SOLICITATION NOTICE
67 -- Photo lab
- Notice Date
- 2/7/2008
- Notice Type
- Solicitation Notice
- NAICS
- 443130
— Camera and Photographic Supplies Stores
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ08T9991
- Response Due
- 2/11/2008
- Archive Date
- 4/11/2008
- Point of Contact
- olen, (907) 384-7088
- E-Mail Address
-
Email your questions to ACA, Fort Richardson
(olen.northern@richardson.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is a synopsis solicitation and no separate notices wil l be issued. Proposals are being requested. (ii) This synopsis solicitation number is W912CZ08T0999. (iii) This synopsis solicitation RFP and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5,2 007). (iv) The applicable NAICS is 443130. (v) This synopsis solicitation contains FORTY FIVE (45) line items. Proposal are being sought from GSA vendors. Shipping must be FOB destination, and the applicable manuals IAW the Performance Work Statement. (vi i) Delivery location: Building 1, Fort Richardson AK 99505-0600. Acceptance will be Government: Fort Richardson, Alaska 99505 on or before 25 February 2008. B+W 77mm UV Filter Canon EOS 1 D Mark III Digital SLR Camera Bogen 190XPROB Tripod Fo r Still Camera CANON REMOTE SWITCH RS-80N3 FOR CANON EOS CAMERA GEPE CF Card Case CANON 580EX II Speedlite Flash VISIBLE DUST SD-800 ARCTIC BUTTERFLY PRO KIT FOR DIGITAL SLRs Canon EOS 40D Digital Still Camera w/lens Pelican 1650 Carrying Case Pelican 1694 1690 Transport Case with Foam Canon 28-300mm IS USM Camera lens Canon 16-35mm II USM Camera Lens LumiQuest Soft screen Diffuser for Flash Adobe Photshop Lightroom Software Canon BG-E2N Vertical Grip for Canon 40D Ca non Pixima pro 9500 photo printer Canon PGI-9 9 ink cartridge set for printer Sony PMW-EX1 XDCAM video camera Petrol PMH-3 Mini Hood for Camera LCD Monitor Vortex Media DVD Mastering the Sony PMW-EX1 Training Sony BP-U30 Lithium Ion Batterry for Sony PMW-EX1 Bogen 503 HDV Video Tripod Canon LP-E4 Lithium ION for Camera Varizoom Flowpod Stabilizer Samsung 400PXn LCD Multimedia computer Monitor Peerless Industries Wall Mount Anton Bauer ElipZ Under Camera mounted light set Primera Bravo Pro DVD/CD publisher Audio Technica AT4073A Shot gun Microphone Remote Audio Coiled 3 pin XLR Cable Rycote 12cm Medium Hole Softie hood for Shot gun Microphone Bose Companion 5 speakers for video editing system Bose Around Ear triport Headphones Sony HVL-LBP LED Light System for video Camera Monster Cable 6pin to 4pin cable SANDISK 16GB EXTREME III COMPACT FLASH CARD Sandisk Extreme USB Card reader CF SONY SBAC-US10 SXS Memory Card reader APPLE CUSTOMIZED 24 I MAC FOR PHOTO VIDEO EDITING APPLE FINALCUT STUDIO 2 PRODUCTION SOFTWARE ADOBE MASTER COLLECTION CS3 SOFTWARE SUITE FOR MAC Monster Cable 4pin to 4pin cable Sony SBP-16 16GB SXS pro Memory Card for PMW-EX 1 Camera USB2.0 cable Lacie 2TB Ex ternal Drive for Mulrimedia storage System components as shown above for a Visual Information (Photo/HD Video) aquistion and production Suite in building 1, Fort Richardson, Alaska and able to deploy to worldwide locations. (The deployab le Visual Information acquisition kit is a mission essential, single user; multi-component, portable digital imagery acquisition, production, and processing, multi-media system which fits into 2 or 3 hand-carried hardened cases per person. It is the Tactic al Visual documenters primary system for mission support. Providing visual combat documentation for worldwide operational and contingency missions mandated by the Office of the Secretary of Defense, the Joint Chiefs of Staff, Unified Commands and the Depa rtment of the Army.) SYSTEM DESCRIPTION OCP (FWD) Tactical VI Kit The deployable Visual Information acquisition kit is a mission essential, single user; multi-component, portable digital imagery acquisition, production, and processing, multi-media system which fits into 2 or 3 hand-carried hardened cases per person. It is the Tactical Visual documenters primary system for mission support. Pr oviding visual combat documentation for worldwide operational and contingency missions mandated by the Office of the Secretary of Defense, the Joint Chiefs of Staff, Unified Commands and the Department of the Army. The System should consist of the following: " Camera for still photo acquisition 1. Still Camera should be able to acquire archival quality imagery at a minimum of 10fps. 2. CF cards should be no smaller than 8GB 3. Must have lenses to cover wide angle and long range with image stabilization. 4. Will have no less than 4 batteries and be able to endure a combined time of 36 to 48 hrs. 5. Must Include Flash unit with extra power source. 6. Must include rain cover. " Camera for Video acquisition 1. Must be a professional camera capable of capturing HD footage for HD production output. 2. Should be able to withstand temperatures from -60 to 120 Fahrenheit 3. Must be able to record on solid state media which can be removed from the camera. Example ( SXS card 16GB or Higher) 4. Must include enough solid state cards to record at minimum of 8 hrs of raw footage uncompressed. 5. Must include enough batteries to last a minimum of 36-48hrs combined. 6. Must include external LED light source and an ext ernal infrared light source. 7. Must Include wireless lavaliere microphones. 8. Must include rain cover. 9. Must include a wide angle lens. " Tripod system that will work for both the photo and video cameras included. Must include at leas t 1 light weight monopod. " An Apple Based production Suite with Final Cut Studio 2 as the Core video editing system. (This is a must due to the training personnel have already received. 1. Must include Final Cut Studio 2 2. Must have at minim um 4GB 6GB RAM 3. Must include Adobe Creative Suite Master Collection 4. Must include Aperture 5. Must include Microsoft Office 6. Must include Carrying Case 7. Must be able to burn DVD dual layer disc. " A color Photo Printer cap able of printing at minimum 13X19 or 16X20 Archival Prints 1. Must include at least 5 sets of Ink and a wide array of paper to start. 2. Must include a carrying Case. Visual Information (Photo/HD Video) aquistion and production Suite w ill be used in a wide range of environments from the Arctic tundra of Alaska, Humid rainforest of the Pacific and the hot deserts of the Middle East. Will be transported by 2 individuals on military aircraft and more often on commercial airlines so cases should follow commercial air guidelines and be no more than 70 pounds each. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using t he best value selection method, the following are the evaluation factors to be used. Technically acceptable, price, delivery time and past performance. The contract will be awarded to the offeror that provides the best value to the government. (x) The clau se at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offer or must be registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ( May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Co ntract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contr act terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211 -7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Faciliti es (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FA R. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 10:00 AM, Alaska Time, 11 February 2008. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by t he Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understand ing or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen .northern@richardson.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7088, the e-mail and attachment will be discarded without being read.
- Place of Performance
- Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
- Zip Code: 99505-0525
- Country: US
- Zip Code: 99505-0525
- Record
- SN01503233-W 20080209/080207231242 (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 |