MODIFICATION
59 -- WHEATSTONE SYSTEMS
- Notice Date
- 8/27/2009
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002892118620
- Archive Date
- 9/19/2009
- Point of Contact
- Shevonn Moore, Phone: 951-413-2634, Jessie Feliciano, Phone: 951-413-2406
- E-Mail Address
-
shevonn.moore@dma.mil, jessie.feliciano@dma.mil
(shevonn.moore@dma.mil, jessie.feliciano@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Modification #1: Correction to CLIN 0001: Power Requirement is changed to 220VAC/50Hz, not 105- 120VAC, 50/60HZ. Correction to CLIN 0002: Power Requirement is changed to 220VAC/50Hz, not 105- 120VAC, 50/60HZ. Response date remains unchanged. COMBINED SYNOPSIS/SOLICITATION (WHEATSTONE SYSTEMS) This is a combined synopsis/solicitation 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 only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002892118620 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-35, dated 14 Jul 09 DFARS change 20090721. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): 20090913, dated 21 Jul 09 (a)Re para (a): NAICS 334220; this requirement is set-aside for Small Business, Size Standard 750 (b)Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2)FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all requirements in CLIN 0001 and 0002 descriptions below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC STANDARD TIME September 04, 2009 IN ORDER TO BE CONSIDERED. Quotations may be emailed to Shevonn.Moore@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUL 2009) with Alt 1 (APR 2002) or indication that reps and certs are in ORCA. Item Description: CLIN 0001 - 2EA, CONSOLE SYSTEM CONSOLE SYSTEM DIGITAL AUDIO; 12 CHANNEL; C/O: WHEATSTONE E-4 DIGITAL CONTROL SURFACE 16 POS FRAME W/12 FADERS, MASTER/MONITOR PANEL, 3 4-FADER INPUT PANELS, (WHEATSTONE PART# E-4-12), POWER SUPPLY (WHEATSTONE PART# PSU-1); 1 EA MIX ENGINE BLADE FOR WHEATSTONE E-4 CONTROL SURFACE (WHEATSTONE PN# IP 88E); 2 EA STANDALONE INPUT/OUTPUT ROUTER W 4 STEREO ANALOG IN/OUT PLUS 4 AES AUDIO IN/OUT ON DB25 OR RJ-45 CONNECTIONS AND 12 GPIO PORTS (WHEATSTONE PN# IP88AD); PWR RQMTS: 105- 120VAC, 50/60HZ. CLIN 0002 - 1EA, INTERFACE SYSTEM NETWORK OPERATIONS CENTER; F/U/W: WHEATSTONE DIGITAL AUDIO CONSOLE; C/O: 2 EA STANDALONE INPUT/OUTPUT ROUTER W/4 STEREO ANALOG IN/OUT PLUS 4 AES IN/OUT ON DB25 OR RJ-45 CONNECTIONS AND 12 GPIO PORTS (WHEATSTONE PN# IP88AD); 2 EA AUDIO DRIVER INTERFACE FOR AV2 (WHEATSTONE PN# IPDR); WINDOWS BASED REMOTE CONTROL SURFACE INTERFACE ACCESSED VIA VPN OR DIRECT LAN CONNECTION(WHEATSTONE PN# GLASS-E); WINDOWS BASED E-4-12 CONFIGURATION SOFTWARE(WHEATSTONE PN# NAVIGATOR); PWR RQMTS: 105-120VAC, 50/60HZ. *The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date. ALL ITEMS ARE TO BE SHIPPED TO: DMA BELVOIR, BLDG 190, FT. BELVOIR, VA 22060. Attn: Jose Vilavon It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quote; with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses, which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JUN 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) FAR 52.232-28 Invitation to Propose Performance-Based Payments (MAR 2000) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2004), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002892118620/listing.html)
- Place of Performance
- Address: DMA BELVOIR, 5921 16TH STREET BLDG 190, FT BELVOIR, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN01930703-W 20090829/090828084439-6f9e75373dd4edb5cb74cd657982c3f9 (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 |