
- Record
- SN00647858-W 20040821/040819213104 (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 |