SOLICITATION NOTICE
70 -- Digital Video Recorder
- Notice Date
- 12/9/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0EB0298AG01
- Archive Date
- 1/14/2011
- Point of Contact
- Kristina Brannon, Phone: 8508820346, Sarilynn Thomas, Phone: 8508829188
- E-Mail Address
-
Kristina.Brannon@eglin.af.mil, sarilynn.thomas@eglin.af.mil
(Kristina.Brannon@eglin.af.mil, sarilynn.thomas@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- AAC/PKOB at Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a non-specified number of digital video recorder(s). The number of DVRs depends on meeting the 4 channel requirement. This is a solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0EB0298AG01. The North American Industry Classification System (NAICS) code for this acquisition is 334310 with a size standard of 750 employees. Please identify your business size in your response based upon this standard. This is a 100% small-business set-aside acquisition. The acquisition requirement is as follows: Digital video recorders are required to record and digitize 4 channels of video as both a key data product and an integral component of a system; the requirements of the recorders are as follows: • 19 inch rack mountable (19" equipment rack in van) • Interface type: USB2.0 preferred, but any interface currently commercially available is acceptable. The requirement is simply to provide a means to backup the video data to an external hard disk • Removable hard drive. • Ability to transfer recordings to an external backup drive post-mission nightly • Minimum of 4 hours record time. Capacity per drive and the quantity of drives should be such that the system can record 4 hours (per channel) of NTSC standard video (30fps) with no visible compression artifacts. These two specifications (drive capacity and drive quantity) will be contractor/system specific and will vary depending on internal system architecture • Cued synchronous start/stop record for all 4 channels • Variable speed and dual-directional independent playback of each channel • Playback in slow-motion (forward and reverse), frame-by-frame, etc. • Record video and stereo audio • Video displayed in real time • Customer will install, configure, and cable the units into the van The following clauses are incorporated by reference: FAR52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99); FAR 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capability is more important than price; FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; FAR 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95); FAR 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010), incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); • FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; • FAR 52.219-8, Utilization of Small Business Concerns; • 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, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 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 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34 FOB Destination; FAR 52.252-2 Clauses Incorporated by Reference; (FEB 98), this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (End of Clause). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 05); DFARS 252.225-7001 Buy American Act and Balance of Payment Program (JUN 05); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 03); DFARS 252-232.7003, Electronic Submission of Payment Report (JAN 04); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 02); DFARS 252.247-7023 Transportation of supplies by Sea, with Alt III (MAY 02). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 5:00 P.M., Central Standard Time on 30 Dec 2010. The quote is at the discretion of the offeror. Send all packages via email to Kristina Brannon at Kristina.Brannon@eglin.af.mil or Sarilynn Thomas at sarilynn.thomas@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0EB0298AG01/listing.html)
- Place of Performance
- Address: 46 TW LMCA MHU BLDG 33, EGLIN AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02341663-W 20101211/101209234320-00b89da6652d92b8420aae0f225ea8e9 (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 |