SOLICITATION NOTICE
99 -- AV/TV Equipment - Equipment List
- Notice Date
- 7/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VUSJ0182A002
- Archive Date
- 8/13/2010
- Point of Contact
- Alyson Gowin, Phone: 813-828-1872
- E-Mail Address
-
alyson.gowin@macdill.af.mil
(alyson.gowin@macdill.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Equipment list for RFQ This is a combined synopsis/solicitation for a commercial product 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is F2VUJS0182A002. This acquisition is 100% set aside for HUBZONE SMALL BUSINESSES. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Audio Visual/TV Equipment. DESCRIPTION OF REQUIREMENT ITEMS: All items and quantities are in the attached excel spreadsheet. Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. The salient characteristics that are required are those characteristics for each product that can be found on the manufacturer's website for that particular product. For example: The salient characteristics for the Panasonic HPX500-EFP Camcorder are as follows: Records in 1080/60i, 50i, 30p, 25p and 24p; in 720/60p, 50p, 30p, 25p, and 24p; and in DVCPRO50, DVCPRO and DV • Excellent low-light performance and a high sensitivity of F10 • Equipped with eight gamma modes, including CineGamma, for different shooting situations • Like the AJ-HDC27 VariCam camera, variable frame rates in 11 steps between 12p and 60p allows undercranking/overcranking for fast- or slow-motion effects • Users have immediate access to P2 content with clip thumbnail view and advanced recording features including hot swapping, loop record, shot-marking, pre-record functions (three seconds in HD and seven seconds in SD), one-shot and interval. • Key interfaces include IEEE 1394, USB 2.0, HD SDI/SDI, genlock, built-in SMPTE time code, independent TC-IN/TC-OUT terminals, composite video, analog component and four audio XLR inputs • 4-position Neural Density filter • Low power consumption of 22 watts (when 3.5" LCD monitor and 1.5" viewfinder are in use) • 3.5" color LCD screen (with image flip function) located at rear of the camera • Chromatic Aberration Compensation function allows the camera to automatically compensate the registration error that is caused mainly by lens chromatic aberration and minimize the circumjacent blur. • Remote controllable with AJ-RC10G (via 10-pin RCU terminal) ***These were taken from the Panasonic catalog website. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42 effective 16 July 2010, DFAR DCN 20100623 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) 334220. A firm fixed price contract will be awarded. All interested parties must bid on all items. If an or equal item is quoted the offeror must annotate on the quote the make/model/manufacturer of the or equal item and how that item is equal. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: These items are to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; 52.204-10 Executive Compensation and First Tier Subcontract Reporting; FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-3, Total Hubzone Set-Asides, FAR 52.219-28, Small Business Representations, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt A), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3 Gratuities, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 29 July 2010 by 2:00 PM EST. Submit offers or any questions to the attention of Alyson Gowin 6CONS/LGCB by email to alyson.gowin @macdill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUSJ0182A002/listing.html)
- Place of Performance
- Address: MacDill AFB, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02212928-W 20100723/100721235214-ca3c73f5bf6a960e4767c197841134be (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 |