Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2017 FBO #5762
SOLICITATION NOTICE

36 -- Cinema Camera Kit

Notice Date
8/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA820117QAW01
 
Archive Date
9/30/2017
 
Point of Contact
Allison E. West, Phone: 8017770193, Tyler Davidson, Phone: 801-777-7595
 
E-Mail Address
allison.west@us.af.mil, tyler.davidson@us.af.mil
(allison.west@us.af.mil, tyler.davidson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA8201-17-Q-AW01 This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-94, Department of Defense Federal Acquisition Regulation Supplement Publication Notice 20161222, and Air Force Acquisition Circular 2017-0119. Contracting Officer's Business Size Selection Small Business Set-Aside NAICS Code 334220 Small Business Size Standard 1,250 employees (iv) (v) Description of item(s) to be acquired: CLIN Nomenclature QTY UI 0001-AA Name: Cinema Camera Minimum Specifications: Item# PMW-F55KALCD or equivalent - Sony F55 Camera kit is a 4K Digital cinema camera with a LCD viewfinder, installed codec upgrade board, hard case, SxS media card reader, and Catalyst Prepare preedit software. Camera has an 8.9MP Super35-sized sensor and records 4K, 2K, and HD video, a global shutter that eliminates the rolling shutter artifacts. Kit comes with the ProRes & DNxHD codec board already installed and internal recording to ProRes and DNxHD Codecs. The included LCD viewfinder features 960 x 540 resolution and 1,000:1 contrast ratio. An included USB 3.0 SxS card reader. Reseller must be an authorized Sony reseller. 2 KT 0002-AA Name: CineAlta 4K Six Lens Kit (PL Mount) Minimum Specifications: Item# SCLPK6/F or equivalent - Sony CineAlta 4K Six Lens Kit includes the 20, 25, 35, 50, 85 and 135mm cine prime lenses. Each lens has a maximum aperture of T2, with a circular 9 blade iris and designed for Sony's CineAlta 4K cameras. Reseller must be and authorized Sony reseller. 2 KT 0003-AA Name: 128GB SxS Pro+ D Series Memory Card Minimum Specifications: Item# SBP128D or equivalent - memory card is PCI ExpressCard 34 form factor designed for Sony's line of professional camcorders. The card has a storage capacity of 128GB, has the 2nd-generation PCIe interface with data transfer speeds of up to 3.5 Gbps and writes at a rate of 2.8 Gbps. For 4K workflows, this SxS Pro+ D memory card has a minimum write 4 EA 0004-AA Name: 512GB AXS Memory Card Minimum Specifications: Item# AXS-A512S24 or equivalent - With a 512 GB storage capacity, the A Series AXS-A512S24 512GB Memory Card is for the AXS-R5 RAW Recording System from Sony is designed to be used with the AXS-R5 2K/4K RAW Recording System and AXSCR1 USB-3 Card Reader. This memory card has high-speed, high-capacity, flash memory media required for high frame-rate, 16-bit, linear 4K and 2K digital cinematography with a write speed of over 2.4 Gbps 4 EA 0005-AA Name: V-Mount to Gold-Mount Adapter Plate Minimum Specifications: Item# QRC-4K-S or equivalent - Adapts V-mount battery plate on the Sony F5 or F55 camera to Anton/Bauer Gold Mount. The adapter plate incorporates four PowerTap (P-Tap) connectors. The battery information is passed through to the camera's viewfinder 2 EA 0006-AA Name: V-Lock Quick-Release Baseplate kit Minimum Specifications: Item# SF5-F55BR or equivalent - SHAPE's Top Handle Kit for Sony F5/F55 Camera. Sturdy and lightweight professional camera support stabilizer, rosette quick-lock button technology, rosette sockets 15mm (8") rods at the front and (4") rods at the back. Compatible with all 15mm rod systems and optional 15mm studio or 19mm brackets, V-lock delta adapter at the bottom of baseplate, Removable hook-and-loop fastener shoulder pad, Length-adjustable rods, Height-adjustable sliding rod, Mounting Cheeseplate, Made of solid anodized aluminum 2 EA 0007-AA Name: Lens Mount Adapter PL to Sony FZ Mount Minimum Specifications: Item# PL-SNYF3-PRO or equivalent - FotodioX adapts lenses that feature an ARRI PL Type mount to fit on a camera body with a Sony FZ mount. The adapter is for use with manual iris and focus lenses, no electronic communication through the adapter. The adapter allows TTL (Through-The-Lens) metering 2 EA 0008-AA Name: AXS-R7 External 4K Recorder Minimum Specifications: Item# AXS-R7 or equivalent -The Sony AXS-R7 4K RAW Recorder seamlessly attaches to the high-end PMW-F55 and F5 CineAlta cameras, speeding up the 4K production workflow. This 16-bit linear recorder offers 4K RAW recording up to 120 fps and 60 fps for the PMW-F55. the recorder captures 2K RAW at up to 240 fps and continuous 16-bit 4K RAW at up to 120 fps and 60 fps from the PMW-F55. This recorder also offers 4K RAW/XOCN cache recordings up to 30 seconds while in standby mode 2 EA 0009-AA Name: microMatteBox Deluxe Bundle Kit Minimum Specifications: Item# 8-003-0043 or equivalent - Redrock Micro universal matte box system that accommodates almost any lens, and a Redrock Micro microFollowFocus with backlash adjustment and a flippable gearbox. The matte box accepts both 4x4" and 4x5.65" filters and features two rotating filter stages. The included top flag can be swapped to the bottom flag position and the matte box includes a pair of side flags for flare control 2 EA 0010-AA Name: Rain Slicker Minimum Specifications: Item# RS-PMWF55 or equivalent - Porta Brace rain slicker protects the F55 camera against Rain and Dust, made of waterproof Nylon Taslan Exterior with soft Tricot Interior and 3 Interchangeable Front-End Attachments 2 EA 0011-AA Name: Optical Low Pass Filter Minimum Specifications: Item# CBK55F2K or equivalent - Filter for HFR 2K Shooting, provides filmic images and reduces motion judder 2 EA 0012-AA Name: AXS Card Reader Minimum Specifications: Items# AXS-CR1 or equivalent - Sony AXS USB 3.0 Card Reader 2 EA 0013-AA Name: CINE 90 GM Battery Minimum Specifications: Item# 8675-0103 or equivalent - Anton Bauer 90Wh Lithium-Ion Gold Mount Battery, supports up to 12A Continuous Draw, Fuse Link Technology Cell Protection, LCD Battery Capacity Gauge and P-Tap Accessory output 4 EA 0014-AA Name: Soft Carrying Case Minimum Specifications: Item# LCFS100KH or equivalent - Custom Porta Brace Case, 1000D Cordura Nylon with 1" Padding, Main Compartment with Cradle, Large Exterior Pocket, Suede Leather-Covered Hand Grips, Removable Shoulder Strap, Small Padded Pouch and White Balance Card Included 2 EA 0015-AA Name: Lens Case Minimum Specifications: Item# LCPK6CZ or equivalent - Sony Lockable Polypropylene Hard Case for CineAlta 4K Six-Lens Kit, Custom Pre-Cut Foam with Engraved Labels, Gasket Seal & Pressure Relief Valve and Wheeled Case with Telescoping Handle 2 EA. (vi) Services to be furnished: N/A (vii) Delivery Date and place: Delivery date is NLT 30 Oct 2017. The contractor shall provide requested products to AFPAA 6015 Dogwood Ave, Hill AFB UT, 84056. **All items to be shipped FOB Destination** Questions: (if Necessary) All questions regarding this solicitation can be sent to allison.west@us.af.mil and must be received NLT 08 Sep 2017. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1400 MST, 15 Sep 2017 via electronic mail to allison.west@us.af.mil a. Provide Cage code when submitting Bid. b. Late submissions of offers will be processed in accordance with FAR 52.212-1(f) "Late submissions, modifications, revisions, and withdrawals of offers." c. The Government intends to award a Firm Fixed Price contract for this requirement. However, the Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. (ix) 52.212-2: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical Acceptability; Price is approximately equal to Technical Acceptability. (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with the lowest price, and fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) To be technically acceptable all items must be TAA compliant. If your company takes exception to any of the requirements of the Bill Of Materials (BOM) or terms/conditions of this solicitation, they must be clearly identified in your quote. These will be reviewed for potential impact on your ability to successfully meet the Govrnment's requirements. Any assumptions, conditions or exceptions which may negatively impact performance of this requirement could render the quote ineligible for award. Technical acceptability will be assessed based on items ability to comply with specification and other requirements for technical acceptability conforming in every material respect with those of this solicitation. (d) 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. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Oct 2014), with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition and a statement regarding any addenda to the clause. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) OTHER FAR CLAUSES AND PROVISIONS 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). 52.211-16 Variation in Quantity (Apr 1984) 52.211-17 Delivery of Excess Quantity(Sep1989) 52.219-8 Utilization of Small Business Concerns (MAY 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-35 Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). 52.222-40 Notification of employees rights under the national labor relations act (DEC 2010) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.247-34 F.O.B. Destination (Nov 1991) 52.252-2 Clauses incorporated by reference 52.252-6 Authorized Deviations in clauses 252.204-7004 Alternate A, System for Award Management 252.232-7003 Electronic Submission of Payment request and Receiving reports 252.232-7006 Wide Area WorkFlow Payment instructions 252.232-7010 Levies on Contract Payments (Dec 2006) 5352.201-9101 Ombudsman (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 interested 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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) (xiii) Additional Contract Requirement or Terms and Conditions: N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: Offers are due by 1400 MST, 15 Sept 2017 via electronic mail to allison.west@us.af.mil. (xvi) All questions on this requirement should be directed by email NLT 1400 MST, 08 Sep 2017 to: Allison West at allison.west@us.af.mil by phone (801)777-0193 or Tyler Davidson, tyler.davidson@us.af.mil by phone (801)777-7595.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA820117QAW01/listing.html)
 
Place of Performance
Address: Hill AfB, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04656053-W 20170902/170831232847-889c4c2282135996c607be0af07e10c1 (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.