Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
SOLICITATION NOTICE

58 -- Audio Editing System

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
CON-03-0025
 
Response Due
9/5/2003
 
Archive Date
9/20/2003
 
Point of Contact
Phyllis Bryan, Contracting Officer, Phone 202-619-2662, Fax 202-205-1921, - Gloria Sweetney, Contracting Officer, Phone 202-619-1623, Fax 202-205-1921,
 
E-Mail Address
pbryan@ibb.gov, gjsweetn@ibb.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Broadcasting Board of Governors/ International Broadcasting Bureau (BBG/IBB), Office of Contracts, Simplified Acquisitions Branch (M/CON/SA), has a requirement, to procure the below listed Audio Editing System using the "Test Program for Certain Commercial Items" specified in Subpart 13.500 of the Federal Acquisition Regulation (FAR). Pursuant to FAR 12.603, the following constitutes both the synopsis and the solicitation: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement with additional information included in this notice. This announcement constitutes the only solicitation; written proposals are herein being requested, and a separate solicitation will not be issued. (ii) The solicitation number for this procurement is CON-03-0025 and this solicitation is issued as a Request for Quotation (RFQ). (iii) Incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-15, Title 48, July 24, 2003. (iv) The Contracting Officer has found and determined that this procurement is appropriate for a set-aside for small business in accordance with FAR Subpart 19.502 entitled "Setting Aside Acquisition". The North America Industry Classification System Code (NAICS) is 334310 and the small business size standard is 750 employees. (v) The contract line items are as follows: CLIN 1. Matrox DigiSuite LX/MAX Rackmount Workstation with Medea RTRX, Matrox DigiSuite LX/MAX bundle (DigiSuite, MAX, Premiere 6, Inscriber, BorisFX, ReelDVD). Quantity: 1 EA; CLIN 2. Matrox Break Out Boxes. Quantity: 1EA; CLIN 3. SDI Option for DigiSuite. Quantity: 1 EA; CLIN 4. Incite Studio 3.0 (Editor, Audio Plus, MAX software, Title Motion, Network capable). Quantity: 1 EA; CLIN 5. VLAN control for 2 tape machines and hybrid editing w/Incite software. Quantity: 1 EA; CLIN 6. Medea VideoRaid RTRX 920gb external rackmount AV storage with Ultra 160 SCSI interface. Quantity: 1 EA; CLIN 7. JL Cooper MCS3800 Control Panel w/Jog/Shuttle and eight (8) Motorized Audio Fader and Software for Incite. Quantity: 1 EA; CLIN 8. NEC 18" Flat Panel LCD Monitors (1280x1024 resolution). Quantity: 2 EA; CLIN 9. Host Computer (certified build as follows: Windows XP Pro; Two (2) each 36Gb System Drives; Adaptec 39160 SCSI Controller; Matrox G450 dual head video card; Dual P4 Xeon Motherboard; Dual 2.8 ghz processors; 1024 Mb DDR Ram; Pioneer A-05 DVD-R; Floppy; Keyboard; Microsoft Intellimouse, optical; 4U Rack Mount Case, power supply; Rack Rails; Enhancing Cooling; Configuration and testing; and Recovery CDs. Quantity: 1 EA; CLIN 10. Cables and Accessories as follows: Rosetta Stone RS-232 to 422 cable; 3' Ultra 160 SCSI cable; Two (2) each 20' RGB cables; Two (2) each 40' VGA cables for monitors, 35' USB extension cable for keyboard; 35' USB extension cable for Mouse; 35' RS-232 cable for JL Cooper; Miscellaneous Audio and Video Cables for integration w/existing equipment is also required. Quantity: 1 EA; CLIN 11. Delivery and Installation (temporary setup). Quantity: 1 JB; CLIN 12. Training (after installation). Quantity: 4 HRS. CLIN 13. On-site visit w/integration. Quantity: 1 DAY; CLIN 14. Additional training as requested by IBB. Quantity: 2 DAYS; CLIN 15. Premium Support Package (24/7 telephone and on-site support, when necessary). Quantity: 1 YR. The Agency's broadcasting facilities are operational 24/7. It is critical to the Agency's mission to have a contractor available to provide emergency on-site maintenance services, when necessary. The Government will not accept proposals for alternate audio editing systems. (vi) This audio editing system will be used in the Agency's Television Language Version Division. (vii) Items to be shipped FOB Destination to 330 Independence Avenue, S.W., Room G-759, Washington, D.C. 20237. Inside Delivery. Delivery Required: 30 Days ARO. (viii) The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items is incorporated by reference. (1) Price quotations submitted in response to this RFQ that exceed the Simplified Acquisition Threshold (as specified in FAR Subpart 2.101, Definitions) will not be consider as responsive to this RFQ. (2) Offerors are reminded to submit their DUNS Number with their price quotation. (ix) FAR 52.212-2, Evaluation - Commercial Items, The Government will award a firm-fixed price Contract (i.e. purchase order) resulting from this solicitation to the responsible offeror whose proposal conforming to the specification requirements contained herein will be most advantageous to the Government based on price. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. (xi) The FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition-with no addenda to the clause. (xii) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Veterans (38U.S.C. 4212); 52.225-3, Buy America Act-North American Free Trade Agreement-Israeli Trade Act (41 U.S.C 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note); 52.225-13, Restriction on Certain Foreign Purchase (E.O. 12722, 12724, 13059, 13067, 13121,13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.247-64, Preference for Privately Owend U.S.-Flag Commercial Vessels. (46 U.S.C. 1241). (xiii) The following FAR clause are also applicable to this acquisition: 52.222-22, Previous Contracts and Compliance Reports and 52.247-34, F.O.B. Destination. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations systems (DPAS) and assigned rating is not applicable to this acquisition. (xv) Numbered Note #1 is applicable to this acquisition. (xvi) Offers are due not later than 3PM, Friday, September 5, 2003 and they shall reference RFQ No. CON-03-0025. Price Quotations may be sent via either facsimile to (202) 205-1921; e-mail to gjsweetn@ibb.gov or by mail to BBG/IBB, Office of Contracts, 330 C Street, S.W., Room 2512, Washington, DC, Attn: Gloria Sweetney. Offerors responding to this RFQ shall submit to the above-listed Contracting Officer the following information by mail, facsimile, or e-mail, as part of their price quotation: unit and extend price for the above-listed items, prompt payment terms, correct remittance address if different from the offerors mailing address, and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Oral price quotations will not be accepted for this acquisition. (xvii) Any questions related to this proposed procurement shall be submitted in writing directly and only to Phyllis Bryan, Acquisition Specialist, NLT C.O.B. Friday, August 29, 2003.
 
Record
SN00409564-W 20030824/030822213042 (fbodaily.com)
 
Source
FedBizOpps.gov 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.