Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2006 FBO #1734
SOLICITATION NOTICE

66 -- 4K Digital Cinema Projector

Notice Date
8/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0695
 
Response Due
9/5/2006
 
Archive Date
9/20/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. However, this procurement is unrestricted and any interested contractors may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, 4K Digital Cinema Projector to be used in the Information Access Division at NIST Gaithersburg. ***Line items 0001-0004 are BRAND NAME or EQUAL requirements. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs.*** ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, Sony SXRD 4K Projector: 5,000 Lumen, SRXR105 Line Item 0002 - The Contractor shall furnish one (1) each, Input Cards: Analog Input Card LKR1001 and HD-SDI Input Card LKR1002 Line Item 0003 - The Contractor shall furnish one (1) each, Xenon Lamps and House: Xenon Lamp LKRX105 and Xenon Lamp House LKRXB105 Line Item 0004 - The Contractor shall furnish one (1) each, 1.5* Zoom Lens, LKRLZ115 *** The system, which is comprised of Line Items 0001-0004, shall meet or exceed the following technical specifications: The vendor shall supply a projector, with lens and signal input cards installed, that accepts input signals and projects motion imagery. Image characteristics: Minimum image raster resolution: 4096 x 2160. Projection formats Able to project 720p format (1280 by 720 pixels at 60 and 59.94 F/s) in full-screen or near-full screen mode (3810 x 2143 on-screen would be acceptable). Able to project in true 4K format (4096 pixels horizontal by 2160 pixels vertical) with 1-to-1 mapping of image pixels to screen pixels. Able to project 1080i (29.97i F/s) and 1080p (24 and 29.97 F/s) formats (1920 pixels horizontal by 1080 vertical) in full-screen or near-full-screen mode with integer mapping of image pixels to screen pixels (3840x2160 on-screen would be acceptable). Able to project multiple high definition signals simultaneously (selectable among 1080i, 1080p, and 720p formats), each one in a quadrant of the screen, with 1-to-1 mapping of image pixels to screen pixels. Optics capability throw of 12? to 20? in MIQM Lab (dimensions H x W x D of about 3 x 7 x 7 meters.) zoom lens adjusts to project imagery within the existing 87? wide screen. Projector architecture and performance Three-chip projection with simultaneous R/G/B output (no color wheel). 1-to-1 mapping between chip pixels and projected pixels on screen (no optical actuators). Pixel switching response time less than 12 milliseconds Light output Light output adjustable to give a screen brightness corresponding to 1275 ANSI lumens or less. Light output adjustable up to 5000 ANSI lumens. At least eight brightness levels. When installed in the NIST MIQM Lab, the projector shall permit projection with peak open-gate luminance of 14 fL on the lab screen. Compatibility with neutral density filters is acceptable. Signal handling and signal characteristics at least 10 bits per color sample, signal timing formats, interfaces supports input of SDI, HD-SDI and analog video formats. Must support input and display of the following Serial Digital Interconnect (SDI) formats: 720 lines at 59.94P F/s, 1080 lines at 24P F/s, 1080 lines at 29.97I F/s. Physical/electrical/thermal properties Both table and ceiling mount capability. Ability to operate on 115 Volts AC, 30 Amps or less. Ability to operate continuously in MIQM Lab without exhaust duct. Fan noise of 65 dB or less. User-replaceable lamp and input cards. ***Training/Warranty 1. The contractor shall schedule and facilitate one (1) training session, if necessary, for up to four (4) technicians at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications (as described below), but shall be completed no later than 30 days after delivery. 2. Quotation must include unlimited telephone/e-mail support for questions regarding operation, and a minimum one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready and may be witnessed by the contractor.*** **Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Bldg 301 Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001*** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. ***Award will be made on a low price technically acceptable basis. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: Clauses: 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 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 including subparagraphs: (14) 52.222-3, Convict Labor (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities (17) 52.222-26, Equal Opportunity (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (19) 52.222-36, Affirmative Action for Workers with Disabilities (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24) 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act (26) 52.225-13, Restrictions on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at http://acquisition.gov/far/index.html. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on September 5, 2006 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Todd Hill. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: NIST
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01124330-W 20060826/060824220332 (fbodaily.com)
 
Source
FedBizOpps 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.