Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

70 -- F2XHE36145A100 VIDEO PRODUCTION SWITCHER

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHE36145A100
 
Response Due
8/14/2006
 
Archive Date
8/29/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation Number F2XHE36145A100 is hereby issued as a Request for Quote using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 (19 Apr 2006) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20060412. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This requirement is for the Air University TV. The acquisition is solicited on an unrestricted basis. The North American Industrial Classification Code is 334310 with a small business size standard of 750 employees. This acquisition is for the purchase of the following items: CLIN 0000: 1 EA - Mix/Effect Video Production Switcher. These features include, but are not limited to: REQUIREMENTS: (BRAND NAME OR EQUAL) * Switchable between 525-line and 625-line formats * Fully digital 10-bits, 4:2:2 inputs, and video processing * Compact, lightweight 2 RU frame * Low power consumption * Intuitive menu with touch screen * 16 inputs, 5 fixed outputs and 10 timed auxiliary buses * Internal frame store holds short clips and stills and works as frame synchronizer * Supports extensive list of control protocols, including those for: Multiple VTRs, Multiple Video Servers, Routers/Routing Control Systems, Control Systems and Edit controllers * Unit includes four keyers, each with linear, luminance and optional Chromatte Chroma key functionality and four channels of high-end digital effects. * Under monitor displays, ESAM II for audio-follow-video applications * Remote monitoring support * Optional RGB color correction MINIMUM SPECIFICATIONS: * Video Inputs: 16 ITU-R656 component serial digital video or key * Video Outputs: ITU-R656 serial digital video, Five Mix/Effect outputs: (2) program video, clean feed, clean PVW, and preview video, 10 timed auxiliary bus outputs * Video Processing: 10-bit, 4:2:2 * Video Delay: <1 line * Frame Control Connector Serial Ports : Six RS-422/RS-485 * Frame Control Connector Tally/GPI : Eight inputs, 32 outputs programmable for tally or GPI * Frame Control Connector LAN : RJ-45 10/100Base-T Ethernet * Control Panel Control Connector Serial Ports : One RS-422/RS-485, one RS-232 * Control Panel Control Connector LAN : RJ-45 10/100 Base-T Ethernet * Control Panel Control Connector Other : Two USB * Power Supply : 200 Watts (max) including control panel * Voltage : 100-240 V * Frequency : 50/60 Hz * Redundancy DC Input : 48 VDC * DC Output/Control Panel : 48 VDC MUST INCLUDE: * Model: KDD1-FRAME or EQUAL * 1 Mix/Effect switcher Frame or EQUAL * The model KDD1-FRAME is a 1 Mix/Effect switcher Frame. This includes 1 Channel TEBasic, Wipes, 10 Auxbusses, MakeMemo, 4Key/Fill Stores, 2 Chromatte chromakeyers (Key1 and Key2). Options KDD1-TE, KDD1-RGB, KDD1-CHROMA, KDD1-RAMREC, KDD1-NETCEN OR EQUAL. This is an all or nothing requirement, you must be able to quote and provide all items requested. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offeror must provide a price for CLIN 0000 and a proposed delivery date. Offeror must also provide the Representation and Certifications contained in this solicitation. BASIS FOR AWARD: Award will be made based to the lowest priced offeror who can provide all of the items listed in CLIN 0000. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a complete copy of the 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005), with the quotation. FAR clause 52.212-4 (Sept 2005), Contract Terms and Conditions Commercial Items. DFARS 252.225-7000 (JUN 2005), Buy American Act- Balance of payments program certificate; applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR clause 52.204-7 Central Contractor Registration (Oct 2003). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable. 52.222-3 Convict Labor, (Jun 2003); 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer - - Central Contractor Registration (Oct 2003); 52.233-3 Protest After Award (Aug 1996); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2006) applies to this acquisition and specifically the following additional DFAR clauses under paragraphs (a) and (b) are applicable: 252.232-7003 Electronic Submissions of Payment Requests (Jan 2004); 252.247-7023 Transportation of Supplies by Sea (May 2002); The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004 Alternate A (Nov 2003); 252.225-7002 Qualifying Country Sources and Subcontractors (Apr 2003); AFFARS 5352.201-9101 Ombudsman (Aug 2005) is included. The Defense Priorities and Allocations System rating is C9E. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registered (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government?s ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm-fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 12:00 noon CST on 14 Aug 2006. Submit all quotes electronically. Quotes will be submitted via e-mail. All proposals will be e-mailed to kay.bent@maxwell.af.mil (subject: F2XHE36145A100) Quotations must meet all instructions put forth in this solicitation.
 
Place of Performance
Address: HQ AU/SCV, BLDG 1405, 600 CHENNAULT CR, MAXWELL AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01110198-W 20060811/060809220850 (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.