Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
MODIFICATION

58 -- Panasonic AK-HC3500 OR EQUAL & Sachtler System 75 Plus OR EQUAL

Notice Date
9/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHE30190AC01
 
Archive Date
9/24/2010
 
Point of Contact
Toshiro Toyama, Phone: 334-953-8083
 
E-Mail Address
toshiro.Toyama@maxwell.af.mil
(toshiro.Toyama@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined 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 notice. A written solicitation will not be issued. This requirement is issued as a Request For Quote (RFQ) (reference number F2XHE30190AC01). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 (2 Aug 2010) and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100908. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Price Award will be made in accordance with the following Schedule of Supplies: NAICS Code: 334119; Size Standard: 1000 employees The Defense Priorities and Allocations System rating is C9E IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITION: Maxwell Air Force Base has a requirement to purchase the items listed below. The Schedule of Supplies/Services provides all items and quantites required. This procurement is being issued on an unrestricted basis. SCHEDULE OF SUPPLIES/SERVICES: ALL EQUIPMENT MUST BE FACTORY NEW, NOT USED, NOT RE-PACKAGED, NOT RE-SEALED. Used, refurbished, or pre-owned equipment will not be accepted. The estimated delivery date is 45 days After Receipt of Order (ARO). The place of delivery, acceptance and FOB destination point is Maxwell AFB, AL. CLIN 0001: Panasonic AK-HC3500 Native 1080i Camera System or EQUAL. At a minimum or equal must include the following items: A. Native 1080i Camera Head, B. HD-SDI Output card, C. 480I Down Converter card, D. 100' Hybrid Fiber Cable, E. Remote Control Cable, F. Build-Up Kit, G. 6.3" Color LCD Viewfinder, H. Remote Camera Control, I. Remote Operating Panel, J. 22X Box Type 2/3" HDTV Studio Compact Lens XA22X7ES, K. Rear Lens Controller (zoom and focus), L. Custom Compact Lens Mount M. All Required Power Supplies **All above listed components are part of an integrated camera system. All subassemblies must be assembled before shipment when possible.** Camera system provided must meet the following minimum requirements: A. System MUST interface with a Panasonic MSU935 Master Control Unit. B. High sensitivity f10 @ 2000lux C. Output Formats - 1080/59.94i/50.00i, 587/50.00i, 480/59.94i D. 1080i 24/25/30 frame with 3:2 capability E. Digital Video Out - HD/SD-SDI Selectable BNC X 4 F. HD SDI, SD SDI, NTSC output G. Video Input - RET Input BNC X 4, 1-HD-SDI Max 4 2-SD-SDI Max 4 H. 1920 X 1080 effective pixels I. 3-chip 2/3 inch CCD J. 0.02% registration tolerance K. 54 db s/n ratio L. Video return and teleprompter return M. 4-wire Intercom connections N. Audio return O. 3200K, 4300K 6300K and 8000K CC filters P. Clear, ¼ND, 1/8ND, 1/16ND and 1/64ND ND filters Q. Lens must have powered zoom and focus with rear controls. CLIN 0002: Sachtler System 75 Plus Studio Pedestal Sytem or EQUAL. Pedestal system provided must meet the following minimum requirements: A. Must include Fluid Head and Pedestal B. Frictionless leak proof fluid damping with Nine levels of drag C. 24 Step dynamic counterbalancing system with Boost Button D. Pneumatic (must include pump) E. Load Capacity 132.3 lbs (60 kg) F. Mount/Base Sachtler flange G. Balance Plate, 5.7" Sliding Range H. Pan & Tilt Range 360°, +80° to -60° I. Pan & Tilt Drag 10 steps, 0 to 9 J. Leveling Bubble/Illuminated K. Material Aluminum L. Minimum Height 36.2" (92 cm) M. Maximum Height 66.5" (169 cm) N. Must include Right and Left Pan Arms, Cable clamps and Camera Plate QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must the accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications (CLINs 0001 and 0002), and terms and conditions." b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Offeror Representation and Certification-Commerical Items with quotation. c. The vendor shall provide full specification details for comparability. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount to include shipping costs. d. This equipment must not be used/refurbished, out-of-date or end of life in its life cycle. Equipment that is considered gray market will not be accepted. The manufacturer must certify all equipment before delivery and warranty all equipment afterwards. e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD This is a competitive acquisition best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5 "Test Program for Certain Commercial Items."Award will be based on technical acceptability and price as follows: a. Technically Acceptabililty: Offerors will be determined technically acceptable based on the following: (1) Accession Statement: Offerors must include with their quote the written accession statement reflected in the "Quotation Preparation Instructions", paragraph "a.". (2) Specification Details: Offeror must provide full specification details that meet the requirements of Line Items 0001 and 0002 of the Schedule of Supplies/Services. b. Price: All technically acceptable offeror will be evaluated based on price. If the lowest priced offeror is determinated technically acceptable, award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.203-6- Restrictions on Subcontractor Sales to the Government 52.204-7 - Central Contractor Registration 52.211-6 - Brand Name or Equal 52.212-4 - Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of price evaluation prference for HUBZone small dusiness concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-54, Employment Eligibility Verification 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 252.203-7000, Requirements Related to Compensation of Former Dod officials 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of Clause) AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. the accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Wendee.Wingo@maxwell.af.mil Contract Specialist: Toshiro.Toyama@maxwell.af.mil Contracting Officer: sandra.turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items DFARS 252.225-7000 FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing via e-mail to: Toshiro Toyama at Toshiro.Toyama@maxwell.af.mil. All inquiries/responses to this notice must be received by 23 Sept 2010, NLT 12:00 p.m. Central Time. Email is the preferred method. Points of Contact: Toshiro Toyama, Contract Specialist, Phone (334) 953-8083, Fax (334) 953-3543.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHE30190AC01/listing.html)
 
Place of Performance
Address: 455 S Kelly Street, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02290074-W 20100923/100921234740-815e7c52d55d16780d0e646fad428ec9 (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 |
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.