SOLICITATION NOTICE
58 -- SEMBACH DISTRO & STREAMING EQUIPMENT - SALIENT CHARACTERISTICS
- Notice Date
- 5/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002840790001
- Point of Contact
- Claudio T. Casupang, Phone: 9514132381, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
claudio.casupang@dma.mil, susan.madrid@dma.mil
(claudio.casupang@dma.mil, susan.madrid@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- SAP JA FOR BRAND NAME SALIENT CHARACTERISTICS FOR BRAND NAME OR EQUAL Title: 14A-01-13 SEMBACH DISTRO & STREAMING EQUIPMENT Description(s): COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name Procurement. a. Solicitation Number HQ002840790001 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-73, effective 29 April 2014 and DFARS Change Notice 20140512. c. This procurement is a brand name requirement; associated with NAICS Code 334220; no set aside is used. d. Description: Note: SEVERAL ITEMS ARE BRAND NAME AND ARE SO MARKED. SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION MAKE SURE FREIGHT IS ABSORBED IN UNIT PRICE CLIN CLIN 0001: Multi-Format Video Monitor (BRAND NAME OR EQUAL) DESCRIPTION: Multi-Format Video Monitor VTM 2400 UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0002: Analog, AES/EBU and embedded audio for VTM-2000 and VTM-2400 (BRAND NAME OR EQUAL) DESCRIPTION: Analog, AES/EBU and embedded audio for VTM-2000 and VTM-2400 UNIT PRICE @ _____________ x 2 EA =$__________________ CLIN 0003: Frame, 2RU, no back, all blanks with fan (includes one 6822+AC power (BRAND NAME OR EQUAL) DESCRIPTION: Frame, 2RU, no back, all blanks with fan (includes one 6822+AC power supply) UNIT PRICE @ _____________ x 4 EA =$ __________________ CLIN 0004: 1x8 DA with looping input, analog video, 2 slots (BRAND NAME OR EQUAL) DESCRIPTION: 1x8 DA with looping input, analog video, 2 slots UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0005: Two 1x4 or one 1x8 DA, analog audio remote gain, balanced, 2 slot (BRAND NAME OR EQUAL) DESCRIPTION: Two 1x4 or one 1x8 DA, analog audio remote gain, balanced, 2 slot UNIT PRICE @ _____________ x 32 EA = $__________________ CLIN 0006: Video/Audio Test Signal Generator (BRAND NAME OR EQUAL) DESCRIPTION: Video/Audio Test Signal Generator UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0007: Double Rackmount Tray for VSG-401 Test Generator (BRAND NAME OR EQUAL) DESCRIPTION: Double Rackmount Tray for VSG-401 Test Generator UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0008: DRT adaptor for installing DRT-4 products to fit in the DRT-5 rack tray (BRAND NAME OR EQUAL) DESCRIPTION: DRT adaptor for installing DRT-4 products to fit in the DRT-5 rack tray. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0009: Blank Panel for Unused Side of DRT-4A Rackmount Tray (BRAND NAME OR EQUAL) DESCRIPTION: Blank Panel for Unused Side of DRT-4A Rackmount Tray UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0010: NetXpress LX 3RU Full Shelf, 60W AC (BRAND NAME ONLY) DESCRIPTION: NetXpress LX 3RU Full Shelf, 60W AC UNIT PRICE @ _____________ x 5 EA = $__________________ CLIN 0011: INTRAPLEX ACS DUAL AC POWER FEED for LX-300 NetXpress Chassis (BRAND NAME ONLY) DESCRIPTION: INTRAPLEX ACS DUAL AC POWER FEED for LX-300 NetXpress Chassis UNIT PRICE @ _____________ x 5 EA = $__________________ CLIN 0012: INTRAPLEX POWER SUPPLY Y- SERIES 60W AC (BRAND NAME ONLY) DESCRIPTION: INTRAPLEX POWER SUPPLY Y- SERIES 60W AC UNIT PRICE @ _____________ x 5 EA = $__________________ CLIN 0013: Mpeg Analog Plus Digital Program Audio Transceiver (BRAND NAME ONLY) DESCRIPTION: Mpeg Analog Plus Digital Program Audio Transceiver UNIT PRICE @ _____________ x 30 EA = $__________________ CLIN 0014: INTRAPLEX PGM INT ANA/DIG DB15+CONT (BRAND NAME ONLY) DESCRIPTION: INTRAPLEX PGM INT ANA/DIG DB15+CONT UNIT PRICE @ _____________ x 30 EA = $__________________ CLIN 0015: Package containing two ea. of the CM-30 IP common modules and MA (BRAND NAME ONLY) DESCRIPTION: Package containing two ea. of the CM-30 IP common modules and MA-230 IP module adapters. UNIT PRICE @ _____________ x 6 EA = $__________________ CLIN 0016: Large FUSION Tilt Wall Mount for Sharp PN-U553 Monitors (BRAND NAME OR EQUAL) DESCRIPTION: Large FUSION Tilt Wall Mount for Sharp PN-U553 Monitors UNIT PRICE @ _____________ x 4 EA = $__________________ CLIN 0017: Large Fusion Manual Height Adjustable Mobile AV Cart (BRAND NAME OR EQUAL) DESCRIPTION: Large Fusion Manual Height Adjustable Mobile AV Cart UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0018: 53 inch Professional LED Display (BRAND NAME OR EQUAL) DESCRIPTION: 53 inch Professional LED Display UNIT PRICE @ _____________ x 6 EA = $__________________ CLIN 0019: Dual Channel DVI to HD Bridge Assembly for Miranda Kaleido X (BRAND NAME ONLY) DESCRIPTION: Dual Channel DVI to HD Bridge Assembly for Miranda Kaleido X UNIT PRICE @ _____________ x 1 EA = $__________________ TOTAL PRICE FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE FREIGHT IS ABSORBED IN UNIT PRICE e. Delivery and acceptance will be made at location: FOB DESTINATION DEFENSE MEDIA ACTIVITY TELEVISION-AUDIO SUPPORT ACTIVITY 14855 6TH STREET BLDG 2725 RIVERSIDE, CA 92518-2221 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (JUL 2013) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. 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 posting of this requirement 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 offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. 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. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG 2013). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (SEP 2013) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (SEP 2013) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JUL 2013) FAR 52.211-6 -- Brand Name or Equal FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (Jan 2005) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (MAY 2013) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (MAY 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to 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. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that— (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, “Enterprise-wide Contractor Reporting Application” November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 29 MAY 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.casupang@dma.mil. On the Subject line of the e-mail insert “QUOTE HQ002840790001" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.casupang@dma.mil Phone: 9514132381 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.madrid@dma.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: 23755 Z Street Riverside, California 92518-2031 United States Vendor’s Name ______________________________________ Vendor’s Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a54c1d4119790d4b4e86ecc78e067671)
- Place of Performance
- Address: DEFENSE MEDIA ACTIVITY, TELEVISION-AUDIO SUPPORT ACTIVITY, 14855 6TH STREET BLDG 2725, RIVERSIDE, California, 92518, United States
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN03365562-W 20140516/140514234237-a54c1d4119790d4b4e86ecc78e067671 (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 |