SOLICITATION NOTICE
58 -- Digital Photographic Equipment - Quote Sheet
- Notice Date
- 9/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Contracting Bus Unit/Commercial Activities (HDEC08), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC05-10-T-0113
- Archive Date
- 11/19/2010
- Point of Contact
- Marge Morris, Phone: 804-734-8000 x48766, Michael L Shaffer, Phone: 804-734-8681
- E-Mail Address
-
Marge.morris@deca.mil, michael.shaffer@deca.mil
(Marge.morris@deca.mil, michael.shaffer@deca.mil)
- Small Business Set-Aside
- N/A
- Description
- Quote Sheet Combined Synopsis/Solicitation Notice Digital Photographic cameras and lens for Defense Commissary Agency (DeCA) Commissaries. Solicitation Number: HDEC05-10-T-0113 Response Date: Wednesday, September 22, 2010, 12:00 PM ET POC: Marge Morris, Contract Specialist Phone: 804-734-8000, X48766 Fax: 804-734-8669 Place of Performance: Defense Commissary, Headquarters, 1300 E Avenue, Fort Lee, VA 23801-1800 Set Aside: Unrestricted Classification Code: 58 FSC Code: 5836 NAICS Code: 423410 Size Standard: 100 Employees Description: Digital Photographic Equipment •i. This is a combined synopsis and solicitation for commercial items (supply) prepared in accordance with the format Subpart FAR 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. •ii. The solicitation number for this procurement is HDEC05-10-T-0113 and is issued as a Request for Quote (RFQ). •iii. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-43, DFARS Change Notice 20100820, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. •iv. This solicitation is unrestricted. For information purposes, the Federal Supply Classification is 5836, the North American Industry Classification systems (NAICS) code is 423410, which has a small business size standard of 100 employees. •v. Contract Line Item Numbers (CLINS) CLIN 0001 See Quote Sheet Lens, 1/2", HD, Reg, 3.3-32mm, Wide Angle, Fujinon XS13X3BRMM or equal, for use with XDCAMS FIRM FIXED PRICE CLIN 0002 See Quote Sheet Lens, Telephoto, 1/2", 20:1, REG, Canon XDCAM HD or equal, for use with XDCAMS FIRM FIXED PRICE CLIN 0003 See Quote Sheet Camera, Digital, SLR, Reg, Professional, Nikon D300S With Lens or Equal. FIRM FIXED PRICE •vi. Description of Requirements: The Defense Commissary Agency requests offerors to supply the camera lens and equipment identified on the quote sheet or equal. If the quoter is providing an equal ensure that there is a specification sheet is included so that the government can clearly determine that the item is an equal. •vii. Deliver of this equipment must occur on or before September 29, 2010. If the contractor fails to deliver the items ordered on or before September 29, 2010 the government reserves the right to terminate that portion of the order for cause. •viii. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors - Commercial Items The following paragraphs are altered as follows: •a. North American Industry Classification System (NAICS) Code: 423410 •b. Submission of Offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotes may be faxed to 804-734-8669 ATTN: Marge Morris. By providing a response to this quote the quoter is affirming that the items quoted are available and can be provided on or before September 29, 2010. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number: HDEC05-10-T-0113; (2) The time specified in the solicitation for receipt of offers: Wednesday, September 22, 2010, 12:00 p.m. ET; (3) The name, address, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price to include any shipment or delivery costs to ensure delivery on or before September 29, 2010. (6) "Remit to" address, if different than mailing address; (7) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005) (as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. (8) Signed acknowledgment of Solicitation Amendments if applicable; (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following requirements for offer submissions are added: •(10) Offers must be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format and emailed to marge.morris@deca.mil. Attachment A shall be submitted electronically in the original excel format. The following shall be in the subject line for the email submittal: "Quote from (company name) in response to RFQ HDEC05-10-T-0113" (11) Completed clauses at FAR 525.225-18 and DFAR 252.247-7022 (see below). ix) Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a purchase order(s) resulting from this RFQ to the vendor submitting the Lowest Priced Quote which meets the requirements specified herein. (x) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions - Commercials): I. CHANGES: [(Reference Paragraph (c)] a. Unilateral Modifications The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data, or addition of funds. b. Bilateral Modifications Items may be added to or deleted from this contract at the option of the Government. Any replacement or additional items must be added to this contract prior to any service being performed on it. Addition and/or deletions of items will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. III. PAYMENT INFORMATION: [(Reference Paragraph (i)] If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments: ___________________________________ Phone Number: ____________________________ Fax Number: _____________________________ Billing. The contractor will not be paid in excess of the amount set forth in the Schedule of Supplies/Services for the corresponding CLIN (Contract Line Item Number without prior authorization from the Contracting Officer. IV. CENTRAL CONTRACTOR REGISTRATION (CCR) : Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov V. ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). •xi. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, and the following clauses are hereby incorporated by reference: 52.219-28, Post Award Small Business Program Presentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation 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 ; 52.222-37, Employment Reports on Special Disabled Veterans, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-36, Payment by Third Party; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-64, Preference for privately owned u.s. flag commercial vessels xii) In addition to the clauses stipulated above, the following clauses apply to this acquisition and are incorporated by reference: 52.204-7, Central Contractor Registration (Apr 2008) 52.211-17, Variation in Estimated Quantity (Apr 1984) 52.228-4500, LIABILITY TO THIRD PERSONS (APR 1997) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 ALT A, Alternate A, Central Contractor Registration; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; The following Contract Terms and Conditions apply to this acquisition and are shown in full text: 52.204-4500, INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. (End of Clause) 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.232-4503 REMIT TO ADDRESS (OCT 1995) Remit to address (if other than Contractor/Offeror address on the face of this contract): Address: ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ ____________________________________________________________________ Point of Contact for invoice inquiries: ____________________________________ Telephone Number: ___________________________________________________ 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.225-18, Place of Manufacturer a) Definitions. As used in this clause "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly: (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://www.arnet.gov/far http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/dfars.html (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil http://www.acq.osd.mil/dp/dars/dfars.html (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a); 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631); 252.247-7023 Transportation of Supplies by Sea (MARCH 2002) (10 U.S.C. Alt ii 2631); 252.247-7023 Transportation of Supplies by Sea (MAy 2002) (10 U.S.C. Alt iiI 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 631); (End of clause) The following Contract Terms and Conditions apply to this acquisition and must be found and reviewed in full text at www.farsite.hill.af.mil : 252.225-7000, Buy American Act and Balance of Payments Program xiii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiv) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING DIVISION (AMDR), 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN WEDNESDAY, September 22, 2010, 12:00 PM ET. xv) The point of contact for this solicitation is Marge Morris, Contract Specialist, at 804-734-8000, ext 48766, F Michele Templeman-Bushey, Senior Contract Specialist ext 48138 or Michael G. Shaffer, Contracting Officer, ext 48681. IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency's electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president's January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). ATTACHMENTS A. RFQ HDEC05-10-T-0113 - QUOTE SHEET (Attachment A - HDEC05-10-T-0113 Quote Sheet.xls) LENS, WIDE ANGLE, ½" SPECIFICATIONS MOUNT: BAYONET IMAGE FORMAT XDCAM HD RANGE OF FOCAL LENGTH: 3.3 - 43mm (13x ZOOM) MAXIMUM RELATIVE APERTURE: f/1.4 at 3.3 - 32mm, f/1.9 at 43mm IRIS TYPE: SERVO FOCUS TYPE: MANUAL HORIZONTAL VIEW ANGLE: 93.1° at 3.3mm, 9.2° at 43mm MINIMUM OBJECT DISTANCE (M.O.D): 1. 0' (0.3m) MACRO: STANDARD SIZE (Wx H x L): 3.7 x 3.7 x 9.5" (9.5 x 9.5 x 24.1 cm) WEIGHT (APPROX.): 4.2 lb (1.9 kg) LENS, TELEPHOTO, ½" SPECIFICATIONS ZOOM RATIO/FORMAT 20x RANGE OF FOCAL LENGTH: 6.4 - 128mm MAXIMUM RELATIVE APERTURE: 1:1.4 at 6.4 - 89.6mm, 1:2.0 at 128mm ANGULAR FIELD OF VIEW°: 57.1° x 34.1°, 3.1° x 1.8° MINIMUM OBJECT DISTANCE (M.O.D): 0.9'm (10mm with Macro) SIZE (Wx H x L): 163.3 x 103 x 182.5mm WEIGHT (APPROX.): 2.8lbs (1.27kg) DIGITAL SLR CAMERA SPECIFICATIONS Type Type Single-lens reflex digital camera Lens mount Nikon F mount (with AF coupling and AF contacts) Effective picture angle Approx. 1.5 x conversion factor (Nikon DX format) Effective pixels 12.3 million Image sensor Image sensor 23.6 x 15.8 mm CMOS sensor Total pixels 13.1 million Dust-reduction system Image Sensor Cleaning, Image Dust Off reference data (requires optional Capture NX 2 software) Storage Image size (pixels) 4,288 x 2,848 [L], 3,216 x 2,136 [M], 2,144 x 1,424 [S] File format • NEF (RAW): 12 or 14 bit, lossless compressed, compressed, or uncompressed • TIFF (RGB) • JPEG: JPEG-Baseline compliant with fine (approx. 1:4), normal (approx. 1:8) or basic (approx. 1:16) compression (Size priority); Optimal quality compression available • NEF (RAW) JPEG: Single photograph recorded in both NEF (RAW) and JPEG formats Picture Control System Can be selected from Standard, Neutral, Vivid, Monochrome; storage for up to nine custom Picture Controls Media Type I CompactFlash memory cards (UDMA compliant); SD memory cards, SDHC compliant Dual card slots Either card can be used as the primary card; secondary card can be used for overflow or backup storage, or for separate storage of NEF (RAW) and JPEG images; images can be copied between cards File system DCF (Design Rule for Camera File System) 2.0, DPOF (Digital Print Order Format), Exif 2.21 (Exchangeable Image File Format for Digital Still Cameras), PictBridge Viewfinder Viewfinder Eye-level pentaprism single-lens reflex viewfinder Frame coverage Approx. 100% horizontal and 100% vertical Magnification Approx. 0.94 x (50mm f/1.4 lens at infinity; -1.0 m-1) Eyepoint 19.5 mm (-1.0 m-1) Diopter adjustment -2 to +1 m-1 Focusing screen Type B BriteView Clear Matte screen Mark II with AF area brackets (framing grid can be displayed) Reflex mirror Quick return Depth-of-field preview When depth-of-field preview button is pressed, lens aperture is stopped down to value selected by user (A and M modes) or by camera (P and S modes) Lens aperture Instant return, electronically controlled Lens Compatible lenses • DX NIKKOR: All functions supported • Type G or D AF NIKKOR: All functions supported (PC Micro-NIKKOR does not support some functions); IX-NIKKOR lenses not supported • Other AF NIKKOR: All functions supported except 3D color matrix metering II; lenses for F3AF not supported • AI-P NIKKOR: All functions supported except 3D color matrix metering II • Non-CPU: Can be used in exposure modes A and M; color matrix metering and aperture value display supported if user provides lens data (AI lenses only) Electronic rangefinder can be used if maximum aperture is f/5.6 or faster Shutter Type Electronically-controlled vertical-travel focal-plane shutter Speed 1/8,000 to 30 s in steps of 1/3, 1/2 or 1 EV, bulb, X250 Flash sync speed X = 1/250 s; synchronizes with shutter at 1/320 s or slower (flash range drops at speeds between 1/250 and 1/320 s) Release Release modes S (single frame), CL (continuous low speed), CH (continuous high speed), Q (quiet shutter-release), 0 (self-timer), MUP (mirror up) Frame advance rate With Rechargeable Li-ion Battery EN-EL3e: Approx. 1 to 7 fps (CL), approx. 7 fps (CH); With optional Multi-Power Battery Pack MB-D10 and Rechargeable Li-ion Battery EN-EL4a: Approx. 1 to 7 fps (CL), approx. 8 fps (CH)* Self-timer Can be selected from 2, 5, 10 and 20 s duration Exposure Metering TTL exposure metering using 1,005-pixel RGB sensor Metering method • Matrix: 3D color matrix metering II (type G and D lenses); color matrix metering II (other CPU lenses); color matrix metering available with non-CPU lenses if user provides lens data • Center- weighted: Weight of 75% given to 8-mm circle in center of frame. Diameter of circle can be changed to 6, 10 or 13 mm, or weighting can be based on average of entire frame (fixed at 8 mm when non- CPU lens is used) • Spot: Meters 3-mm circle (about 2% of frame) centered on selected focus point (on center focus point when non- CPU lens is used) Range (ISO 100 equivalent, • Matrix or center-weighted metering: 0 to 20 EV f/1.4 lens, 68°F/20°C) • Spot metering: 2 to 20 EV Exposure meter coupling Combined CPU and AI Exposure modes Programmed auto with flexible program (P); Shutter-priority auto (S); Aperture-priority auto (A); Manual (M) Exposure compensation -5 to +5 EV in increments of 1/3, 1/2 or 1 EV Exposure bracketing 2 to 9 frames in steps of 1/3, 1/2, 2/3 or 1 EV Exposure lock Luminosity locked at detected value with AE-L/AF-L button ISO sensitivity ISO 200 to 3200 in steps of 1/3, 1/2 or 1 EV; can. (Recommended Exposure Index) also be set to approx 0.3, 0.5, 0.7 or 1 EV (ISO 100 equivalent) below ISO 200 or to approx. 0.3, 0.5, 0.7 or 1 EV (ISO 6400 equivalent) above ISO 3200 Active D-Lighting Can be selected from auto, extra high, high, normal, low or off ADL bracketing 2 to 5 frames with strength levels varying according to number of frames chosen; for 2 frames, off and a chosen level are applied Focus Autofocus autofocus sensor module with TTL phase detection, fine-tuning, 51 focus points (including 15 cross-type sensors) and AF-assist illuminator (range approx. 1 ft. 8 in. to 9 ft. 10 in./0.5 to 3 m) Detection range -1 to +19 EV (ISO 100 equivalent, 68°F/20°C ) Lens servo • Autofocus: Single-servo AF (S); continuous-servo AF (C); predictive Focus tracking automatically activated according to subject status in single- and continuous-servo AF • Manual (M): Electronic rangefinder supported Focus point Can be selected from 51 or 11 focus points AF-area modes Single-point AF, dynamic-area AF, auto-area AF Focus lock Focus can be locked by pressing shutter-release button halfway (Singleservo AF) or by pressing AE-L/AF-L button Flash Built-in flash Manual pop-up with button release; Guide number of 56/17 (ft./m, ISO 200, 68°F/20°C) or 39/12 (ft./m, ISO 100 equivalent, 68°F/20°C) Flash control • TTL: i-TTL balanced fill-flash and standard i-TTL flash for digital SLR using 1,005-pixel RGB sensor are available with built-in fl ash, Speedlight SB-900, SB-800, SB-600 or SB-400 • Auto aperture: Available with Speedlight SB-900 or SB-800 and CPU lens • Non-TTL auto: Supported flash units include Speedlight SB-900, SB-800, SB-28, SB-27 and SB-22S • Range-priority manual: Available with Speedlight SB-900 and SB-800 Flash modes Front curtain sync, slow sync, rear-curtain sync, red-eye reduction, Redeye reduction with slow sync Flash compensation -3 to +1 EV in increments of 1/3, 1/2 or 1 EV Flash bracketing 2 to 9 frames in steps of 1/3, 1/2, 2/3 or 1 EV Flash-ready indicator Lights when built-in fl ash or fl ash unit such as Speedlight SB- 900, SB-800, SB-600, SB-400, SB-80DX, SB-28DX or SB-50DX is fully charged; blinks after fl ash is fired at full output Accessory shoe ISO 518 hot-shoe with sync and data contacts, and safety lock Creative Lighting System (CLS) Advanced Wireless Lighting supported with built-in flash, Speedlight SB-900, SB-800 or SU-800 as commander and SB-900, SB-800, SB- 600 or SB- R200 as remotes; Auto FP High-Speed Sync and Modeling illumination supported with all CLS- compatible flash units except SB-400; Flash Color Information Communication and FV lock supported With all CLS-compatible flash units Sync terminal ISO 519 sync terminal with locking thread White balance White balance Auto (TTL white-balance with main image sensor and 1,005-pixel RGB sensor), Incandescent, Fluorescent (7 options), Direct Sunlight, Flash, Cloudy, Shade, preset manual (able to store up to 5 values) and color temperature setting (2,500K to 10,000K); fi ne-tuning available for all options White balance bracketing 2 to 9 frames in steps of 1, 2 or 3 Live View Modes Tripod, Hand-held Autofocus • Tripod: Contrast-detect AF anywhere in frame • Hand-held: TTL phase- Detection AF with 51 focus points (including 15 cross-type sensors) Movie Frame size (pixels) 1,280 x 720/24 fps, 640 x 424/24 fps, 320 x 216/24 fps File format AVI Compression format Motion-JPEG Autofocus Contrast-detect AF on a desired point within a frame is possible (Tripod mode) Audio Sound can be recorded via built-in (monaural) or optional external (stereo) microphone; sensitivity can be adjusted Maximum length 5 min (1,280 x 720 pixels), 20 min (640 x 424, 320 x 216 pixels) Monitor LCD monitor 3-in., approx. 920k-dot (VGA), low-temperature polysilicon TFT LCD with 170° viewing angle, approx. 100% frame coverage, and brightness adjustment Playback Playback function Full-frame and thumbnail (4, 9 or 72 images) playback with Playback zoom, movie playback, slide show, histogram display, highlights, auto image rotation, and image comment (up to 36 characters) Interface USB Hi-Speed USB Audio video output Can be selected from NTSC and PAL HDMI output Type C HDMI connector; camera monitor turns off when HDMI cable is Connected Audio input Stereo mini-pin jack (3.5-mm diameter) 10-pin remote terminal Can be used to connect optional remote control, GPS Unit GP- 1 or GPS device compliant with NMEA0183 version 2.01 or 3.01 (requires optional GPS Cable MC-35 and cable with D- sub 9-pin connector) Supported languages Supported languages Chinese (Simplified and Traditional), Danish, Dutch, English, Finnish, French, German, Italian, Japanese, Korean, Norwegian, Polish, Portuguese, Russian, Spanish, Swedish Power source Battery One Rechargeable Li-ion Battery EN-EL3e Battery pack Optional Multi-Power Battery Pack MB-D10 with one Rechargeable Li- Ion Battery EN-EL3e, EN-EL4a/EN-EL4 or eight R6/AA-size alkaline, Ni-MH, lithium or nickel-manganese batteries; Rechargeable Li-ion Battery EN-EL4a/EN-EL4 and R6/AA-size batteries available separately; Battery Chamber Cover BL-3 (available separately) required when using Rechargeable Li-ion Battery EN-EL4a/EN-EL4 AC adapter AC Adapter EH-5a/EH-5 (available separately) Tripod socket Tripod socket 1/4 in. (ISO 1222) Dimensions/Weight Dimensions (W x H x D) Approx. 5.8 x 4.5 x 2.9 in./147 x 114 x 74 mm Weight Approx. 1 lb. 14 oz./840 g without battery, memory card, body cap or monitor cover Operating environment Temperature 32-104°F/0-40°C Humidity Less than 85% (no condensation) Accessories Supplied accessories Rechargeable Li-ion Battery EN-EL3e, Quick Charger (may differ by country or area) MH-18a, Eyepiece Cap DK-5, Rubber Eyecup DK-23, USB Cable UC-E4, Audio Video Cable EG-D2, Camera Strap AN-DC4, LCD Monitor Cover BM-8, Body Cap BF-1A, Accessory Shoe Cover BS-1, Software Suite CD-ROM * With a battery other than Rechargeable Li-ion Battery EN-EL4a, the continuous shooting speed may be slower than 8 fps in continuous high-speed mode.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-CICS/HDEC05-10-T-0113/listing.html)
- Place of Performance
- Address: Defense Commissary Agency, 1300 E Avenue, Fort Lee, Virginia, 23801, United States
- Zip Code: 23801
- Zip Code: 23801
- Record
- SN02286561-W 20100919/100917235341-4e930366a47bd5ac125bc5d469d08dd7 (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 |