Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

77 -- Band Cases

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
45 west street, fort drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W8070B92277706
 
Response Due
9/14/2009
 
Archive Date
3/13/2010
 
Point of Contact
Name: Lasean Fox, Title: procurement NCO, Phone: 315-772-9904, Fax:
 
E-Mail Address
lasean.fox1@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W8070B92277706 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 339992 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-14 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Black 1/4" ply Anvil ATA A-style pullover Road Case for JBL VRX932LAP w/ stacking cup hardware in lid, spring loaded recessed handles, heavy duty foam lining, 3.5" Heavy Duty locking casters, 1/2" plywood casterboard, 8, EA; LI 002, Black 1/4" ply Anvil ATA A-style pullover Road Case w/handles & casters for JBL VRX918S/P w/ stacking cup hardware in lid, spring loaded recessed handles, 1/4" ply, heavy duty foam lining, 3.5" 3.5" Heavy Duty locking casters, 1/2" plywood casterboard, 4, EA; LI 003, Black 1/4" ply Anvil ATA A-style pullover Road Case w/handles & casters for JBL SRX712M (two speakers per case) w/ stacking cup hardware in lid, spring loaded recessed handles, 1/4" ply, heavy duty foam lining, 3.5" Heavy Duty locking casters, 1/2" plywood casterboard, 4, EA; LI 004, Black 1/4" ply Anvil ATA A-style pullover Road Case for 2 Mackie SRM450v2 speakers w/ interior divider panel, spring loaded recessed handles, 1/4" ply, heavy duty foam lining, 3.5" Heavy Duty locking casters, 1/2" plywood casterboard, 1, EA; LI 005, Black 1/4" ply 12U Anvil shock-mounted ATA Road Case to accommodate Mackie Onyx 1640 console rack-mounted in top of case under lid with bottom-mounted RotoPod- with front and rear threaded rack mount hardware, integral Lid Mixer Table, spring-loaded recessed handles, 3.5" Heavy Duty locking casters, 1/2" ply casterboard, 2, EA; LI 006, Black 1/4" ply 8U ATA Shock Mount Anvil Road Case w/ with front threaded rack mount hardware, spring-loaded recessed handles, 3.5" heavy duty locking casters, 1/2" casterboard, twistlock front and back panels to mount monitor amplifiers (2U ea), wireless receiver (1U) and Furman AR-PRO (2U), 2, EA; LI 007, Black 3/8" ply Anvil ATA Road Case, 42 in.L x 18 in.W x 12 in.D- w/ B-style hinged lid, spring loaded recessed handles, 3.5" heavy duty locking casters, 1/2" ply casterboard - no lining to accommodate all microphone stands, 1, EA; LI 008, THIS IS NOT A CASE. IT IS AN ELECTRICAL COMPONENT, PLEASE READ SPECIFICATIONS THOROUGHLY: dbx DriveRack 442InputsNumber of Inputs: 4Connectors: Female XLRType: Electronically balanced/RF filteredImpedance: >40k?Maximum Input Level: Hardware selectable for +30, +22, +14, dBuCMRR: >40 dB typical, >55 dB at 1kHzOutputsNumber of Outputs: 4Connectors: Male XLRType: Electronically balanced, RF filteredImpedance: 120?Output Transformers: OptionalMax Output Level: +25.5 dBu into 1k?+22dBu into 600?A/D PerformanceType: dbx Type IV? Conversion SystemDynamic Range line: >112 dB unweighted, 115 dB A-weightedType IV? dynamic range: 127 dB with transient material,A-weighted, 22kHz BW 125 dB with transient material,unweighted, 22kHz BW119 dB typical with program material,A-weighted, 22kHz BWSample Rate: 48kHzA/D Wordlength: 24 bitsD/A PerformanceDynamic Range: 112 dB unweighted, 115 dB A-weightedSample Rate: 48kHzD/A Wordlength: 24 bitsSystem PerformanceInternal Wordlength: 48 bitsTHD + Noise: 0.003% typical at +4dBu, 1kHz, 9dB input gainFrequency Response: 20Hz- 20kHz, +/-0.5dBInterchannel Crosstalk: <-85dB at 1kHz, 0dB input gainEQType: One 31-band Graphic EQ per input channel, or9 band Parametric EQ per input channelRTA can be substituted for EQ in channels 3 and 4Range: +/-12 dB rangeNotch FiltersNumber: 4 fixed per channelDelayLength: 340ms/channelDynamicsType: Compressor/Limiter with PeakStopPlus?Attack/Release: Program DependentLinking: All 4 bands are linkablePhase CompensationNumber: One per output channelAmount: 0-180 degrees phase shiftOutput Polarity: ReversibleOutput Transformers: OptionalNetwork: Proprietary RS-485 BackboneGUI: RS-232 interface for computer display and configurationROM Upgrade: Flash upgradeable through RS-232Power RequirementsWatts: 100-240V - 50/60 Hz - 35 WattsDimensions: Height- 3.5? X, 2, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to lasean.fox1@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities;52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply:252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, ALT I, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE";DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.205-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea.252.225-7002, Qualifying Country Sources as Subcontractors.252.232-7010,Levies on Contract Payments. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 339992 with a small business size standard of 500 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address to below. All other agency-level protests should be sent to the contracting officer for resolutions. HQ Army Materiel Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Fort Belvoir, VA 22060-5527, Facsimile number (703)806-886 or 8875 - Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command, Office of Command Counsel, room 2-1SE3401, 1412 Jackson Loop, Fort Belvoir, VA 22060-5527. The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp - If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/W8070B92277706/listing.html)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN01951103-W 20090913/090912001351-84d1f4f4931e6188e604feba75837a31 (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.