Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

77 -- Audio Accessories

Notice Date
5/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, Fort Drum Directorate of Contracting, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W8070B81177712
 
Response Due
5/6/2008
 
Point of Contact
Name: Melody Charles, Title: Major, Phone: 3157729902, Fax: 3157729861
 
E-Mail Address
melody.charles@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W8070B81177712 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-06 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Meet or Exceed, to the following: LI 001, "This item must meet or exceed the following specifications:"TC-5000D 5000 watt power transformer5000 Watt Maximum Capacity Heavy-Duty continuous use transformer Precise power source indicator Analog meter on front of unit measures input voltage (shows you the exact input voltage) Integrated automatic protection circuit Unit shuts off automatically when input voltage is out of range Unit resets automatically when input voltage is back in safe voltage range Converts 110/120 Volt up to 220/240 Volt OR Converts 220/240 Volt down to 110/120 Volt On/Off switch with indicator lamp 4 outlets on rear of unit. 2 are 220 volt and 2 are 110 volt. (outlets accept 3 or 2 prong US plugs and 2 prong Euro/Asian plugs) Insulated power cord is hard wired with a European shucko plug also good for Asian outlets Easy to carry with attached handle Heavy-Duty Metal Casing and durable design Built-in circuit breaker for manual restart. No need to replace fuses. Actual model number is AR-5000 Dimensions and Weight:7" X 12" X 12" (H X W X D), 35 lbs 42 lbs, 7, EA; LI 002, "This item must meet or exceed the following specifications:"Radial ProD8 Passive 8-channel DI with Custom TransformersHigh-density 8 channel passive direct box.1RU compactrackmount with six inch rack depth. Welded 14 gauge steelconstruction. Each channel features dual ? inputs that are premerged using a resistive circuit. Eight custom wound Radial transformers, each encapsulated inside a nickel mu-metal can to reduce noise and distortion caused by outside magnetic fields. -15dB pad is provided on the input panel. XLR outputs are equipped with polarity reverse, ground lift and chassis ground switches to help interfacing with stage and studio environments. Reversible rack ears allow either panel to face front. The ? jacks may be positioned inside the rack to interface with sound modules and samplers or outside the rack., 1, EA; LI 003, "This item must meet or exceed the following specifications:"BSS AR-133 Active DI BoxThe Active Direct Inject box provides a transformer balanced and isolated feed from a source input via a 1/4" TRS jack or 3-pin XLR-type connector. Output via XLR connector. 1/4" TRS jack in parallel with the input to act as a link for line bridging. The link shall be a direct feed from the input, or shall optionally be fed from an actively buffered input signal.Powered either via a phantom power source, or via a standard PP3 type 9 volt battery. LED illuminates continuously to show power is provided by a phantom source, or flash approximately every 2 seconds if powered by the battery.Switches for: EARTH LIFT (output pin 1 disconnected from unit ground), INPUT ATTENUATION (of 0, 20 or 40dB), and Power On/Off.Housed in an aluminium extrusion fitted with isolating side-cheeks.Input Impedance 1M Ohm (pad at 0dB)47k Ohm (pad at -20dB)47k Ohm (pad at -40dB) Max Input Level+9dBu (pad at 0dB) +29dBu (pad at -20dB) +49dBu (pad at -40dB) Connectors Two Parallel 1/4" jack connectors and a parallel XLR connector (unbalanced)Jack: Tip Hot (+ve)Sleeve GroundXLR:Pin 2 Hot (+ve)Pin 1 & 3 GroundOutput Section OutputTransformer Balanced Max. Output Level +8dBu into 600 Ohms or greaterConnector XLR3-32Distortion (THD) < 0.005% at 1khz, 0dbu output Noise < -105db unweighted, 22hz-22khz, rms* Frequency Response 30Hz to 20kHz, +0dB/-1dB Main/Standby battery 9 volt PP3 type, preferably alkaline.Current drain on phantom - less than 7.5mA on battery - less than 2mA.Phantom Power +20 volts DC to +48 volts DCWeight650 gms, excluding batteries. Overall Dimensions 59 mm x 124 mm x 143 mm (2.3" x 4.9" x 5.6"), 5, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to <<melody.charles@us.army.mil>> (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. Solicitation provision FAR 52.211-6, Brand name or Equal, is applicable. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.211-6, Brand name or Equal; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. Offerors not capable of meeting the required delivery date will NOT be eligible for award. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price and ability to meet Delivery Date. Shipping is FOB Destination CONUS (CONtinental U.S.); unless otherwise stated in the offerors GSA schedule. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. Delivery shall be made within 21 days or less after receipt of order (ARO) or as otherwise specified. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=897937b72df120c0c579e29f3d329353&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602-5220
 
Record
SN01564555-W 20080503/080501215322-897937b72df120c0c579e29f3d329353 (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.