SOLICITATION NOTICE
58 -- MISC BROADCAST EQUIPMENT
- Notice Date
- 11/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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
- HQ002893009010
- Archive Date
- 12/3/2009
- Point of Contact
- Leila S. Miller, Phone: (951) 413-2402, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
leila.miller@dma.mil, susan.madrid@dma.mil
(leila.miller@dma.mil, susan.madrid@dma.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, 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 HQ002893009010 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 2005-37 effective 14 Oct 2009 and DFARS Change Notice 20091019. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that Para (k) requires offeror 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 offer with acceptable past performance.” (3)QUOTE MUST BE RECEIVED NOT LATER THAN 1:00 PM PACIFIC TIME 18 NOV 2009 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote 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) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 13 EACH Unit Price: Total Amount: MFR: Hewlett-Packard P/N: FV585AA (OR EQUAL) Description: MONITOR 21.5-IN DIAGONAL WIDESCREEN THIN-FILM TRANSISTOR LCD ACTIVE MATRIX; 1920 X 1080P @ 60 HZ; CONTRAST RATIO: 1000:1 (TYPICAL) ; 3000:1 (DYNAMIC); BRIGHTNESS: 300 NITS (TYPICAL); PIXEL PITCH: 0.24825MM; RESPONSE RATE: 3 MS (ON-OFF) (TYPICAL); INTEGRATED SPEAKERS, 2W PER CHANNEL; VGA ; DVI-D ; HDMI ; 21.08(W) X 15.43(H) X 7.87(D). FOB Destination 15 days After Receipt of Order to Fort Belvoir, VA. CLIN 0002 QTY: 11EACH Unit Price: Total Amount: MFR: Chief Manufacturing, Inc. P/N: KTP220B (OR EQUAL) Description: MOUNT MOUNTING KIT; BLACK; CENTRIS TECHNOLOGY, ROTATING, TILT; STEEL ;DUAL FLAT PANEL ; STAND ; 100 X 100 MM, 75 X 75 MM ; TABLE-TOP ;14.5-IN H X 27.4-IN W X 14.5-IN D. FOB Destination 15 days After Receipt of Order to Fort Belvoir, VA. CLIN 0003 QTY: 2 EACH Unit Price: Total Amount: MFR: Eventide P/N: BD960 (OR EQUAL) Description: DELAY BROADCAST AUDIO; OBSCENITY DELETE AND FILL; RACK MOUNTABLE; 1RU; AUDIO INPUT: 2EA XLR FEMALE BALANCED LINE, IMPEDANCE: 10K OHMS, INPUT LEVEL: -6 DBM TO +25 DBM, ADJUSTABLE +/- 10DB; AUDIO OUTPUT: 2EA XLR MALE BALANCED LINE, IMPEDANCE: LESS THAN 50 OHMS, BALANCED, FOR DRIVING 600 OHM LOAD, OUTPUT DRIVE: AMPLIFIER CLIPPING LEVEL > +25DBM; A/D AND DIGITAL SIGNAL PATH CHARACTERISTICS: 24-BIT A/D/A CONVERSION, DYNAMIC RANGE: >100DB, SAMPLING RATE: 48KHZ, FREQUENCY RESPONSE: 10HZ 22KHZ; RECORDED SIGNAL: UP TO 8 SECONDS IN LENGTH (STEREO), DYNAMIC RANGE: >100DB, SAMPLING RATE: 24KHZ, FREQUENCY RESPONSE: 10HZ11KHZ, THD/N: <0.005%; PWR RQMTS: 100240 VAC, 50/60HZ. FOB Destination 15 days After Receipt of Order to Fort Belvoir, VA. CLIN 0004 QTY: 4 EACH Unit Price: Total Amount: MFR: Hewlett-Packard P/N: FV585AA (OR EQUAL) Description: MONITOR 21.5-IN DIAGONAL WIDESCREEN THIN-FILM TRANSISTOR LCD ACTIVE MATRIX; 1920 X 1080P @ 60 HZ; CONTRAST RATIO: 1000:1 (TYPICAL) ; 3000:1 (DYNAMIC); BRIGHTNESS: 300 NITS (TYPICAL); PIXEL PITCH: 0.24825MM; RESPONSE RATE: 3 MS (ON-OFF) (TYPICAL); INTEGRATED SPEAKERS, 2W PER CHANNEL; VGA ; DVI-D ; HDMI ; 21.08(W) X 15.43(H) X 7.87(D). FOB Destination 15 days After Receipt of Order to Fort Belvoir, VA. CLIN 0005 QTY: 6 EACH Unit Price: Total Amount: MFR: Lucid Technology P/N: GENX192 (OR EQUAL) Description: MASTER CLOCK STUDIO WORDCLOCK GENERATOR/ DISTRIBUTOR; RACKMOUNT(1RU); ULTRA LOW JITTER; 8EA BNC WORDCLOCK OUTPUT, 4EA XLR AES-3/11(AUDIO OR SYNC) OUTPUTS(CAN ACT AS 1X2 OR 1X4 AES DISTRIBUTOR), 2EA S/PDIF COAXIAL OUTPUTS, 1EA XLR AES-3/11 INPUT, 1EA BNC WORDCLOCK INPUT; GENERATES 44.1 TO 192KHZ AND DISTRIBUTES 28 TO 216KHZ SYNC; PWR RQMTS: 100-240VAC, 50/60HZ. FOB Destination 15 days After Receipt of Order to Fort Belvoir, VA. CLIN 0006 QTY: 3 EACH Unit Price: Total Amount: MFR: Streambox, Inc. P/N: SBT3-E9301 (OR EQUAL) Description: ENCODER C/O: VIDEO FORMATS; HD: 1920X1080I, 1440X1080I, 1280X1080I, 960X1080I, 1280X720P, 960X720P, 800X720P, 640X720P; SD (NTSC): 720X480, 528X480, 480X480, 352X480, 352X240, 320X240; SD (PAL): 720X576, 528X576, 480X576, 352X576, 352X288, 320X288; AUDIO IN; ANALOG 1+2: XLR, BALANCED ANALOG +24DBU (24-BIT A/D); AES 1+2: XLR, BALANCED AES 24-BIT 48 KHZ ; HD: 1,2,4,6 CHANNEL EMBEDDED SDI AUDIO, 24-BIT; SD: 1,2 CHANNEL EMBEDDED SDI AUDIO, 24-BIT; AUDIO OUT: ANALOG 1+2: XLR, BALANCED ANALOG +24DBU (24-BIT A/D); AES 1+2: XLR, BALANCED AES 24-BIT 48 KHZ ; 1,2,4,6 CHANNEL EMBEDDED SDI AUDIO,24-BIT; AUDIO ENCODING: 6-CH*, 4-CH*, 2-CH, 1-CH. AAC, GSM OR CELP 48 OR 44.1 KHZ; VIDEO IN: HD: BNC, HD-SDI SMPTE 292/296, SMPTE-259 COMPONENT: BNC, HDSMPTE (Y/PR/PB) (12-BIT A/D); SD:BNC COMPOSITE - NTSC/PAL, SDI SMPTE-259; VIDEO OUT: SDI 1: BNC, HD-SDI, SD-SDI, (LETTERBOX, CROP, ANAMORPHIC); COMPONENT: BNC, HD SMPTE (Y/PR/PB), OR XVGA (12-BIT D/A); BLACK BURST; CLOSED CAPTIONING: LINE-21, DECODING/ENCODING; ADVANCED INTERLACED/PROGRESSIVE POST FILTERING, INCLUDING DE-BLOCKING, DE-MOSQUITO, AND ANTI-ALIASING; BANDWIDTH: HD: ADJUSTABLE FROM 512 KBPS TO 30 MBPS; SD: ADJUSTABLE FROM 64 KBPS TO 15 MBPS; OPERATING SYSTEM: WINDOWS XP EMBEDDED; CONSOLE INTERFACE: VGA, LCD, USB; VGA: D-SUB, VGA CONNECTION FOR GUI; USB: SERIES A, USB 1.1/2.0 3-PORT; POWER REQUIREMENT: 100-240 V AC, 180 W; REDUNDANT POWER SUPPLY, HOT SWAPPABLE; 1 RU 1.77IN H X 18.9IN W X 20.67IN D. FOB Destination 15 days After Receipt of Order to Fort Belvoir, VA. This is a brand name or equal item procurement. Vendors quoting equivalent items must meet or exceed items’ specifications. Please provide specifications if quoting equivalent items. The Government will consider quotes only from “authorized resellers” of equipment manufacturerS. GSA or OPEN MARKET prices will be considered. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. All items must be quoted FOB Destination. It is the responsibility of all interested offerors 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 quote 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 offeror 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 www.ccr.gov and follow the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract 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) (MAY 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) 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 2006), will be included.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/HQ002893009010/listing.html)
- Place of Performance
- Address: DMA CRP BELVOIR, 5921 16TH STREET BLDG 190, FORT BELVOIR, Virginia, United States
- Record
- SN01997103-W 20091105/091103235032-f679baf158e4d624a0250cb4d42f2505 (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 |