SOLICITATION NOTICE
67 -- RACKMOUNT FRAME; INFORMATION DISPLAY; MONITORS - Justification
- Notice Date
- 10/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ002822866608
- Archive Date
- 11/28/2012
- Point of Contact
- Susan M. Madrid, Phone: 951-413-2371, Jessie Feliciano, Phone: 951-413-2406
- E-Mail Address
-
susan.madrid@dma.mil, jessie.feliciano@dma.mil
(susan.madrid@dma.mil, jessie.feliciano@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification 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. Items 0001-0003 below are being requested as ‘items unique to the manufacturer'. Justification and Approval is included herein. a. Solicitation Number HQ002822866608 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-61, effective 15 Oct 2012 and DFARS Change Notice 20120906. c. NAICS Code: 423410, small business size standard of 100 employees. d. Description: CLIN 0001 Nomenclature: RACKMOUNT FRAME Quantity: 8 Each Mfr: AJA VIDEO SYSTEMS, INC. Description: 4-SLOT; RACKMOUNT(1RU); C/W: 40-WATT POWER SUPPLY AND FAN UNITS; F/U/W: AJA R-SERIES FRAMES AND LEITCH 6800-SERIES EQUIPMENT; PWR RQMTS: 90-240VAC, 50/60HZ. CLIN 0002 Nomenclature: INFORMATION DISPLAY Quantity: 40 Each Mfr: CHYRON, INC. Description: 4 VIDEO GRAPHICS; ANIMATED TEXT, GRAPHICS, LOGOS USING GIF, AVI, TGA; PLAY AUDIO WAVE FILES; PAGE SCHEDULING LOOPING DURATIONS OR SPECIFIC DAY/DATE/TIME; FRONT EXTERNAL COMPACT FLASH (32MB-2GB); INPUTS/OUTPUTS: 1EA COMPOSITE (BNC), 1EA S-VIDEO (4-PIN, Y/C), 1EA YUV/RGSB (3 BNC); 525 (NTSC) OR 625 (PAL); AUDIO: 1EA (R/L)AUDIO STEREO INPUTS/OUTPUTS, RCA; INTERFACES: 10/100 BASE T, RS-232 9-PIN D, GPI (8 PROGRAMMABLE, 9-PIN D); 1RU; C/W SOFTWARE: CHYTV TOOLS, CHYTV ELEMENTS; PWR RQMTS: 110- 220VAC TO 5VDC. CLIN 0003 Nomenclature: MONITOR Quantity: 100 Each Mfr: DELVCAM LIGHTS Description: QUAD RACKMOUNT; 2-RU HIGH; 4-EA 3.5-IN MONITORS; RESOLUTION: 960 X 240; ASPECT RATIO: 4:3; BACKLIGHT: LED; BRIGHTNESS: 180-CD/M2; TV SYSTEM: PAL/NTSC; VIEWING ANGLE: TOP 60-DEG, BOTTOM 50-DEG, LEFT 65-DEG, RIGHT 65-DEG; INPUT/OUTPUT: BNC(FEMALE); HOUSING: BLACK ANODIZED ALUMINUM; C/W: MONITOR, 12-VDC UNIVERSAL 110/220 POWER PACK, 4-EA BNC 75-OHM TERMINATOR, 90-DAY LIMITED WARRANTY; PWR RQMNTS: 12-VDC. e. FOB Delivery and acceptance will be made at: NAVAL MEDIA CENTER AFLOAT DIVISION 8345 E. BEECHCRAFT AVE. GAITHERSBURG, MD 20879 f. FAR Provision 52.204-99 (System for Award Management Registration (DEVIATION)) applies to this acquisition. g. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. h. FAR Provision 52.212-2 (Evaluation-Commercial Items) (JAN 1999) with the following insertion in para (a): Award will be made to the offeror who is deemed responsible in providing the lowest priced, technically acceptable offer resulting in the best value to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following two (2) factors: (1) Technical Capability: Meets Brand Name specifications in accordance with "Description" in paragraph d. above. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. i. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2012). Electronic ORCA is located at http://orca.bpn.gov. j. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAR 2012)(Deviation) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. k. The DPAS rating is: A70 l. Quotations are due by 2:00PM Pacific Standard Time (PST) on 13 Nov 2012 in order to be considered. Send proposal responses to Susan Madrid @ susan.madrid@dma.mil or via fax to (951) 413-2432; submission via e-mail is the preferred method. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2371. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f853fe07189d4e88a6a843c793aae31)
- Place of Performance
- Address: 8345 E. Beechcraft Ave., Gaithersburg, Maryland, 20879, United States
- Zip Code: 20879
- Record
- SN02918676-W 20121026/121024234246-0f853fe07189d4e88a6a843c793aae31 (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 |