SOLICITATION NOTICE
58 -- Nellis AFB Studio Modernization - JA BRAND NAME
- Notice Date
- 2/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying 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
- HQ002843016600
- Archive Date
- 3/14/2015
- Point of Contact
- Claudio T. Casupang, Phone: (951) 413-2381, Susan M. Madrid, Phone: 951-413-2371
- E-Mail Address
-
claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil
(claudio.t.casupang2.civ@mail.mil, susan.m.madrid.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- JA BRAND NAME COMBINED SYNOPSIS/SOLICITATION: HQ002843016600 Title: Nellis AFB Studio Modernization Description(s): COMBINED SYNOPSIS/SOLICITATION 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Brand Name Procurement - see attached justification. a. Solicitation Number HQ002843016600 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 2005-78, effective 26 Dec 2014 and DFARS Change Notice 20150129 c. This procurement is brand name; associated with NAICS Code 333316 with a size standard of 1000 employees and is unrestricted. d. Description: THESE ITEMS ARE BRAND NAME; SEE THE ATTACHED JUSTIFICATION AND APPROVAL. FILL IN ALL UNIT PRICE AND TOTALS BELOW. FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN. CLIN 0001: LENS DESCRIPTION: CANON KJ17EX7.7BIRSD PS12 HDGC LENS F/U/W: PANASONIC AG-HPX500 CAMERA; ZOOM RATIO: 17X; BUILT-IN EXTENDER: 2.0X; FOCAL LENGTH: 7.7-131MM; FOCAL LENGTH (WITH EXTENDER): 15.4-262MM; MAXIMUM RELATIVE APERTURE: F/1.8 AT 7.7-102.5MM, F/2.3 AT 131MM; MAXIMUM RELATIVE APERTURE (WITH EXTENDER): F/3.6 AT 15.4-205MM, F/4.6 AT 262MM; MACRO; FILTER SIZE: 82MM P0.75; MINIMUM OBJECT DISTANCE (MOD): 23.6-IN (0.6M), 0.4-IN (10MM) IN MACRO MODE. UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0002: P2 RECORDER DESCRIPTION: PANASONIC AJ-HPM200 P2 MOBILE PORTABLE; FORMATS: AVC-INTRA 100, AVC-INTRA 50, DVCPRO HD, DVCPRO 50, DVCPRO,DV, AVDHD; DISPLAY: 9-IN LCD; AUDIO RECORDING FORMAT:DVCPRO/DV 48 KHZ/16-BIT, 2-CHANNEL, DVCPRO 50 48 KHZ/16-BIT, 4-CHANNEL, AVC-INTRA 100 / AVC-INTRA 50 / DVCPRO HD (100) 48 KHZ/16-BIT, 8-CHANNEL; INPUTS/OUTPUTS: COMPOSITE BNC (X1 INPUT, X1 OUTPUT), COMPONENT BNC (X1 OUTPUT), HD/SD-SDI BNC (X1 INPUT, X1 OUTPUT), MONITOR BNC (X1OUTPUT), ANALOG AUDIO XLR (X2INPUT, X2 OUTPUT), HEADPHONES STEREO MINI JACK (3.5MM DIAMETER), FIREWIRE 6-PIN, USB 2.0, TIMECODE BNC (X1 INPUT, X1 OUTPUT), RS-422A 9-PIN D-SUB (X1 INPUT). UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0003: LENS DESCRIPTION: CANON KJ10EX4.5B IRSE A 2/3-IN PORTABLE ENG 10X ZOOM LENS; OBJECT IMAGE FORMAT: 2/3-IN; ZOOM RATIO: 10X; ASPECT RATIO: 16:9; BUILT-IN EXTENDER: 2.0X; FOCAL LENGTH RANGE: WITH 1.0X EXTENDER 4.5-45 MM/WITH 2.0X EXTENDER 9-90 MM; MACRO; MINIMUM OBJECT DISTANCE (M.O.D.): 11.8-IN (0.4-IN WITH MACRO). UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0004: CAMCORDER DESCRIPTION: SHOULDER MOUNTED; 2/3-IN CCD; P2 MEMORY-BASED RECORDING; 3.5-IN LCD MONITOR; MEMORY CARD SLOT:SD MEMORY CARDS FOR SCENE-FILE SHARING AND 4EA P2 CARD SLOTS FOR VIDEO; SHUTTER SPEED RANGE: 1/12 TO1/2000 SEC; HORIZONTAL RESOLUTION: 1080 LINES; GAIN SELECTION: 0-18 DB RANGE; AUDIO SIGNAL FORMAT: 16 BIT/48KHZ FOUR CHANNELS; AUDIO FREQUENCY RESPONSE: 20HZ TO 20KHZ; 3.5MM STEREO MINI JACK; C/W: 1.5-IN CRT B/W NTSC/PAL SWITCHABLE, COMPONENT VIDEO CABLE, SHOULDER STRAP, AND P2 CARD SOFTWARE DRIVER (CD-ROM); PWR: 12VDC (11-17V). UNIT PRICE @ _____________ x 2 EA = $__________________ CLIN 0005: LENS PN: HJ40X10B DESCRIPTION: CANON HJ40X10B 2/3-IN EFP TELEPHOTO LENS WITH FULL SERVO KIT; ZOOM RATIO: 40X; ASPECT RATIO: 16:9; BUILT-IN EXTENDER: 2.0X; MACRO; FOCAL RANGE: 10-400MM; FOCAL LENGTH RANGE WITH EXTENDER: 20-800MM; MINIMUM OBJECT DISTANCE (M.O.D.): 110.2-IN (0.4-IN WITH MACRO). UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0006: PLAYER/RECORD Part Number: AG-HPG20 DESCRIPTION: P2 MEMORY CARD; HD (1080P); 3.5-IN LCD MONITOR; AUDIO RECORDING FORMATS: AVC-INTRA, DVCPRO HD, DVCPRO 50. DVCPRO/DV; INPUT/OUTPUT: HD/SD-SDI: BNC (X1 OUTPUT), COMPONENT: D-CONNECTOR (X1 OUTPUT), ANALOG AUDIO: PIN JACK (X2 OUTPUT), HEADPHONES: STEREO MINI JACK (3.5MM DIAMETER), FIREWIRE: 6-PIN, USB 2.0: B-TYPE; C/W:AC DADPTER, BATTERY; PWR RQMTS: 7.2/7.9VDC. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0007: RECORDER/PLAY Part Number: SR-HD2500US DESCRIPTION: BLU-RAY DISC; HD-SDI; 500GB HARD DRIVE; RECORDABLE MEDIA: BD-R(SL/DL), BD-RE(SL/DL)3, DVD-R(SL/DL), DVD RW, SD CARD, SDHC, SD; INPUTS: SDI, COMPOSITE VIDEO, S VIDEO, AUDIO 2VRMS PIN JACK, IEEE1394 4-PIN, 3.5MM REMOTE, RS-232, SD CARD SLOTOUTPUTS: SDI, SDI LOOP THROUGH, HDMI TYPE A, USB 2.0, COMPOSITE VIDEO, S VIDEO, AUDIO 2VRMS PIN JACK, COMPONENT VIDEO; VIDEO RECORDING: MPEG4 AVC/H.264, MPEG-2 TS, MPEG-2 PS, JPEG STILLS; AUDIO RECORDING: DOLBY DIGITAL, LINEAR PCM, MPEG1 LAYER 2; PWR RQMTS: 120VAC, 60HZ; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 3 EA = $__________________ CLIN 0008: CARD Part Number: AJ-YCX250G DESCRIPTION: ACCESSORY; AV-HD OPTION CARD FOR USE WITH AJ-HPM200 AND AJ-HPD2500. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0009: A / V MIXER DESCRIPTION: A/V MIXER DIGITAL; SYSTEM FORMAT: HD 1080/23.98PSF (FOR 3D ONLY), 1080/59.94I, 1080/50I, 720/59.94P, 720/50P/SD,480/59.94I, 576/50I; SIGNAL PROCESSING: 4:2:2:4, 12 BIT INTERNAL; SAMPLING FREQUENCY: 48KHZ; CROSS TALK: LESS THAN -80 DB AT 1KHZ,BETWEEN ANY TWO CHANNELS(DIGITAL), LESS THAN -70 DB AT 1KHZ, BETWEEN ANY TWO CHANNELS (ANALOG); HEADROOM: 20/18DB SWITCHABLE; ANALOG COMPOSITE INPUT: 2X BNC, 1.0 V (P-P), 75OHM TERMINATION; SDI INPUT: 4X BNC: SD SERIAL DIGITAL SIGNAL SMPTE259M-C/272M-A, ITU-R BT.656-4 STANDARDS/HD SERIAL DIGITAL SIGNAL SMPTE292M/296M/299M STANDARDS; HDMI: 2X HDMI TYPE A; REFERENCE INPUT: 2X BNC W/LOOP-THROUGH, 1.0 V(P-P), 75OHM AUTO TERMINATION, COMPOSITE SIGNAL NTSC/PAL; PROGRAM OUTPUT: 1X SDI ON BNC: SD SERIAL DIGITAL SIGNAL SMPTE259M-C/272M-A, ITU-R BT.6564 STANDARDS/HD SERIAL DIGITAL SIGNALS MPTE292M/296M/299M STANDARDS, 1X DVI-D, TMDS SINGLE LINK; PREVIEW OUTPUT: 1X SDI ON BNC: SD SERIAL DIGITAL SIGNAL SMPTE259M-C/272M-A AND ITU-RBT.656-4 STANDARDS/ HD SERIAL DIGITAL SIGNAL SMPTE292M/296M/299M STANDARDS; AUX: 1X SDI ON BNC SD SERIAL DIGITAL SIGNAL SMPTE259M-C/272M-A AND ITU-RBT.656-4 STANDARDS/HD SERIAL DIGITAL SIGNAL SMPTE292M/296M/299M STANDARDS; MULTI-VIEWER: 1X SDI ON BNC: SD SERIAL DIGITAL SIGNAL SMPTE259M-C, ITU-R BT.656-4 STANDARDS/HD SERIAL DIGITAL SIGNAL SMPTE292M/296M STANDARDS, 1 DVI-D, TMDS SINGLE LINK; ADDITIONAL PORTS: TALLY D-SUB 9-PIN, OPEN COLLECTOR(8 CH), MAX CURRENT LESS THAN 50MA, MAX VOLTAGE 35 VDC, GPI 1X BNC MAKE-CONTACT, RS-232C 1X D-SUB 9-PIN; ADVANCED REFERENCE OUTPUT: 1X BNC, 75OHM, COMPOSITE SIGNAL SYNC 0.286 V (P-P) NTSC/0.3 V (P-P) PAL, BURST 0.286 V (P-P) NTSC/0.3 V (P-P) PAL; AUDIO INPUT: 4X XLR (L AND R), 4/0/-3 DBM SWITCHABLE, BALANCED, 10K / 4X SDI ON BNC EMBEDDED AUDIO: SD SERIAL DIGITAL SIGNAL SMPTE259M-C/272M-A, ITU-R BT.656-4 STANDARDS/HD SERIAL DIGITAL SIGNAL SMPTE292M/296M/299M STANDARDS/2X HDMI TYPE AEMBEDDED AUDIO; AUX INPUT: 1-PIN JACK(L AND R), -10 DBV, HIGH IMPEDANCE, UNBALANCED; MIC INPUT: 1 M6, -60 DBV, 2K, MONAURAL, UNBALANCED; PROGRAM OUTPUT: 1X XLR (L AND R), 4/0/-3 DBU SWITCHABLE, LOW IMPEDANCE,BALANCED/1X SDI ON BNC EMBEDDED AUDIO: SD SERIAL DIGITAL SIGNAL SMPTE259M-C/272M-A AND ITU-RBT.656-4 STANDARDS/HD SERIAL DIGITAL SIGNAL SMPTE292M/296M/299M STANDARDS/1-PIN JACK (L AND R), -10 DBV, LOW IMPEDANCE, UNBALANCED; PREVIEW OUTPUT: 1X SDI ON BNC EMBEDDED AUDIO: SD SERIAL DIGITAL SIGNAL SMPTE259M- C/272M-A, ITU-R BT.656-4 STANDARDS/HD SERIAL DIGITAL SIGNAL SMPTE292M/296M/299M STANDARDS; AUX: 1X SDI ON BNC EMBEDDED AUDIO: SD SERIAL DIGITAL SIGNAL SMPTE259M- C/272M-A, ITU-R BT.6564 STANDARDS/HD SERIAL DIGITAL SIGNALSMPTE292M/296M/299M STANDARDS; HEADPHONES: 1 M6, 8OHM, STEREO, UNBALANCED, INFINITY TO 20 DBU. UNIT PRICE @ _____________ x 1 EA = $__________________ CLIN 0010: TRIPOD SYSTEM DESCRIPTION: SYSTEM 18 S1 ENG 2 MCF; LOAD CAPACITY: 4-40-LB (2-18 KG); MAX HEIGHT:66.1-IN(168 CM); MIN HEIGHT: 26.4-IN(67 CM); FOLDED LENGTH: 35-IN(89 CM); ILLUMINATED LEVELING BUBBLE; WEIGHT: 18.5 LB(8.4 KG); COUNTER BALANCE SYSTEM: 16 STEPS PLUS BOOST BUTTON; QUICK RELEASE/WEDGE PLATE: TOUCH AND GO PLATE 16; BALANCE PLATE: 4.7-IN(120MM); TILT DRAG: 7 STEPS; TILT RANGE: +90-DEG TO -70-DEG; TILT LOCK:INDEPENDENT; SPRING LOADED COUNTER BALANCE: 7 STEPS; PAN RANGE: 360-DEG; PAN LOCK: INDEPENDENT; MATERIAL: CARBON FIBER; HEAD ATTACHMENT FITTING: 100MM; LEG STAGES/SECTIONS: 2/3; LEG LOCK TYPE: QUICK CLAMP TORQUE LOCK; INDEPENDENT LEG SPREAD; SPIKED; CENTER BRACE: MID-LEVEL. UNIT PRICE @ _____________ x 3 EA = $__________________ TOTAL PRICE FOR THIS QUOTE $________________________________________ FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN.   e. Delivery and acceptance will be made at location: FOB DESTINATION 99 ABW/PA 5870 DEVLIN DR. BLDG 595 STE 137 NELLIS, AFB, NV 89191 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-3 Gratuities (APR 1994) FAR 52.203-7 Anti-Kickback Procedures (MAY 2014) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (FEB 2009) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 2014) DFARS 252.211-7003 Iten Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 Electronic Submission of Payment Request (JUN 2012) DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) 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. 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2015 Appropriations. (DEVIATION 2015-OO00005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [] is not [] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [] is not [] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 27 FEB 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002843016600" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381. 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. Primary Point of Contact: Claudio T. Casupang, Contract Specialist claudio.t.casupang2.civ@mail.mil Phone: 9514132381   Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name ______________________________________ Vendor's Address: ______________________________________ ______________________________________ ______________________________________ Phone Number: _____________________________________________ e-mail address: _____________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1862364b7c14469aec19de6981b5be58)
- Place of Performance
- Address: 99 ABW/PA, 5870 DEVLIN DR., BLDG 595 STE 137, NELLIS AFB, Nevada, 89191, United States
- Zip Code: 89191
- Record
- SN03641594-W 20150214/150212235357-1862364b7c14469aec19de6981b5be58 (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 |