SOLICITATION NOTICE
67 -- Professional 4K Camcorder
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 14010 MSCoE Loop, Suite 0617, Fort Leonard Wood, MO 65473
- ZIP Code
- 65473
- Solicitation Number
- DrumG33LPF0001
- Response Due
- 8/17/2018
- Archive Date
- 2/13/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is DrumG33LPF0001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-17 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Leonard Wood, MO 65473 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Professional 4K Camcorder, Brand Name or Equal to: Sony PXW-Z150 4K XDCAM Camcorder Must weigh (4-5 lbs) with a Minimum 1 Year Warranty Minimum 1 CMOS Sensor: Minimum Illumination: 1.7 lux (Low Lux): 4K (minimum 3840 x 2160) 30p, HD 120 fps: Discrete Manual Focus, Zoom, Iris Rings: Lens with min. 12x Optical Zoom: Two SD Memory Card Slots compatible with SDXC and SDHC cards: Focal Length: minimum 348.0 mm on 35 mm lens (16:9): Iris: at least 2.8: auto/manual selectable: Focus: AF/MF selectable; Image Stabilizer: ON/OFF selectable, shift lens: Imaging Device (Pixel Count) 20 M pixels (minimum total): Selectable Shutter Speeds: Slow & Quick Motion Functions: Switchable & Programmable Gain functions: White Balance: Presets, A, B, Auto selectable: Built-in Optical Filters: (ND filters): Video Output: Integrated into Multi/Micro USB jack, RCA pin(x1), Composite 1.0Vp-p, 75 Ω: Audio Input: XLR-type 3-pin (female) (x2), line/mic/mic +48 V selectable: Headphone Output: Stereo mini jack: Speaker Output: Monaural: DC Input: DC jack: HDMI Output: Viewfinder: OLED, Minimum 1.44M dots: LCD Minimum 8.8cm (3.5 type) Minimum 1.56M dots: Built-in Microphone: Omni-directional stereo electret condenser mic: Included: Lens hood, Large eyecup, Shoecap, Accessory shoe kit, AC Adaptor (AC-L100 C), Power cord, Rechargeable battery pack & Charger (all items same brand as camcorder above), Wireless Remote, 2, EA; LI 002: Rechargeable Lithium-Ion Long Life Battery. Must provide up to 12 hours of charge. Must be the same brand & compatible with camcorder in Item No. 001., 6, EA; LI 003: Professional, lightweight metal shotgun microphone. a. Uni-directional (super-cardioid) Light weight, metal Mic that must be fully compatible with the camcorder above to mount on top of the unit with a mic holder and mic spacer (to be included). b. Low-cut filter; 40v to 52v phantom power: Mono Electret Condenser: Frequency Resp.; 40 Hz to 20 kHz, Dynamic Range; 107 dB or more: Wind Noise 45 dB SPL or less (with windscreen): Connector XLR (male). c. Included Accessories: Windscreen, stand adaptor, Mic spacer, Mic holder. d. Must be compatible with the camcorder in Item No. 001., 2, EA; LI 004: 64GB SDXC Card. Must be compatible with shooting 4K video with Camcorder in Item No. 001: UHS-I Bus, 10 Speed Class, U3 UHS, 4, EA; LI 005: UV Lens Protector. Must be compatible with all Camcorders in Item No. 001: 1 (0 stop) Filter factor, 2, EA; LI 006: 5-6 inch HD HDMI Monitor Kit for Gimbal a. Touchscreen OLED, 16:9 aspect ratio: Min. 160 ° viewing angle with Adjustable backlight b. Min. 1920x1080 resolution minimum, min. 400 ppi pixel density minimum, Min. 8-bit color depth c. Micro-HDMI inputs, 3.5 mm stereo mini-jack audio out, Micro-USB other I/O, with SD card slot storage d. 2x, 4x pixel zoom with 1.33x, 1.5x, 1.66x, 2.0x anamorphic de-squeeze e. Includes: Battery & Charger, compatible Sun Hood, 180 Tilt Arm min. Mount for On-Camera Monitors f. All necessary cables required for charging and connection to Camcorder & Still camera listed here g. Must provide Min. 1 year Warranty, 1, EA; LI 007: Rain Slicker for Camcorder that fits the dimensions for camcorder described above a. Clear vinyl windows for controls with quick-change battery back & fabric hood for easy viewing in sunlight that fits LCD for camera described above: Waterproof & Water repellant b. Must fit the dimensions for camcorder in Item No. 001 c. Must provide a Min. 1 Year Warranty, 1, EA; LI 008: Mirrorless Digital Camera Body, Brand Name or Equal to: Sony Alpha a7 III Mirrorless Digital Body Camera (Body Only) a. Must be Lightweight: Between 1 and 2 lb b. 24MP or more, Full Frame, CMOS Censor, 6000 x 4000 resolution or higher c. ISO 100-51,000 min. with expandable ISO 50-200,000 with min. d. Up to 10 fps with Auto Focus tracking with min. 690-points: Fast, accurate tracking of subjects with lock-on face detection & eye auto focus for stills & video; touch screen, touch focus control & 5-Axis min. image Stabilization e. High resolution 4K HDR Video NTSC recording for a minimum of 29 minutes. f. Minimum 2.75 high resolution touch screen, tilting LCD monitor g. Min. 2,000,000-dot resolution OLED viewfinder, 100% viewfinder coverage: Built-In Wi-Fi and NFC, Dual SD Slots: Magnesium-alloy chassis, Weather-Sealed Design: Takes professional interchangeable lenses: Still Images; JPEG, RAW: Audio recording: Built-In Mic: With Video (Stereo); Optional External Mic: With Video (Stereo) h. Camera Lithium-Ion rechargeable battery Pack & charger i. Must provide a Minimum 1 Year Warranty, 1, EA; LI 009: 24-105mm f/4 “ f22 Lens for Mirrorless Digital Camera Body, a. Full frame format and designed and compatible with mirrorless camera above: Optical Image Stabilization, with auto focus & min. focus distance 1.25 ™ or less: Includes UV lens filter, lens case, lens hood, read lens cap b. Must be same brand as mirrorless Camera Item No. 008 c. Must provide a Min. 1 Year Warranty, 1, EA; LI 010: 64GB Series UHS-II SDXC Memory Card “ compatible with the Mirrorless Digital Camera Body above for 4K Video, 4, EA; LI 011: Rechargeable Lithium-Ion Battery “ same brand & compatible with mirrorless camera Item No. 008, 2, EA; LI 012: UV Protection filter Must be compatible with Mirrorless Digital camera Item No 009: 1 (0) stop filter factor, 1, EA; LI 013: Gimbal stabilizer a. Professional 3 axis or more gimbal stabilizer, with pro-grade image stabilization & follow focus: Dual handle for two-handed operation For mirrorless and DSLR cameras up to 8lb: Quick release camera plate, tripod, Min. 2 lithium batteries, charger, USB cables, charging cable, shutter and zoom cables, and carrying case: 360 ° pan & roll rotation, min. 320 ° pitch with a min. follow speed of 120 °/s: Bluetooth and micro USB connectivity, with easy setup, Minimum 15-hour runtime on one charge b. Must provide a Min. 1 Yr Warranty c. Must be compatible with specifications of Mirrorless Digital Camera Body above, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9824e7b53a19fdef4d72865ae62a5fc3)
- Place of Performance
- Address: Fort Leonard Wood, MO 65473
- Zip Code: 65473
- Record
- SN05027766-W 20180810/180808231603-9824e7b53a19fdef4d72865ae62a5fc3 (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 |