Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
SOLICITATION NOTICE

77 -- Music Equipment

Notice Date
8/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1108 South R Street, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-12-T-0359
 
Response Due
8/16/2012
 
Archive Date
2/12/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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.The solicitation number is W911SA-12-T-0359 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 339992 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-16 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Arlington Heights, IL 60008 The MCC Sam Houston - ICO McCoy requires the following items, Brand Name or Equal, to the following: LI 001, 48-Channel Roland M-480 Live Digital Mixing Console or equivalent Cascade connection that enables 96 channels of mixing by connecting a second unit - all via one Cat5e/6 cable 48 mixing channels plus 6 stereo returns for a total of 60 channels Main (LCR) outputs, 16 AUX buses, 8 matrices Configurable to 90 inputs and 90 outputs depending on Digital Snake configuration 4-band advanced parametric EQ, and delays on all inputs and outputs Compressors and Gates on all mixing channels Six built-in stereo (dual-mono) multi-effects and twelve graphic EQs (switchable to 8-band PEQs) available as AUX or insert effects Each multi-effects processor has 18 algorithms of various types such as reverb, delay, chorus, pitch shift and advanced channel strip The six multi-effects and twelve GEQs/PEQs can be used simultaneously for a total of 24 GEQs 214 possible output patch points on each port (A,B, console). Allows direct routing from preamp to output point without having to use mix channel. Supports integration with personal mixing system and multi-channel live recording/playback cascade connection supports large format applications for 96 mixing channels mixing engine that provides a 4-band fully parametric EQ, gate, compressor, and delay on each input channel 214 possible patch points with 90 discreet outputs. large color display and dedicated knobs and buttons in the channel edit section cursor buttons combined around the value dial all input and output channels equipped with delay. Delay time is adjustable up to 400msec, and is selectable in both time and distance units between msec/feet/meters / frames. It also has a high performance graphical real time analyzer for precise and focused sound adjustment. built-in real time analyzer fully assignable REAC A and B patchbays post preamp patchpoint Six types of precisely emulated vintage Roland effects such as the RE-201, SDE-3000, and SRV-2000 should be included Ability to be controlled remotely by connecting a PC via USB. The console control software has the same user interface as the built-in display. Allows offline setup and configuring of the system before an event. Setup data can be copied to a USB flash drive ready to load into the console at the venue. Using a connected PC and a wireless LAN, a tablet device can control the console from a remote location like the stage or a seat in the audience. Uncompressed BWF file data is stored on a removable SSD or HDD where it can be edited later in the studio with a DAW of choice the built-in USB memory recorder will record a stereo output signal from the console as an uncompressed WAV file, 1, EA; LI 002, Roland S-1608 16X8 Digital Snake Module or equivalent equipped with high quality and remote-controllable mic pre-amps low latency, high quality 24bit/96kHz audio transfer protocol allows the Digital Snake signal to be ?split? to as many positions as required such as monitor, broadcast and recording locations using S-4000-SP REAC Splitter or any standard gigabit Ethernet switch. Number of Channels S-1608 : 16 in 8 out S-0816 : 8 in 16 out AD and DA Conversion 24 bit / 96 kHz Frequency Response -2 dB / +0 dB (@ +4 dBu, 20 Hz to 20 kHz) Total Harmonic Distortion + Noise 0.05 % or less (Pad: On, Input Gain: +4 dBu, 22Hz to 20 kHz) Dynamic Range 110 dB Cross Talk -80 dB or less (Input Gain: +4 dBu, typ.) Nominal Input Level -65 to -10 dBu (PAD: Off), -45 to +10 dBu (PAD: On) (1 dB step, Max. +28 dBu) PAD 20 dB On/Off Input Impedance 14 k ohms Nominal Output Level +4 dBu, Max. +22 dBu Output Impedance 600 ohms Recommended Load Impedance 10 k ohms or greater Residual Noise Level (IHF-A, typ.) -80 dBu or less Equivalent Input Noise Level S-1608: -128 dB S-0816: -124dB Network Latency 375 microseconds when using REAC cable only (*1) (AD > REAC > DA Latency: approx 1.2 ms) Connectors S-1608 : Analog Input x 16 (XLR type, balanced, phantom power) Analog Output x 8 (XLR type, balanced) Digital Output connector x 1 (Optical type) REAC Connector x 1 (RJ-45 EtherCon type) Remote Connector x 1 (RS-232C, DB-9 type) S-0816 : Analog Input x 8 (XLR type, balanced, phantom power) Analog Output x 16 (XLR type, balanced) Digital Output connector x 1 (Optical type) REAC Connector x 1 (RJ-45 EtherCon type) Remote Connector x 1 (RS-232C, DB-9 type) Indicators POWER Indicator x 1, REAC Indicator x 1, REMOTE Indicator x 1, MUTE ALL OUTPUTS Indicator x 1 Power Supply AC 115 V, AC 117 V, AC 220 V, AC 230 V, AC 240 V (50/60 Hz) Power Comsumption 45W Phantom Power +48 V / 14 mA (each input, remote controlled) Operation Temperature 0 to +40 degrees Celsius +32 to +104 degrees Fahrenheit Accessories Power Cord x 1, REAC Connector Cover x 1, Ferrite Cores x 1 Rubber Foot x 4, Rack Mount Kit x 1, Owner's Manual Size and Weight Width (W)401 mm15-13/16 inches Depth (D) 135 mm5-3/8 inches Height (H) 177 mm7 inches Weight 5.5 kg12 lbs. 3 oz., 2, EA; LI 003, 20 meter Roland SCW-20F CAT5E cable or equivalent Crossover Ethernet cable with Neutrik Ethercon connectors on both ends or equivalent, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Sam Houston - ICO McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Sam Houston - ICO McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. In addition, 52.212-2 Evaluation - Commercial items. 52.252-1, Solicitation Provisions Inc by Ref. 252.212-7000, Offeror Representations and Certifications-Commercial Items. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far.? FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply. In addition, 52.252-2, Clauses Incorporated by Reference. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.219-28, Post-Award Small Business Program Rerepresentation. 52.222-3, Convict Labor. 52.222-19, Child Labor - Cooperation with Authorities and Remedies. 52.222-21, Prohibition of segregated facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6 Notice of Total Small Business Aside. 52.204-7 Central Contractor Registration. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.209-7999, 252.212-7001: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Alt I Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 ALT III Transportation of Supplies by Sea. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.225-7000 Balance of Payments Act Certificate; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payment; and 252.243-7001, Pricing of Contract Modifications; 252.204.7008, Export-Controlled Items; 252.204-7003 Control of Government Personnel Work Product; 252.227-7000, Non-Estoppel. In addition, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). Alternate III (MAY 2002) of 252.247-7023. 252.204-7004 Alt A, Central Contractor Registration. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far.? CCR Requirement - Company must be registered on Central Contractor Registration (CCR)with the NAICS code of 339992 before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 52.232-18, Availability of Funds: Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Small Business Set Aside NAICS Code and Size Standard: 339992, 500 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. FAR 52.211-6, Brand Name or Equal; Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered. Sellers should submit this documentation immediately following the submission of a bid. However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy. Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (a) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (b) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (c) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type: The Contractor shall use the following document type(s): Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (i) Inspection location: ?To be determined? (ii) Acceptance location: ?To be determined? (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAACHQ0490 Issue By DoDAACW911SA Admin DoDAACW911SA Inspect By DoDAACW919H3 Ship To CodeW919H3 Ship From CodeTBD Accept By DoDAACW919H3 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Inspector email address: michael.rudd@us.army.mil Acceptor email address: michael.rudd@us.army.mil (d) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: RSC088_WAWF@usar.army.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5489a190aae8661a557dd77a5729c80a)
 
Place of Performance
Address: Arlington Heights, IL 60008
Zip Code: 60008
 
Record
SN02830453-W 20120809/120808001402-5489a190aae8661a557dd77a5729c80a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.