SOLICITATION NOTICE
99 -- DiGiCo Brand Console Package
- Notice Date
- 9/14/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- FA7012-06-T-0080
- Response Due
- 9/20/2006
- Archive Date
- 10/5/2006
- Small Business Set-Aside
- Total Small Business
- Description
- *****This solicitation is subject to FAR 52.232-18 Availability of Funds. There are currently no funds available for this procurement. Upon receipt of funds an award will be made to the winning offeror.******* 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-12. This solicitation is issused as a Request for Quotation (RFQ) no. FA7012-06-T-0080. This is a 100% small business set-aside requirement. The North American Industry Classification System code is 334310 at 750 size standard. LINE ITEM: 0001 DiGiCo D1 Live Control Surface -- each console will have the following options: Two (2) Power Supplies; MADI ports (MADI only - NO optics); Five Slaves equal 96 surface channels - 16 control/VCA groups - 6 stereo FX - 16 insertable processors (EQ plus Dynamics plus Delay), QTY: 4 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0002 DiGiCo D1 Touring Flight Cases in accordance with the specifications set forth in the statement of work (SOW) attached below, QTY: 4 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0003 DiGiCo STAGE DiGiRack with the following options: Two (2) Power Supplies; MADI ports (MADI only - NO optics), QTY: 4 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0004 DiGiCo LOCAL DiGiRack with the following options: Two (2) Power Supplies; MADI ports (MADI only - NO optics), QTY: 4 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0005 A to D Input Card: 8 mic/line input card. -- (6 cards loaded into each of the 4 Stage DiGiRacks; 3 cards loaded into each of the 4 Local DiGiRacks), QTY: 36 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0006 D to A Output Card: 8 line output card -- (3 cards loaded into each of the 4 Stage DiGiRacks; 3 cards loaded into each of the 4 Local DiGiRacks), QTY: 24 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0007 AES/EBU Card: 8 ST in x 8 ST out on XLRs --(3 cards loaded into each of the 4 Local FOH racks), QTY: 12 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0008 Blank DiGiRack Panels (5 per Stage DiGiRack), QTY: 40 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0009 LCD Hoods, QTY: 12 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0010 MADI Cable 100m (328 ft), QTY: 8 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0011 MADI cable 5m (16.5 ft), QTY: 8 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0012 R&R Case Company part number USAF DIGI LOCAL 1 Flight Cases for LOCAL DiGiRacks , QTY: 4 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. LINE ITEM: 0013 R&R Case Company part number USAF DIGI STAGE 1Flight Cases for STAGE DiGiRacks, QTY: 4 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. Delivery date upon receipt of order: ______________________. STATEMENT OF WORK (SOW) TOURING FLIGHT CASES: All audio cases built for the USAF Band must be built to the following specifications: Made with 3/8 inches 7 ply Birch cross-laminated, void-free plywood with exterior grade glue. Hardened aluminum extrusions: Dual Wall style corner extrusion, clamps around both sides of plywood/laminate. Interior leg of corner matches upper leg width. Extra deep interlocking tongue (greater than ? inches) and groove valence to prohibit twisting. All aluminum extrusions (corners and valence) are to be riveted a minimum of every 4 inches for maximum strength using POP brand rivets. All rivets are to be backed by aluminum extrusions or washers where rivets only go through wood. All door & lid hinges should fully extend to case edges, and are to be mounted under the corner clamps. Hardware to meet or exceed Penn Fabrication heavy-duty components. Deep-dish large grip handles, two per side (normally eight per case), unless otherwise specified by USAF Band. All cases will have Colson Brand 4 inches x 2 inches Series 4 Polyurethane Hi-Tech burgundy casters rated at least 600 lbs per caster, unless lighter duty specified by USAF Band drawing. Caster plates are manufactured with ? inches 13 ply Birch plywood, routed edges, sanded, painted black, & secured to bottom of case with rivets and T-nuts that extend through the case to hold casters on. Laminates will be either: 1) Textured Wilsonart (or equivalent) .050 inches thick high pressure laminate or 2) fiberglass laminate?bonded to the plywood with a fully sprayed epoxy and pressed. (ABS Plastic laminates are not acceptable: they fail when subjected to heat / direct sunlight). Case color will be a medium gray ? roughly Pantone 415. Cases will have the following stenciled in white paint on two sides: USAF Band, Bolling AFB, Washington DC. Drawers & lift-out trays are manufactured with 12mm 9 ply birch. Drawers are to be laminated in the case material, or sanded, primed, and textured in a black spatter paint finish. 12 oz. Ozite carpet used where needed or indicated. Latches will be 5 inches x 7 inches recessed Heavy Duty Penn Fabrication or equivalent. All exterior length and width dimensions of cases will be 24 inches, 30 inches, or 48 inches (Truck-Pack). Heights shall be 38 inches, 50 inches, or 60 inches. ADDITIONAL INFORMATION: 1) Contractor must be an authorized dealer for DiGiCo products 2) Other Item specifications shall provide every feature to be a single fingertip press away. Screens shall be LCD touchscreens. Package shall contain digital dynamics, an effects package, total recall of every function, a 38x8 output matrix, up to 128 input channel s and 40 multi-configurable internal buses. The capability shall exist to instantly select a basic set-up for either front-of-house or monitor mixing. With both types of console sharing the same fibre optic loop, automatic Gain Tracking(tm) shall allows either console operator to alter input gain without affecting the mix on either console. The capability shall exist for Ethernet support for console mirroring or a remote control PC. Three solo modes and two solo busses shall be provided, along with the facility to gang groups of input faders together for single-fader control. The dynamics package shall offer comprehensive frequency-conscious gating, compression and limiting with powerful sidechain EQ, and a four-band fully parametric equalizer plus high and low pass filters. Moving faders shall display the level change in real time accurate to 0.1dB. The contractor shall be an authorized dealor of DiGiCo products. NOTE: This is a Brand Name requirement. Subsitutions will not be accepted! Only DIGICO and R&R Case Company Brand Items will be accepted for this solicitation. Prices should reflect FOB: Destination. If applicable, GSA Schedule prices will be accepted. The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The Government reserves the right to cancel this solicitation, either before or after the closing date. INSPECTON AND ACCEPTANCE TERMS: Delivery/Acceptance will be at . Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.211-6, 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.225-7000. PARAGRAPH (1): Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and on the basis of best value to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.214-34, 52.214-35, 52.223-5, 52.249-8, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000, 252-247-7023 and AFFARS 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items (DEV) apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.214-31, 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 5:00 P.M. EST on 20 September 06 to 11th CON/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil. The Required 52.212-3 form can be completed online through: Online Representations and Certifications Application (ORCA) once you have your DUNS and MPIN numbers you will be able to register at http://orca.bpn.gov . Questions concerning this solicitation should be addressed to SSgt Kaia Pinnock, Contract Specialist, Phone (202) 767-8033, FAX (202) 767-7887, E-mail to kaia.pinnock@bolling.af.mil or SSgt Gus Spencer, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887, E-mail to gus.spencer@bolling.af.mil.
- Place of Performance
- Address: 100 McChord Street, Bolling AFB, Washington DC
- Zip Code: 20032
- Country: UNITED STATES
- Zip Code: 20032
- Record
- SN01143773-W 20060916/060914221249 (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 |