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