Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2015 FBO #4970
MODIFICATION

70 -- CHASSIS, SWITCH, AND UPS EQUIPMENT

Notice Date
7/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002851200307
 
Archive Date
8/8/2015
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CORRECTION TO AMENDMENT#1: RESPONSE DATE IS EXTENDED TO 24 JULY 2015, 9AMPST NOT 14 JULY 2015. AMENDMENT#1: RESPONSE DATE IS EXTENDED TO 14 JULY 2015, 9AMPST. COMBINED SYNOPSIS/SOLICITATION: HQ002851200307 Title: CHASSIS, SWITCH, AND UPS EQUIPMENT Description(s): COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal - see attached Salient Characteristics. a. Solicitation Number HQ002851200307 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-82, effective 07 May 2015 and DFARS Change Notice 20150526. c. This procurement is a brand name or equal requirement; associated with NAICS Code 334310 with a size standard of 750 and is unrestricted. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY CLIN 0001: 20EA, MFR: DRAKE; P/N: RMM12, CHASSIS RACK MOUNTABLE; 2RU; F/U/W R L DRAKE MINI-RACK PRODUCT SERIES OF ENCODING, MODULATION, AND DEMODULATING EQUIPMENT; HOLDS UP TO 12 MODULES AND POWER SUPPLY; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. (NOTE: THIS ITEM IS A PART OF CLIN 0003 AS LISTED ON SALIENT CHARACTERTICS). UNIT PRICE @ _____________ x 20EA = $__________________ CLIN 0002: 290EA, MFR: DRAKE; P/N: VMM860AS, MODULATOR AGILE STEREO VIDEO; VESTIGIAL SIDEBAND, HETERODYNE, AUDIO/VIDEO W/SYNTHESIZED VISUAL AND AURAL CARRIERS; ACCEPTS VIDEO AND AUDIO BASEBAND SIGNALS FROM SATELLITE RECEIVERS, TV CAMERA, VIDEOTAPE RECORDER, TV DEMODULATOR, OR SIMILAR SIGNAL SOURCES; CATV CHANNELS 2-135 OR BROADCAST CHANNELS 2-69 SELECTABLE FROM FRONT PANEL; RF FREQ RANGE: 54-864MHZ; VIDEO FREQ RANGE: 20HZ-4.2MHZ; AUDIO FREQ RANGE: 50HZ- 14KHZ; FRONT PANEL CONTROLS RF OUTPUT LEVEL, A/V RATIO, AND VIDEO/AUDIO MODULATION; PWR RQMTS: DC POWER INPUT; 12VDC AT 220MA OR 5VDC AT 400MA; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 290EA = $__________________ CLIN 0003: 20EA, MFR: DRAKE; P/N: PSM-121, POWER SUPPLY PROVIDES 5 AND 12VDC TO DRAKE MODULES THROUGH 37-PIN D-CONNECTOR; POWER INPUT 100 TO 240VAC, 50/60HZ, AUTO RANGING; COMES WITH 6FT IEC POWER CORD, AND 12VDC COOLING FAN; F/U/W R.L. DRAKE RMM-12 RACK MOUNTABLE CHASSIS FOR THE DRAKE FAMILY OF MINI-RACK PRODUCTS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. (NOTE: THIS ITEM IS APART OF CLIN 0001 AS LISTED ON SALIENT CHARACTERTICS). UNIT PRICE @ _____________ x 20EA = $__________________ CLIN 0004: 20EA, MFR: DRAKE; P/N: PC1601, COMBINER PASSIVE; 16-PORT; RACKMOUNT (1RU); FREQ RANGE: 5MHZ TO 1GHZ; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 20EA = $__________________ CLIN 0005: 10EA, MFR: POWERSTAR; P/N: PS6000RM-ISO, UPS COMMERCIAL; 1.5 KVA; RACKMOUNTABLE W/ISOLATION TRANSFORMER; SHIPBOARD READY; MIL/NEMA 5-15 PLUGS; C/W: POWERCHUTE SOFTWARE. UNIT PRICE @ _____________ x 10EA = $__________________ CLIN 0006: 10EA, MFR: PESA; P/N: OC1616V1A2-P16, SWITCH AUDIO/VIDEO ROUTING; RACKMOUNT(2RU); 16X16 ANALOG VIDEO; 16X16 ANALOG AUDIO; 16X16 XY LOCAL PANEL; C/O: 1EA OCELOT, 16X16 VIDEO, 16X16 AA, 16 XY LOCAL PANEL, 110V, CFG CODE: 0FL0010(OC1616V1A2-P16), 1EA OCELOT PRC INTERFACE(81906524100), 1EA OCELOT 16X16 ANALOG VIDEO MATRIX(81906519120), 2EA OCELOT 16X16 ANALOG AUDIO MATRIX(81906519130), 2EA OCELOT MAINFRAME ASSEMBLY(81906519210), 1EA OCELOT VIDEO SWITCHING REGULATOR(81906519170), 1EA OCELOT AUDIO SWITCHING REGULATOR(81906519220), 1EA OCELOT CONNECTOR INTERFACE(81906523540), 1EA CABLE RJ-45 8 COND 1 FT(81902803860), 2EA CONNECTOR 3 PIN WECO(81902908110), 1EA REAR BLANK COVER(81902414060), 1EA OCELOT 16X16 LOCAL PANEL(81906522430), 1EA OCELOT 1RU BLANK PANEL(81903465080), 2EA OCELOT US POWER SUPPLY(81906519570), 1EA CD, PRODUCT MANUAL(81906523070), 1EA VIRTUAL PANEL WIN BASED S/W CONTROL(VP-PANEL), 1EA CABLE 9 PIN TO 9 PIN F(81902804000); PWR RQMTS: 110VAC; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY. UNIT PRICE @ _____________ x 10EA = $__________________ TOTAL PRICE FOR THIS QUOTE $_________________________ e. Delivery and acceptance will be made at location: FOB DESTINATION WAREHOUSE NAVAL MEDIA CENTER 8345 E BEECHCRAFT AVE GAITHERSBURG MD 20879 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement 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 offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. 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. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAR 2015). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2015) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAY 2015) FAR 52.219-6 -- Notice of Total Small Business Set-Aside(NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2015 Appropriations. (DEVIATION 2015-OO00005) (DEC 2014) DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to 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. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. Enterprise-wide Contractor Manpower Reporting Application Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a) The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/ j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 24 June 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at shevonn.l.moore.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ002851200307 - "CHASSIS, SWITCH, AND UPS EQUIPMENT" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Shevonn Moore Contract Specialist shevonn.l.moore.civ@mail.mil Phone: 951-413-2634 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4edd8b868c3588894d4b053fcf4e9421)
 
Place of Performance
Address: WAREHOUSE NAVAL MEDIA CENTER, 8345 E BEECHCRAFT AVE, GAITHERSBURG, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03783305-W 20150703/150702000054-4edd8b868c3588894d4b053fcf4e9421 (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.