|
COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634Department of Defense, Television-Audio Support Activity (T-ASA),
Contracts Division, 3116 Peacekeeper Way, McClellan AFB, CA 95652-
1068 58 -- UP-GRADE OF AUDIO II VAULT SYSTEMS SOL MDA112-00-T-0006/P00001
DUE 071000 POC Contact Chongae Makiya, Contract Specialist or Richard
Talbert, Contracting Officer, (916) 643-0323 E-MAIL:
talber@tasa-exchange.army.mil, makiya@tasa-exchange.army.mil. 17. This
is a combined synopsis/Request for Quotation (RFQ) 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 solicited
with this notice. A written quotation will not be issued. The quotation
document and incorporated provisions and clauses are those in effect
through the Federal Acquisition Circular (FAC) 97-18. The
Television-Audio Support Activity intends to procure the following
items: CLIN 0001: Two (2) each, Broadcast El. (B.E.) P/N 918-2000, rack
mount for audio hub control chassis for the Broadcast El. (B.E.) AVII
audio vault. CLIN 0002: Three (3) each, B.E. P/N 918-2002, board, play
plug-in; quad stereo; analog; for B.E. AVII Audio vault. CLIN 0003:
Three (3) each, B.E. P/N 918-2001, board, recorder; quad stereo;
analog; for the B.E. AVII audio vault. CLIN 0004: Three (3) each, B.E.
P/N 944-0071, cable assembly for the B.E. AVII quad stereo play board;
analog. CLIN 0005: Three (3) each, B.E. P/N 944-0072, cable assembly
for the B.E. AVII quad stereo record board; analog. CLIN 0006: One (1)
each, B.E. P/N 978-8000-360, software license; includes maintenance
fee for BE AVII audio vault configuration w/3 each, quad stereo play
plug-in boards and 3 each, quad stereo record plug-in boards; 36 month
term, contract starts 30 days after delivery of the system; software
warranty includes; all program upgrades at no additional charge, and 24
hour telephone support 365 days a year; maintenance support includes
programming and telephone training support on the operation of the
system for training current or new station employees. CLIN 0007: one
(1) each, B.E. P/N NPN-82-D, service non-personal system integration;
w/customer supplied computers includes system assembly, test, and
documentation. CLIN 0008: Four (4) each, B.E. P/N 804-9136-050, hard
drive; 36.0GB half eight's 3.5-IN. CLIN 0009: One (1) each, B.E. P/N
944-0607, cable assembly, 2 piece SCSI cable; for drive enclosure
w/centronic connectors. CLIN 0010: Two (2) each, B.E. P/N 974-9112,
ethernet, 10 base T, cable assembly kit F/U/W B.E. Audiovault 100
multi-workstation systems. CLIN 0011: Four (4) each, B.E. P/N 974-9108,
interface card; general purpose, 15 control inputs and 8 tally outputs,
provides +5VDC isolated power supply; for B.E. model audiovault 100
workstation server control processors. CLIN 0012: One (1) each, B.E.
P/N 814-0009-024, hub, 24 port 100base-T ethernet. CLIN 0013: One (1)
each, B.E. P/N 874-0001, software, entitled "AUDIOVALUT"; for remote
control through modem. CLIN 0014: One (1) each, B.E. P/N 808-5239,
software, workstation entitled 'NEWSBOSS"; for news next management.
CLIN 0015: Six (6) each, B.E. P/N 808-5240, software workstation;
additional entitled "NEWSBOSS" for news text management. CLIN 0016: One
(1) each, B.E. P/N 978-7279-360, service non-personal; newboss software
maintenance and support; paid up service for 7-9 workstations; 36 month
non-cancelable contract during the initial term; contract starts 30
days after shipment. CLIN 0017: Seven (7) each, B.E. P/N 874-0007,
lock, newboss hardware lock; 1/workstation. CLIN 0018: Two (2) each,
B.E. P/N 808-5280-050, Audio Streaming System; internet; includes 1
each, estream master software application, 1 each estream AP24 PCI-DSP
based PCI audio card, 1 each, parametric equalizer plug-in, 1 each, L1
ultramaximizer plug-in, 1 each, C1 compressor/gate plug in, 1 each, S1
stereo imager plug-in, 1 each maxx bass virtual bass enhancer plug-in,
1 each, de-esser plug-in and 1 each, audiotrack plug-in. CLIN 0019: One
(1) each, software real producer from real networks; for the B.E. audio
vault systems. CLIN 0020: One (1) each, B.E. P/N 808-9211-500,
workstation computer; estream; c/o: tower 500MHZ pentium III processor,
64MB RAM, WIN 98, 15-IN monitor, keyboard and mouse; workstation only;
does not accommodate audio vault cards for THE Estream Audio Streaming
System and Software. CLIN 0021: One (1) each, B.E. P/N 808-5269, 64MB;
SIIM; PC100 RAM. CLIN 0022: One (1) each, B.E. P/N NPS-83, training,
on-site at Alexandria VA., initial system checkout and training by MFR
field service Rep for audiovault storage system for 10 days. CLIN
0023: One (1) each, service non-personal; per diem travel expenses;
includes roundtrip air fare, hotel, meals, and car rental. Destination
point is Soldiers Radio and Television, Alexandria, VA. Required
delivery is thirty (30) days after contract award. The Government
anticipates negotiating and entering into contract on a sole source
basis with Broadcast Electronics and/or their authorized distributors,
under the authority of FAR 6.302-1, The only one source reasonably
available and no other supplies or services will satisfy agency
requirement. All responsible sources may submit a quotation which shall
be considered by the agency. Offeror's proposing other than the
requested item must include specification data sheets/brochures, etc.,
sufficient to enable the Government to determine the capability ofthe
offered item to meet the specifications as stated in this notice.
Responses to this notice must be provided in writing. Responses may be
mailed to Television Audio Support Activity, Sacramento Contracting
Office, Attn: T-ASA/SCO (Chongae Makiya), 3116 Peacekeeper Way,
McClellan AFB, CA 95652-1068, or if using courier services deliver to:
Television-Audio Support Activity, Attn: Chongae Makiya, Bldg: 209,
Room 104, McClellan AFB, CA 95652. Facsimile responses (12 pages or
less) are acceptable, FAX number is (916) 643-4730. All responses to
this notice must make reference to quotation number
MDA112-00-T-0006/P00001. The provisions at FAR 52.212-1 Instructions to
offerors-Commercial Items, and 52.212-2, Evaluation-Commercial Items
apply to this acquisition. The evaluation criteria for this
solicitation will consist of technical capability of the offeror to
meet the agency requirement, price and past performance. Technical
capability is more important than past performance, technical
capability and past performance combined are more important than price.
To be eligible to receive an award resulting from this quotation,
contractor must be registered with the Central Contractor Registration
(CCR) database, NO EXCEPTIONS. In order to register, you may apply
through the internet at "http://ccr2000.com", you must include your
DUNS (Dun & Bradstreet) number in order to apply. Offerors shall
include a completed copy of the provisions at 52.212-3, Offeror
Representations and Certifications-Commercial items, with their offer.
FAR 52.212-4, Contract Terms and Conditions-Commercial Items and
52-212-5, Contract Terms and Conditions Required to Implement Statues
or Executive Orders-Commercial Items, the following subclauses apply to
this acquisition: 52.222-26, 52.222-35, 52-222-36, 52.222-37; FARS
52.232-0033, Payment by Electronic Funds Transfer-Central Contractor
Registration; DFARS 252.204-7004, Required Central Contractor
Registration (CCR); 252-212-7000 and the following subclauses under
52.212-7001, 252-225-7001, 252-243-7002 and FAR 52.232-5112, Agency
Protests. Text of all clauses referenced herein may be downloaded from
the Government web sit: www.arnet.gov/far. Quotes must be submitted by
3:00 PM PST, July 10, 2000. Failure to provide any of the required
documents referenced in this notice will render your quote unacceptable
and ineligible for an award. Point of contact in this office is Chongae
Makiya, (916)643-0323, Faxs (916)643-4730, and e-mail:
makiya@tasa-exchange.army.mil. Posted 06/29/00 (W-SN470388). (0181) Loren Data Corp. http://www.ld.com (SYN# 0415 20000703\58-0018.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|