SOLICITATION NOTICE
70 -- Production Monitor Equipment - Salient Characteristics
- Notice Date
- 5/17/2016
- 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
- HQ002861200841
- Archive Date
- 6/16/2016
- Point of Contact
- Shevonn Moore, Phone: 951-413-2634
- E-Mail Address
-
shevonn.l.moore.civ@mail.mil
(shevonn.l.moore.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Salient Characteristics COMBINED SYNOPSIS/SOLICITATION: HQ002861200841 Title: PRODUCTION MONITOR EQUIPMENT 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 or Equal procurement - see attached Salient Characteristics. a. Solicitation Number HQ002861200841 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 2005-88, effective 16 May 2016 and DFARS Change Notice 20160510. c. This procurement is a brand name or equal requirement; associated with NAICS Code 334220 with a employee size of 750 and is restricted to small business concerns. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY CLIN 0001 - 11EA, P/N: PB278Q; MONITOR 27-IN; WIDESCREEN; LED BACKLIT; LCD; COLOR SATURATION 100-PERCENT (SRGB); PANEL/DISPLAY TYPE: PLS PANEL; RESOLUTION: 2560X1440 (HDMI/DISPLAYPORT/DUAL-LINK DVI-D), 1920X1080 (D-SUB); PIXEL PITCH: 0.233 MM; BRIGHTNESS: 300CD/M2; CONTRAST RATIO: 80,000,000:1; VIEWING ANGLE HORIZONTAL: 178-DEG, VERTICAL: 178-DEG; RESPONSE TIME: 5MS; TRACE FREE VIDEO TECHNOLOGY, SPLENDID VIDEO INTELLIGENCE TECHNOLOGY, SPLENDID VIDEO PRESET MODES: 5 MODES, COLOR TEMPERATURE SELECTION: 4 MODES, GAMMA SUPPORT: 2.2/1.8, QUICKFIT (MODES): LETTER/A4/ALIGNMENT GRID/PHOTO MODES, HDCP SUPPORT; AUDIO FEATURES: STEREO SPEAKERS: 3W X 2 STEREO RMS; I/O PORTS: SIGNAL INPUT HDMI 1.4, D-SUB, DISPLAYPORT 1.2, DUAL-LINK DVI-D, AND PC AUDIO INPUT: 3.5MM MINI-JACK, AV AUDIO INPUT: HDMI 1.4, EARPHONE JACK: 3.5MM MINI-JACK; ANALOG SIGNAL FREQUENCY: 24-89 KHZ (H)/ 50-75 HZ (V), DIGITAL SIGNAL FREQUENCY: 24-89 KHZ (H)/ 50-75 HZ (V); TYPICAL POWER CONSUMPTION 60W, POWER SAVING MODE: 0.5W, POWER OFF MODE: 0.5W; TILT: +20-DEG TO -5-DEG, SWIVEL AND PIVOT, HEIGHT ADJUSTMENT, VESA WALL MOUNTING: 100X100MM, KENSINGTON LOCK, ENERGY STAR COMPLIANT, TCO 5.2, UL/CUL, CB, CE, FCC, CCC, ISO9241-307, BSMI, GOST-R, C-TICK, VCCI, PSE, J-MOSS, ROHS, WINDOWS 7 WHQL COMPLIANCE; APPROXIMATE DIMENSIONS: (W X H X D), W/STAND: 25 X 22 X 8.5-IN; APPROXIMATE WEIGHT: 19 LBS; PWR RQMTS: 100-240VAC, 50/60HZ. UNIT PRICE @ _____________ x 11EA = $__________________ CLIN 0002 -6EA, P/N: PVM-A250; PRODUCTION MONITOR; 25-IN; 10-BIT OLED; 1920X1080 RESOLUTION; OSD WAVEFORM AND VECTORSCOPE; ASPECT RATIO: 16:9 NATIVE, ALSO SUPPORTS 4:3; 89-DEG VIEWING ANGLE V/H; NTSC/PAL; SDI STANDARDS: 3G-SDI, HD-SDI, SD-SDI; CLOSED CAPTION: EIA 608/EIA 708; INPUTS: 2EA SDI BNC FEMALE, 1EA HDMI, 1EA COMPOSITE BNC FEMALE, ANALOG AUDIO ON STEREO 3.5MM MINI-JACK; OUTPUTS: 2EA SDI LOOP-OUT ON BNC FEMALE, 1EA COMPOSITE LOOP-OUT ON BNC FEMALE, 1EA ANALOG AUDIO ON 3.5MM MINI-JACK, 1EA HEADPHONE 3.5MM MINI-JACK; 1EA 1-WATT SPEAKER; REMOTE CONTROL: PARALLEL REMOTE PORT RJ-45, SERIAL REMOTE PORT RJ-45; PWR RQMTS: 100-240VAC, 50-60HZ. UNIT PRICE @ _____________ x 6EA = $__________________ CLIN 0003 -2EA, P/N: 32HSD13G; STUDIO MONITOR; 32-IN; MAX RESOLUTION: 1920 X 1080 AT 60 HZ; PIXEL PITCH: 0.364 X 0.364 MM; BRIGHTNESS: 360 CD/M2; NON-GLARE COATING; CONTRAST RATIO: 1400:1; ASPECT RATIO: 16:9; VIEWING ANGLE: (H/V) 178/178-DEG; DISPLAY COLOR: 16.7 MILLION; RESPONSE TIME: 8 MS (GRAY TO GRAY); VIDEO: NTSC/PAL; FREQUENCY: (H) 60 TO 75 KHZ, (V) 55 TO 75 KHZ; I/O SDI: SMPTE 125M: 525I (NTSC, 480I / 60), 1TU-R BT.601: 625I (PAL, 575I / 50), SMPTE 296M: 720P (60 / 59.94 / 50 / 30 / 29.97 / 25 / 24 / 23.98), SMPTE 274M: 1080I (60 / 59.94 / 50), 1080P (30 / 29.97 / 25 / 24 / 23.98), 1080PSF (30 / 29.97 / 25 / 24 / 23.98), SMPTE 425M: 1080P (60 / 59.94 / 50), VIDEO I/O BNC TYPE: 2/ 2, S-VIDEO IN/OUT 1 / 1, VGA IN (15PIN D-SUB) 1, COMPONENT 1, DVI-D IN / HDMI IN 1 / 2, AUDIO IN (RCA TYPE) 3 (L + R), PC STEREO IN 1; AUDIO; BUILT-IN SPEAKERS (2X 1 W); MULTI DISPLAY: PIP / PBP; FILTER TYPE 3D COMB FILTER / DE-INTERLACING; FEATURES; MULTI LANGUAGE SUBTITLE ENGLISH, SPANISH, FRENCH, GERMAN, ITALIAN; PWR RQMTS: 100 TO 240 VAC (50/60 HZ). UNIT PRICE @ _____________ x 2EA = $__________________ CLIN 0004 -13EA, P/N: CHDHX-401; CAMCORDER KIT; GOPRO HERO4 BLACK; NTSC/PAL; RECORDING MEDIA: MICROSD/HC/XC UP TO 64 GB(CLASS 10 OR UHS-1); VIDEO FORMAT: 4K, H.264, 3840 X 2160P / 30 FPS / 25 FPS / 24 FPS HIGH DEFINITION, H.264 2704 X 2028P / 30 FPS / 25 FPS, HIGH DEFINITION H.264, 2704 X 1520P / 50 FPS / 48 FPS, HIGH DEFINITION H.264, 2704 X 1520P / 30 FPS / 25 FPS / 24 FPS HIGH DEFINITION H.264, 1920 X 1440P / 60 FPS / 50 FPS / 48 FPS, HIGH DEFINITION H.264, 1920 X 1440 / 30 FPS / 25 FPS / 24 FPS, HIGH DEFINITION H.264, 1920 X 1080P / 120 FPS / 60 FPS, HIGH DEFINITION H.264, 1920 X 1080P / 50 FPS / 48 FPS, HIGH DEFINITION H.264, 1920 X 1080P / 30 FPS / 25 FPS / 24 FPS, HIGH DEFINITION H.264, 1280 X 960P / 120 FPS / 60 FPS / 50 FPS, HIGH DEFINITION H.264, 1280 X 720P / 120 FPS / 60 FPS / 50 FPS, HIGH DEFINITION H.264, 1280 X 720P / 30 FPS / 25 FPS, STANDARD DEFINITION H.264, 848 X 480P / 240 FPS; ASPECT RATIO: 16:9 4:3; STILL IMAGE RESOLUTION: JPEG: 12 MEGAPIXEL, 4000 X 3000 (4:3), JPEG: 7 MEGAPIXEL, 3000 X 2250 (4:3), JPEG: 5 MEGAPIXEL, 2560 X 1920 (4:3); CHANNELS: 1.0-CHANNEL MONO; AUDIO FORMAT: AAC WITH AGC; INTERVAL RECORDING:.5/1/2/5/10/30/60 SEC; INPUT/OUTPUT CONNECTORS: OUTPUTS 1X MINI-USB, 1X HDMI D (MICRO); RECHARGEABLE LITHIUM-ION BATTERY PACK, 3.8 VDC, 1160 MAH, UP TO 1.5 HOURS PER CHARGE; CHARGING METHOD: USB; WEIGHT: 3.10 OZ/88 G CAMERA ONLY, 5.36 OZ/152G W/HOUSING; C/W: HERO 4 CAMERA, SKELETON BACKDOOR, CURVED ADHESIVE MOUNT, FLAT ADHESIVE MOUNT, QUICK-RELEASE BUCKLE, 3-WAY PIVOT ARM, USB CABLE. UNIT PRICE @ _____________ x 13EA = $__________________ CLIN 0005 -2EA, P/N: LP36915; CAMERA CASE; MATERIAL TYPE 600D AND 420D POLYESTER; ZIPPER CLOSURE, APPROXIMATE EXTERIOR DIMENSIONS 4.5 X 3.5 X 7-IN; COLOR: BLACK; APPROXIMATE INTERIOR DIMENSIONS 3.5 X 2.5 X 6-IN; QUICK-GRAB HANDLE AND BUILT-IN STRAPS; APPROXIMATE WEIGHT 0.2 LBS; MESH INTERIOR POCKET; SLIP IN DIVIDERS. UNIT PRICE @ _____________ x 2EA = $__________________ TOTAL PRICE FOR THIS QUOTE $____________________ Delivery and acceptance will be made at location: FOB DESTINATIONS 802 LRS LGRDDC 1865 SELFRIDGE AVE STE 4 LACKLAND TX 78236-5214 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (OCT 2015) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based 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. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. 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 (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2016). 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 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2015) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAR 2016) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (FEB 2016) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 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. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 01 June 2016 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at shevonn.l.moore.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002861200841 - PRODUCTION MONITOR EQUIPMENT" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. 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: Shevonn Moore Contract Specialist shevonn.l.moore.civ@mail.mil Phone: 951-413-2634 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/d933e92939f7ef66671421a135d1bc04)
- Place of Performance
- Address: 802 LRS LGRDDC, 1865 SELFRIDGE AVE STE 4, LACKLAND, Texas, 78236-521, United States
- Record
- SN04118986-W 20160519/160517234401-d933e92939f7ef66671421a135d1bc04 (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 |