Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2008 FBO #2553
SOLICITATION NOTICE

58 -- Harris NetPlus Model # M300-Pro-S2-E

Notice Date
11/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
2165-8304-0608
 
Point of Contact
Susan M. Madrid,, Phone: 951-413-2371, Susan M. Madrid,, Phone: 951-413-2371
 
E-Mail Address
susan.madrid@dodmedia.osd.mil, susan.madrid@dodmedia.osd.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Harris NetPlus M 300 Pro S2E Integrated Receiver/Decoder (IRD) 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 items contained here are unique to the manufacturer, as they must interface with existing equipment and are components of a standardized system. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number 2165-8304-0608 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 2005-29 effective 14 Nov 2008 and DFARS Change Notice 20081112. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (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 of contract award and throughout the performance period. (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 required salient characteristics contained in CLIN 0001 below. The items requested herein are brand name or equal to the manufacturer. ANY VENDOR OFFERING OTHER THAN THE ITEMS REQUESTED SHALL SUBMIT TECHNICAL DATA SO THAT THE GOVERNMENT CAN PROPERLY EVALUATE WHETHER THE PROPOSED PRODUCT REPRESENTS A TECHNICAL EQUIVALENT TO THE BRAND NAME ITEM. (3)QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 15 DEC 2008 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to susan.madrid@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) (NOV 2007) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 – Harris NetPlus M 300 Pro S2E Integrated Receiver/Decoder (IRD) QTY: 6 Each Unit Price: Total Amount: Manufacturer: Harris Corporation Description: Decodes 1080I and 720p at 59.94 Hz in both the 4:2:0 and 4:2:2 formats L-band satellite tuner and decoder supports DVB-S (QPSK) and DVB-S2 modes Supports industry standard DVB fixed-key decryption (BISS modes 0, 1, and E) Support for DVB conditional access systems including integral smart-card reader. Dual HD-SDI SMPTE-292M video outputs each with embedded audio and VANC data reinsertion Video and audio outputs resynchronized to house reference input Two streams internal audio decoding supporting Dolby® AC-3 and MPEG audio formats Integrated Dolby® E decoding capability for four stereo pairs, including timebase correction to local reference and re-embedding the decoded audio into the HD-SDI output. FOB Destination: 30 days after receipt of order. The Government will consider quotes only from “authorized resellers” of equipment manufacturers. All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. 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 (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008) 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) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008) 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 2006), will be included.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b8c3fb985da3d62f702430552397c1a1&tab=core&_cview=1)
 
Place of Performance
Address: 23755 Z. Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN01707649-W 20081122/081120215025-b8c3fb985da3d62f702430552397c1a1 (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.