Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2003 FBO #0653
SOLICITATION NOTICE

59 -- 32x32 Video Router with Stereo

Notice Date
9/9/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F13AUD32261400
 
Response Due
9/15/2003
 
Archive Date
9/30/2003
 
Point of Contact
Randi Ellis, Contract Specialist, Phone 334-953-6615, Fax 334-953-3543,
 
E-Mail Address
randi.ellis@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F13AUD32261400 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures at FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030722. The North American Industry Classification System code is 334310 with a small business size of 750 employees. This acquisition will be issued as a 100% Small Business set aside. This requirement is for the purchase of a video router with balanced/unbalanced stereo to be delivered to Wright-Patterson Air Force Base, OH. CLIN 0001 - quantity 1 ? 32x32 Composite Video Switcher with Stereo Audio, specifically the Extron MAV 32x32 AV or equal. Any proposed equivalent product must be in a single unit and meet the same control, size, input and output capabilities of the requested product. Provide specifications with response to this RFQ for any equivalent product; Government Technical Advisor for this requirement must approve equivalent product prior to award. Video routing specifications include the following: 32x32 matrix; bandwidth of 150MHz (-3dB), fully loaded, no more than 0.1dB to ?0.1dB at 0-10 MHz and no more than 0.5dB to ?0.5dB at 0-30 MHz; phase between I/Os <1.28 degrees at 3.58 MHz; differential phase error 0.1% at 3.58 MHz and 4.43 MHz; differential gain error 0.1% at 3.58 MHz and 4.43 MHz; maximum propagation of delay 5 ns typical (+/- 1 ns); crosstalk ?50dB at 5 MHz; and switching speed 200 ns (max). Video input specifications include the following: number/signal type = 32 BNC female; nominal level 1V p-p for Y of component video and S-video, and for composite video 0.7V p-p for RGB, 0.3V p-p for R-Y and B-Y of component video and for C of S-video; minimum/maximum levels 0.5V to 2.0V p-p with no offset analog; impedance 75 ohms; return loss < -30dB at 5 MHz; and external sync (genlock) 0.3V to 0.4V p-p. Video output specifications include the following: number/signal type = 32 composite video; connectors = 32 BNC female; nominal level 1V p-p for Y of component video and S-video, and for composite video 0.7V p-p for RGB, 0.3V p-p for R-Y and B-Y of component video and for C of S-video; minimum/maximum levels 0.5V to 2.0V p-p; impedance 75 ohms; return loss < -30dB at 5 MHz; DC offset +/- 5mV maximum with input at 0 offset; and switching type = vertical interval. Sync specifications include the following: input type RGsB and RsGsBs; output type RGsB and RsGsBs; standards ? NTSC 3.58, NTSC 4.43, PAL, SECAM; input and output impedance 75 ohms; and maximum propagation delay of 5 ns. Other specifications include the following: compliances ? CE, FCC Class A, VCCI, AS/NZS, ICES; MTBF = 30,000 hrs, and warranty of 3yrs parts and labor. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive acquisition utilizing simplified procedures authorized by FAR Part 13. Award will be based on low price. Award will be made to a single source. The desired delivery date is 26 September 2003. Delivery will be coordinated with Mr. John Rogers at (937) 904-5480. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jul 2003), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Jun 2003); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2003) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. Partial quotes will not be considered. Responses/Offers are due by noon (12:00 PM CDT) on 15 September 2003. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. Faxed quotes are to be sent to (334) 953-3543 attn: Randi Ellis. E-mailed quotes are to be sent to randi.ellis@maxwell.af.mil (subject: F13AUD32261400), or mailed to 42 CONS/LGCB, attn: Randi Ellis, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: Wright-Patterson AFB, OHIO
Zip Code: 45433
Country: USA
 
Record
SN00429872-W 20030911/030909213225 (fbodaily.com)
 
Source
FedBizOpps.gov 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.