SOLICITATION NOTICE
67 -- 67--Mirrorless Cameras, Lens, and assorted studio accessories.
- Notice Date
- 5/31/2023 7:03:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333310
—
- Contracting Office
- W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-23-Q-0WTV
- Response Due
- 6/14/2023 12:00:00 PM
- Archive Date
- 12/11/2023
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 solicitation number is W911S8-23-Q-0WTV and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-06-14 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Special Shipping Instructions. The MICC Joint Base Lewis McChord requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Mirrorless Camera Body � 24.2MP Full-Frame CMOS Sensor � 4K60 10-Bit Internal Video, C-Log 3 � External 6K ProRes RAW Recording � Dual Pixel CMOS AF II � 12 fps Mech. Shutter, 40 fps E. Shutter � Sensor-Shift 5-Axis Image Stabilization � 3.69m-Dot OLED EVF � 3"" 1.62m-Dot Vari-Angle Touchscreen LCD � Dual UHS-II Memory Card Slots � Multi-Function Shoe, Wi-Fi and Bluetooth, 2, EA; LI 002: Mount Adapter EF-EOS R � Canon-compatible EF/EF-S Lens to EOS R Camera � Maintains AF and Image Stabilization � Dust- and Water-Resistant, 2, EA; LI 003: RF 100-500mm f/4.5-7.1 L IS USM Lens � RF-Mount Lens/Full-Frame Format � Aperture Range: f/4.5-7.1 to f/32-54 � One Super UD Element, Six UD Elements � Dual Nano USM AF System � Optical Image Stabilizer � Weather-Sealed Design, Fluorine Coating � Customizable Control Ring � Rotating Zoom Ring, Torque Adjustment � Rounded 9-Blade Diaphragm � Compatible with RF Extenders, 1, EA; LI 004: RF 70-200mm f/2.8 L IS USM Lens � RF-Mount Lens/Full-Frame Format � Aperture Range: f/2.8 to f/32 � One Super UD Element, One UD Element � Two Aspherical Elements � Air Sphere and Fluorine Coatings � Dual Nano USM AF System � Optical Image Stabilizer � Customizable Control Ring � Detachable, Rotatable Tripod Collar � Rounded 9-Blade Diaphragm, 2, EA; LI 005: RF 24-105mm f/4 L IS USM Lens � RF-Mount Lens/Full-Frame Format � Aperture Range: f/4 to f/22 � Super Spectra Coating � Nano USM AF System � Optical Image Stabilizer � Customizable Control Ring � Rounded 9-Blade Diaphragm, 2, EA; LI 006: RF 56mm f/1.6 Lens � RF-Mount Lens/Full-Frame Format � Aperture Range: f/1.6 to f/16 � Singlet-Doublet-Singlet Optical Design � Soft Glowing Effect at Wide Apertures � Inspired by Classic Portrait Lenses � 1:2 Magnification, 5"" Working Distance � Manual Focus and Exposure Control � All-Metal Lens Barrel � Filter Thread: 62mm, 1, EA; LI 007: Night Vision Adapter � Compatible with Canon EOS Cameras � 3rd Generation Intensifier � Powered by camera body � Seamless integration between the host camera and CIU � Retains auto-focus and image-stabilization functionality � Lightweight, non-reflective, black epoxy-coated aluminum housing, 1, EA; LI 008: Light Panel Kit � LED Light Panels with 7� Stands � Output: 720 Lux 3.3' (5600K, 120�) � 3200 to 5600K CCT; RGB Control � 10.6 x 10.3"" Panel; AC/DC Operation � CRI 97 � On-Board and Bluetooth Control with App � Passive Cooling for Silent Operation � 0 to 100% Dimming, 8 Lighting Effects � Multi-Voltage AC Adapter, 4-Way Barndoor � Carrying case, 3, EA; LI 009: Studio Blanket � 72� x 80� � Dampens sound � Blocks out unwanted light. � Insulated � Grommets built in, 5, EA; LI 010: Gaffer Tape � 2� x 55 yards � Multi-surface use � Hand-tearable, 2, EA; LI 011: Studio Foam Wedge Panels � Reduces Acoustical Reflections � Eliminates Standing Waves � Tames Flutter Echoes � Controls Reverb, 24, EA; LI 012: Mounting Tabs for Wedge Panels � Mounts Studiofoam to Walls or Ceilings � Helps Achieve Permanent Bond � Peel-and-Stick Application, 48, EA; LI 013: SD Memory Card � 256GB Storage Capacity � UHS-II / V90 / U3 / Class 10 � Maximum Read Speed: 300 MB/s � Maximum Write Speed: 260 MB/s � Minimum Write Speed: 90 MB/s � Records 8K, 4K, and Full HD Video � Capture Raw Photos and High-Speed Bursts � Shock, Temperature, X-Ray & Waterproof � Built-In Write-Protect Switch � RescuePRO Deluxe Software Download, 2, EA; LI 014: Micro SD Memory Card � 1TB Storage Capacity � A2 / UHS-I / V30 / U3 / Class 10 � Max Read Speed: 190 MB/s � Max Write Speed: 130 MB/s � Min Write Speed: 30 MB/s � Records Full HD, 3D, and 4K Video � Water / Shock / X-Ray Proof � Can Withstand Extreme Temperatures � Built-In Write-Protect Switch on Adapter � Downloadable RescuePRO Recovery Software, 1, EA; LI 015: USB 3.0 High Speed Media Reader � Supports UHS-I and UHS-II Card Speeds � USB 3.0/3.1 Gen 1 � Up to 5 Gb/s Max. Data Transfer Rate � Accepts CF Type I & II Memory Cards � Accepts SD/SDHC & microSD/SDHC/SDXC � Accepts MS PRO, MS Duo, MS PRO Duo Cards � Built-In LED Light Indicator � Windows, Mac, Linux & Chrome Compatible, 1, EA; LI 016: Bluetooth Microphone � Wireless Mic with Bluetooth 5.0 � Free SmartMike+ App that Records Audio/Video � Works with iOS and Android Devices � Realtime Sound/Picture Sync via App � Expandable to 2-Person Interview System � Expandable to Wireless Audio for Camera � 3.5mm Jack for Monitoring or Camera Use � Foam Windscreen + Furry Windscreen � 5 Hours on Built-In Rechargeable Battery � Up to 49' Range, 4, EA; LI 017: Metal GoPro-compatible Mount � With 1/4""-20 Male Thread � For GoPro-Style Action Cameras � Mounts to 1/4""-20 Threaded Hole � GoPro-Style 3-Prong Mount, 1, EA; LI 018: Quick Release Metal GoPro-compatible Tripod Mount � Arca Swiss Compatible � For GoPro-Style Action Cameras � 3x Mounting Holes for Flat Surface � 1/4""-20 Female Thread, 1, EA; LI 019: Camera Gimbal � Minimum 10 lb Payload � Continuous 3D Focus for Manual Lenses � 330' Range RavenEye Video Transmission � Comfortable Dual Handgrips � Includes all required cables, straps, plates, and handles � Carrying case, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Joint Base Lewis McChord intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace 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. MICC Joint Base Lewis McChord 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (333316-Photographic and Photocopying Equipment Manufacturing) with an applicable small business size standard of (1,000 Employees). The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party 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 officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 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 Government Accountability 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 below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. 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. Quotes MUST be valid for 30 days after Request for Quote/solicitation�s closing date. Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Contact MarketplaceSupport@unisonglobal.com or call 1-877-933-3243 to address any questions for quotes utilizing Unison Marketplace. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5fdf7d2be1fc4a42a363158d9d7365f4/view)
- Place of Performance
- Address: Special Shipping Instructions.
- Record
- SN06700061-F 20230602/230531230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |