SOLICITATION NOTICE
70 -- SUPPLIES
- Notice Date
- 5/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512110
— Motion Picture and Video Production
- 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
- SWITCHER
- Archive Date
- 6/10/2011
- Point of Contact
- Milagros C. Halstead, Phone: 9514132509, KAREN NEWLANDER, Phone: 951-413-2303
- E-Mail Address
-
Milagros.Halstead@dma.mil, KAREN.NEWLANDER@DMA.MIL
(Milagros.Halstead@dma.mil, KAREN.NEWLANDER@DMA.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION (SWITCHER) 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 HQ002811167005 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 2005-50, effective 16 March 2011 DFARS change Notice 20110317. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008): 20090913, dated 21 Jul (a) Re para (a): NAICS 512110; this requirement is set-aside for Small Business, Size Standard 29.5 dollars. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (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 required salient characteristics contained in CLINS 0001 below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME May 26, 2011 IN ORDER TO BE CONSIDERED. Quote submissions may be E-mailed to Milagros.Halstead@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) (March 2011) with Alt 1 (March 20 11) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 Manufacturer: GRASS VALLEY GROUP INC Part Number: JWMPQ5802-01 Model Number: PROPOSAL: JWMPQ5802-01 Description: SD/HD PRODUCTION; SET FOR SD OPERATION 1EA KAYAKSD 1 M/E PRODUCTION SWITCHER; STANDARD DEFINITION FORMATS; SW UPGRADEABLE TO HD; W/ 1 M/E CONTROL PANEL; 24 INPUTS, 12 MAPPABLE OUTPUTS, 2 FLEXIBLE CHROMA KEYERS AND 1 INTERNAL DIGITAL PICTURE MANIPULATOR (IDPM) WITH 2D PLUS PERSPECTIVE; MAKEMEMO MACROS AND 1 V&K FRAMESTORE & YUV COLOR CORRECTION ON ALL VIDEO BUSES; 20 METER CONTROL/DATA CABLES; SPECIFY WHITEKEYS OR COLORKEYS WITH ORDER(KAYAK-SD-100C); 1EA KAYAKHD-100C CONVERSION KEYCAP SET W/ COLORKEYS FOR DO-IT-YOURSELF MOUNTING(KHD100-DIY-CLRKEYS); 1EA KAYAKHD INTERNAL REDUNDANT POWER SUPPLY, SECONDMODULE SLIDES INSIDE BOTTOM OF E-BOX(KHD-PSU); 1EA KAYAK HD ONSITE STARTPRO COMMISSIONING, INCLUDES A MULTI-POINT REVIEW CHECK LIST AND A BRIEF PRODUCT OVERVIEW, CHECK OF CONTROL INTERFACES, TRAVEL AND EXPENSES NOT INCLUD(KHD-SPNT); 1EA 1DAY ON-SITE OPERATIONS TRAINING FOR KAYAK DD OR KAYAK HD SWITCHERS, ACTUAL TRAVEL AND EXPENSES BILLED SEPARATELY(KAY-OST); NAICS: 423690. *ITEM IS TO INTERFACE WITH EXISTING SYSTEM THAT REQUIRES FEATURES SPECIFIC TO THIS MAKE MODEL* W16W7L W6BM USAG WEST POINT US MILITARY ACADEMY SSA WAREHOUSE BLDG 917 WASHINGTON RD WEST POINT NY 10996-1595 POC: ANDREA ORIOL TEL: 845-938-8617 All items must be quoted FOB Destination. 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 https://www.acquisition.gov/far/index.html: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel) (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUN 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (DEC 2010) FAR 52.219-8 (Utilization of Small Business Concerns) (DEC 2010) 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 DMA clauses, 52.0100-4028 (Contract Contact Information) (DMA) (OCT 2008) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (OCT 2008), will be included. Set aside for Small Business 100%
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/SWITCHER/listing.html)
- Place of Performance
- Address: W16W7L, W6BM USAG WEST POINT, US MILITARY ACADEMY SSA WAREHOUSE, BLDG 917 WASHINGTON RD, WEST POINT NY 10996-1595, POC: ANDREA ORIOL, TEL: 845-938-8617, EMAIL: ANDREA.ORIOL@US.ARMY.MIL, (VENDOR TO DIRECT SHIP TO CUSTOMER), WEST POINT, New York, 10996-1595, United States
- Zip Code: 10996-1595
- Zip Code: 10996-1595
- Record
- SN02449986-W 20110519/110517234709-b3ed4b6187ef0085d8e1a6736d5192b8 (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 |