Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099

Contracting and Purchasing Division, P.O. Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, S.C. 29905-5000

59 -- SOUND SYSTEM FOR DEPOT THEATER SOL M00263-98-Q-0010 DUE 061098 POC Contact Bryan Magee, Procurement Specialist, (843) 525-2407, or Linda Stroh, Contracting Officer, (843) 525-2151 (i)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 request for quotation will not be issued. (ii) Solicitation M00263-98-Q-0010 is being issued as a Request For Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-02. (iv) This acquisition is restricted as a 100% small business set aside. The associated standard industrial classification code (SIC) is 3861. (v) The following is the contract line item number, quantity, unit, and item description. Item number 0001: Quantity-1, Unit-Ea/System. Description: Complete surround sound system installed in the Depot Theater, Marine Corps Recruit Depot/ERR; Parris Island, South Carolina. Sound system shall be priced as one unit, including delivery, installation and the following components: 0001AA-DIGITAL DOLBY SOUND CINEMA PROCESSOR-QTY 1. Digital cinema processor capable of playing all digital and analog 35MM soundtracks simultaneously; Shall be equal to, or capable of surpassing, 70 mm magnetic; 675A DSP module decodes left, center, right, & surround channels; Construction is rack mount chassis frame with plug-in modules accessible behind hinged front panel; Signal connections to be standard 9 pin "D" type connectors for Mic., Optical I, Optical 2, Serial Data and Motor start signals, with standard 25 pin female D-type connectors for Digital Readers 1 and 2, Accessory Rack Automation connections and 6 Channel Analog Inputs, RCA type phono jacks for Non-sync 1 and 2, Phoenix screw terminal connectors for processor outputs, bypass power and remote control connections; Signal inputs: Optical two pairs of balanced inputs, magnetic/aux, non-sync, microphone & digital reader; for two projectors with stereo solar cells mounted on brackets, compatible with LED reverse scan analog readers, six analog inputs for use with external magnetic preamplifier or auxilary source; Two stereo inputs for nonsync sources; balanced input for equalization, and one unbalanced mic input, unit to have center weighted sum of LRC for connection to auxiliary system for hearing impaired, two channels of dolby "A" type noise, and two channels of Dolby SR; 110V 60Hz; Unit to decode left center right and surround channels from two optical tracks on SVA analog optical prints. Output for the hearing impaired; Automation connections (8 contact closures); LCD display; Distortion: 0.05% in dolby SR mode; 0001AB-BOOTH MONITOR-QTY 1. Engineering MS-100 6 channel booth monitor with switchable outputs between processor and speakers for trouble shooting; Normal or Bi-amped inputs; Selectable 6-channel outputs; 20 watt amplifier with heavy duty speaker. 0001AC-SCREEN SPEAKER-QTY 1. Screen speaker with power capacity of 600 watts continuous pink noise; Nominal coverage: 90 degrees horizontal, 40 Degrees vertical; Frequency response: (-0r+3 dB) 40 hz-16khz; Frequency range: (-or+10 bB) 34hz 20khz; 8ohm low frequency section; 8ohm high frequency section; Bi-amped applications; THX approved; Direct-radiator speaker system. 0001AD-SURROUND SPEAKERS-QTY 24. Two way; 8340 digital surround speakers @ 95; Frequency response: 45hz-20khz; Sensitivity 96 dB; Power handling 150 watts; Nominal impedance: 8ohms; THX approved. 0001AE-U-BRACKETS-QTY 24. U-Brackets for 8340 surround speakers; Wall mount; 10 gauge steel finished in matte black. 0001AF-SUBWOOFER SYSTEM-QTY 2. 18" bass reflex subwoofer system; Power capacity: 600 watts continuous program; Nominal impedance 8ohms; Sensitivity 95 db; 18" heavy duty speaker. 0001AG-AUDIO RACK-QTY 1. ERK 3525 Audio Rack; 35 spacc, 19" audio rack; overall height 65 3/8"; racking height 61 1/4"; 16 gauge steel tops, bottoms, sides; 750 lbs capacity; 10/32 threaded rack rails. 0001AH-POWER AMPLIFIERS-QTY 5. MX1500a dual channel power amplifiers; Output power per channel: 8ohms, 20hz-20khz, 350 watts, 4 ohms, 20hz-20khz, 500 watts; Damping factor: Greater than 200; Noise: 100 dB below rated output; Distortion: SMPTE-IM, less than 0.05%; Frequency response: 20hz-20khz +or-0.15 dB; Sensitivity: 1.05 Vrms for rated power; Cooling: 2-speed fan, rear to front air flow. 0001AJ-POWER AMPLIFIER-QTY 1. MX2000a dual channel power amplifier (subwoofer); Output power per channel: 8ohms, 20hz-20khz, 450 watts, 4 ohms, 20 hz-20khz, 650 watts; Distortion: SMPTE-IM less than 0.05%; Damping Factor: Greater than 200; Frequency response: 20hz-20khz +or-0.15 dB; Sensitivity: 1.07 Vrms for rated output; Cooling: 2 speed fan, rear to front air flow. 0001AK-ELECTRONIC CROSSOVERS-QTY 3. XC-1 Electronic crossovers; Cinema crossover for MX1500a amplifiers; THX approved; Allows bi-amping of screen speakers. 0001AL-DIGITAL SOUNDHEAD-QTY 1. 700 digital dolby soundhead for connection to the processor described in 0001AA; Must easily mount onto any projector, and read the on-film digital soundtrack by a CCD array. (vi) INSTALLATION: This requirement is to include full installation of the above items 0001AA through 0001AL. Contractor shall include the cost of delivery and installation in Contractor's price. The auditorium of the theater is 103' long by 50'6" wide in rear and 21'6" ceiling. Construction is concrete block. The side walls are non parallel and covered with a heavy cloth like material which is clued on. There are approximately 25 flags on staffs located near the ceiling on each side, and they are spaced about 2' apart. The rear wall is covered with acoustic tile. The proscenium arch is 15' high and 38' wide; with 12000 watts of house lights on manual dimmers. The room seats 998; with approximately 450 feet of aisles. Power at the location is 200 ampere 3 phase panel servicing the booth. The contractor shall provide all materials, tools, equipment, and labor necessary to complete the installation of the complete surround sound equipment. Installation shall occur simultaneous to delivery ofthe equipment, and shall include an on site training demonstration to theater personnel. Contractor shall coordinate installation dates and times with the Contracting Office at 843-525-2407. The contractor shall provide operations, warranty, repair manuals and schematics for the equipment. A site visit is encouraged. (vii) Inspection and acceptance shall be performed at the Base Theater, Marine Corps Recruit Depot, Parris Island, SC. The equipment shall be delivered complete FOB destination. Installation shall be completed on or before 60 days from the date of award. (viii) The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items, to include the specific evaluation criteria in paragraph (a): 1) Quality of the equipment: meets or exceeds minimum specifications. 2) Equipment warranties. Contractor shall specify the warranty coverage for each equipment component, or the entire system, whichever is applicable. 3) Past performance. 4) Value based on price. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with a copy of its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The following additional clauses cited in the clause by reference apply: 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-18. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses and provisions apply to this contract: The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Offerors shall include a completed copy of provision 252.225-7000 Buy American Act-Balance of Payments Program Certificate with a copy of its quote. Clause 252.225-7001, Buy American Act-Balance of Payments Program is included in this contract by reference. (ix) Addendum 1, Provision 52.214-31, Facsimile Bids is also included in this acquisition. Addendum 2, The Government reserves the right to utilize the Government (Visa) credit card as a method of payment upon delivery and acceptance of supplies and services under this contract. If this order is paid by Government credit card, FAR Clause 52.232-33, Mandatory Information for Electronic Fund Transfer Payment, is deleted from FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items which is inserted by reference in this order. (x) Each Offeror shall review the clauses and provisions incorporated by reference in paragraphs (viii and ix) above, and return a completed copy of the required provisions with its quote. Copies of clauses and provisions may be provided upon request. (xi) The Defense Priorities and Allocation System (DPAS) assigned rating is DO C9E. (xii) The Commerce Business Daily numbered note that appears at the end of this solicitation notifies prospective bidders that this request for quotation is limited to small business organizations. (xiii) Submit quotes to Contract and Purchasing Division, Attn: Formal Contracts Branch, Bldg 159, Marine Corps Recruit Depot, Parris Island, SC 29905. Offers may submit alternate system proposals, and the Government may accept alternate proposals, when the proposal is considered to be in the Government's best interest. However, the Government is not required to accept any proposal that does not meet the minimum specifications contained in this solicitation. Offerors must submit their quotes to reach destination by 3:00 P.M., Eastern Standard Time, 10 June 1998. Offerors may also fax their quotes, to include completed provisions, to 843-525-2163. (xiv) Point of contact is Bryan Magee at 843-525-2407. See Numbered Note 1 (0138)

Loren Data Corp. http://www.ld.com (SYN# 0299 19980520\59-0013.SOL)


59 - Electrical and Electronic Equipment Components Index Page