Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2008 FBO #2250
MODIFICATION

58 -- MULTI-FORMAT DIGITAL DUPLICATION SYSTEM

Notice Date
1/22/2008
 
Notice Type
Modification
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Center, 23755 Z Street, Riverside, CA, 92518-2031, UNITED STATES
 
ZIP Code
92518-2031
 
Solicitation Number
Reference-Number-HQ002873329002
 
Response Due
1/25/2008
 
Archive Date
2/9/2008
 
Point of Contact
Leila Miller, Contract Specialist, Phone (951) 413-2402, Fax (951) 413-2432
 
E-Mail Address
Leila.Miller@dodmedia.osd.mil
 
Description
The stipulation on the solicitation that THE CONTRACTOR MUST BID ON ALL ITEMS is hereby deleted and replaced with THE GOVERNMENT RESERVES THE RIGHT TO MAKE MULTIPLE AWARDS IF, AFTER CONSIDERING THE ADDITIONAL ADMINISTRATIVE COSTS, IT IS IN THE GOVERNMENT'S BEST INTEREST TO DO SO. All other terms and conditions remain unchanged. 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; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002873329002 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word ?quoter? substituted for ?offeror?. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 effective 26 Dec 2007 and DFARS Change Notice 20071207. (1) FAR 52.212-1 (Instructions to Offerors ? Commercial Items) (JAN 2005): (a) Re para (a): NAICS 334220; small business size standard is 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation ? Commercial Items) (JAN 1999) with the following insertion in para (a) ?lowest priced technically acceptable quote with acceptable past performance.? Technical evaluation will be whether quoted items satisfy all requirements in CLINs 0001 thru 0007 descriptions below. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 23 JAN 2008 IN ORDER TO BE CONSIDERED. Quotations may be emailed to Leila.Miller@dodmedia.osd.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you?re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications ? Commercial Items) (MAR 2005) with Alt 1 (APR 2002) or indication that reps and certs are in ORCA. CLIN 0001 ? 2 EACH PROCESSING AMP TIME BASE CORRECTOR/FRAME SYNCHRONIZER; RACKMOUNT(1RU); NTSC/PAL; COMPONENT/COMPOSITE/SDI SIGNALS; VIDEO BANDWIDTH: 5.5 MHZ COMPOSITE, 6 MHZ COMPONENT, 10 BIT QANTIZING SDI; FRONT PANEL CONTROLS: FREEZE STROBE, ENHANCE, AGC, PROC-AMP FUNCTIONS, HORIZONTAL AND BURST PHASE; PWR RQMTS: 117-220VAC, 50/60HZ. Manufacturer: Prime Image P/N: 50III (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. CLIN 0002 ? 1 EACH MIXER AUDIO; ANALOG; 16-CHANNEL; 16-BALANCED 1/4-IN TRS LINE INPUTS(CHANNELS 9-16 STEREO PAIRED); 8 BALANCED XLR MIC INPUTS; PERKINS EQUALIZER SECTION FOR EACH INPUT CHANNEL; FIREWIRE EXPANSION SLOT(CARD SOLD SEPARATELY); FREQ RESPONSE: 20HZ TO 50KHZ +0, -1DB, 10HZ TO 100HZ +0, -3DB; DYNAMIC RANGE: GREATER THAN 110DB (MIC IN TO MAIN OUT); INDIVIDUALLY SWITCHED +48VDC PHANTOM POWER; PWR RQMTS: 100-240VAC, 50/60HZ. Manufacturer: Mackie Designs, Inc. P/N: ONYX 1620 (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. CLIN 0003 ? 4EACH POWER SUPPLY UNINTERRUPTIBLE; RACKMOUNT(2RU); 2200VA/1600W; DOUBLE-CONVERSION(AC-DC-SINEWAVE AC); 200/208/220/230/ 240V SELECTABLE OUTPUT; 6 TOTAL OUTLETS (4EA IEC-320 C13, 2EA C19); STANDARD INTERNAL BATTERY SET PROVIDES 18-MIN RUNTIME AT HALF LOAD(EXPANDABLE W/OPTIONAL EXTERNAL BATTERY PACKS); DB9 PORT FOR NETWORK INTERFACE; EXPANSION SLOT FOR OPTIONAL SNMP/WEB CARD; PWR RQMTS: 200-240VAC, 50/60HZ. Manufacturer: Tripp Lite P/N: SUINT2200RTXL2U (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. CLIN 0004 ? 1 EACH ROUTING SYSTEM VIDEO; 16X16; MULTIFORMAT; C/O: 16X16 HD/SDI/SD SDI VIDEO ROUTER, 16X16 ANALOG COMPONENT VIDEO ROUTER, 16X16 ANALOG COMPOSITE VIDEO ROUTER, RS 422 CONTROL ROUTER FOR VTR CONTROL OF ALL EDITING VTR'S TO VIDEO COLOR CORRECTION SYSTEM, 4 CHANNELS OF ANALOG BALANCED AUDIO (2 STEREO PAIRS), 3EA X-Y MASTER CONTROL PANEL WITH BREAK AWAY, 2EA 10-BIT DIGITAL TO ANALOG SMPTE259 VIDEO CONVERTERS, 2EA 10-BIT ANALOG TO DIGITAL SMPTE259 VIDEO CONVERTERS, 1EA TEST SIGNAL GENERATOR WITH TRILEVEL SYNC GENERATION FOR HOUSE SYNC, VIDEO DISTRIBUTION SYSTEM TO DISTRIBUTE HOUSE SYNC TO ANALOG, SD SDI AND HD SDI SYNC TO ALL MACHINES IN THE HOUSE,SOFTWARE AND CONTROL SYSTEM TO CONTROL ROUTER WITH CUSTOM GUI INTERFACE(CUSTOMIZED TO CUSTOMER VTR'S AND EQUIPMENT, 4EA RACK MOUNTED VIDEO/AUDIO SWITCHERS(1 SDI, COMPOSITE) FOR MONITORING, MISC VIDEO AND AUDIO DA'S AS REQUIRED FOR INSTALLATION. Manufacturer: Techventures, LLC/WH Platts P/N: WHP002 (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. CLIN 0005 ? 1 EACH COLOR CORRECTION SYSTEM VIDEO; C/O: 1EA APPLE MAC PRO W/2EA 3.0GHZ DUAL CORE INTEL XEON PROCS, 8GB OF SYSTEM RAM, 1EA 250 GB SYSTEM DRIVE, 1EA 500 GB GRAPHICS DRIVE, ATI RADEON X1900 GRAPHICS CARD( 2X DUAL LINK DVI), 2EA. APPLE 23-IN FLAT PANEL CINEMA HD DISPLAY, 2EA 16X SUPERDRIVES, QUAD CHANNEL 4GB FIBRE CHANNEL PCI EXPRESS CARD, MAC OSX, FINAL CUT STUDIO, APPLE CARE PROTECTION, SYSTEM SPEAKERS, KEYBOARD AND MOUSE, KONA 3 DUAL LINK 2K/HD HD/SD 10 BIT PCIE VIDEO CARD, K3 BOX RACK MOUNTABLE VIDEO I/O BOX FOR KONA 3, SYSTEM CONFIGURATION OF VIDEO COLOR CORRECTION SYSTEM W/EXISTING X RAID 6TB SYSTEM DRIVES, CONFIGURATION OF KONA 3 AND FULL TEST OF SOFTWARE. Manufacturer: Techventures, LLCW/WH Platts P/N: WHP001 (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. CLIN 0006 ? 2 EACH DUPLICATOR DVD/CD; 20 RECORDERS; HARD DRIVE; WRITE SPEED: 48X CD, 16X DVD; SUPPORTED MEDIA TYPES: CD-ROM, DVD-ROM, DVD-R, DVD-RW, DVD+RW, DVD+R, DVD+R DL, DVD-R DL; LCD DISPLAY; PWR RQMTS: 100-240VAC, 50/60HZ. Manufacturer: Microboards Technology, Inc. P/N: DVD-PRM PRO-2016 (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. CLIN 0007 ? 1 EACH RACK SYSTEM C/O: 4EA 72-IN VERTICAL RACK, STORM MATRIX(DARK GREY) SURFACE WITH WOOD MAHOGANY TRIM, CUSTOM SHELVING FOR NON RACK MOUNTABLE EQUIPMENT, INTEGRATED POWER STRIPS WITH RACK MOUNTED REMOTE ON/OFF FOR EACH RACK, COOLING FANS, AS REQUIRED MOUNTED IN RACKS TO PROVIDE PROPER AIRFLOW, CUSTOM WORKSTATION FOR COLOR CORRECTION SYSTEM. Manufacturer: Techventures, LLC/WH Platts P/N: WHP003 (or Equal) FOB Destination 30 days after receipt of order to Millington, TN. Brand name or equal items will be accepted for all CLINs. Vendor offering another brand/model of equipment must meet or exceed all technical specifications for all CLINs. The contractor must quote FOB Destination. NOTE TO VENDOR: Gov?t preferred method of payment for this requirement will be credit card. All CLINs must be shipped at the same time and no partial invoice for credit card payment. If unable to ship all line items at the same time, please indicate on your quote. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (JAN 2006) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (OCT 2003) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (JUL 2005) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (NOV 2003) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JAN 2004) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2003) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2004), will be included. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/Reference-Number-HQ002873329002/listing.html)
 
Place of Performance
Address: NAVY RECRUITING COMMAND 5722 INTEGRITY DRIVE MILLINGTON, TN
Zip Code: 38054-5057
Country: UNITED STATES
 
Record
SN01490082-F 20080124/080122225050 (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.