Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2012 FBO #3989
SOLICITATION NOTICE

67 -- Studio Switching Equipment Kits - Salient Characteristics - HQ002822776600

Notice Date
10/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
HQ002822776600
 
Archive Date
11/29/2012
 
Point of Contact
Kathryn Maurais, Phone: 9514132502, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
kathryn.maurais@dma.mil, jessie.feliciano@dma.mil
(kathryn.maurais@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification for Other Than Full and Open Competition Shipping Address Listing Salient Characteristics - HQ002822776600 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. Item 0001 below is being requested as ‘items unique to the manufacturer' no substitutions will be accepted. This kit is in support of the Air Force Public Affairs Agency (AFPAA). The AFPAA has a requirement for providing our Production Studios with equipment items that are suitable for Electronic News Gathering (ENG) and in-garrison environments. The equipment items contained in this kit meet our current requirements; these items have proven to operate seamlessly with other components and architectures in use at other Air Force locations throughout the world. Justification and Approval is included herein. a. Solicitation Number HQ002822776600 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 13 September 2012 and DFARS Change Notice 20120906. c. NAICS Code: 334220, small business size standard of 750 employees. d. Description: CLIN 0001 Nomenclature: Studio Switching Equipment Kit Quantity: 9 Each Mfr: Misc. Description: 1 Ea (AV-HS450N), Panasonic, HD-SDI Production Switcher 1 Ea (AV-HS04M8), Panasonic, Full-HD DVI Input Board 1 Ea (XDS-1000), Sony, Professional Media Station HDD Recorder 3 Ea (LMD-2451WHD), Sony, LCD with (BKM-243HS) HDSDI Board 3 Ea (PMW-EX30), Sony, XDCAM EX Recording Deck 2 Ea (SR-HD1500), JVC, HD-SDI Converter/Recorder Kit 2 Ea (EZFE-14/12), Fujinon, 12 pin to 12 pin zoom extension cable, 14 Ft. 2 Ea (PA241W-BK), NEC, MultiSync 24" LCD Monitor 2 Ea (1650-020-110), Pelican, Case with Foam (OR EQUAL) * 1 Ea (N12), Yamaha, Digital Mixing Studio Soundboard 1 Ea (GMIX-2225-6-TSA), Gator, Molded PE Mixer Case 2 Ea (MSP5STUDIO), Yamaha, Active 2-Way Nearfield Monitor Speaker (OR EQUAL) * 1 Ea (APPKITPRO), Remote Audio-Audio Adapt-a-Pak Pro Kit (OR EQUAL) * 1 Ea (F.01U.117.816), Telex, Legacy 7, 7-User Full-Duplex Wireless Intercom System 7 Ea (HR1LG), Telex, Single-Sided Headset 1 Ea (3046), Impact-Background Support System, 12 Ft Wide (OR EQUAL) * 1 Ea (BG-B-1012), Impact-Muslin Background (Black) 10'X12' (OR EQUAL) * 1 Ea (BGSC-B-816), Impact-Super Collapsible Background 8x16' (Black) (OR EQUAL)* 1 Ea (BGSC-CG-816), Impact-Super Collapsible Background 8x16' (Chroma Green) (OR EQUAL) * 4 Ea (CACSDI100), Canare-BNC to BNC SDI Cable 100' (OR EQUAL) * 3 Ea (R300S), Canare-R300S Cable Spool (OR EQUAL) * 3 Ea (C24136-100), Pearstone-3-pin XLR to XLR Audio Cable 100' (OR EQUAL) * * SEE ATTACHED LIST FOR SALIENT CHARACTERISTICS OF ITEMS LISTED AS "(OR EQUAL)" 9 EA @ $ ____________ = $ ___________ e. FOB Delivery and acceptance will be made at: - SEE ATTACHED SHIP TO LIST f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in the System for Award Management (SAM) at www.sam.gov. g. 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. h. 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 www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.204-99 (System for Award Management Registration) (AUG 2012) (DEVIATION) 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. j. The DPAS rating is: A70 k. Quotations are due by 2:00PM Pacific Standard Time (PST) on 14 November 2012 in order to be considered. Send proposal responses to Kitty Maurais @ kathryn.maurais@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) 413-2502. 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/d00602d67c826161bd9b1c9a6b299e90)
 
Place of Performance
Address: 23755 Z Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN02918837-W 20121026/121024234417-d00602d67c826161bd9b1c9a6b299e90 (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.