Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598

Television-Audio Support Activity (T-ASA), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068

58 -- VIDEO TAPE DUPLICATING SYSTEM SOL MDA112-96-R-0049 DUE 061796 POC Contact Janet Janes, Contract Specialist, (916) 364-4220 or Richard H. Talbert, Contracting Officer, (916) 364-4213 This is a combined synopsis/solicitation for commercial itemsprepared 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; proposals are being requested and a written solicitation will not be issued. MDA112-96-R-0049 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. This acquisition is sole source to Dwight Cavendish Company, 3775 Arthur Avenue, Lincolnwood, IL 60645. The Television-Audio support Activity intends to purchase the following items: two (2) each Complete Assembly Control Rack; for video duplication; must be used with one or more slave racks (p/n CM2500); includes: remote control, monitoring equipment, routers, and AC connections; PWR RQMTS: 110/240VAC (switchable), 50/60HZ, Cavendish p/n: CM2500CR10, two (2) each Slave Rack; complete assembly includes: racking, cable sets, distribution amplifiers, and AC connections; F/U/W 30 Sony type EVO-9500 slave VCRs and Copymaster CM2500 control rack; PWR RQMTS: 110/240VAC, 50/60HZ, Cavendish p/n: CM2500/3EV, two (2) each Slave Rack; complete assembly includes: racks, cable sets, distribution amplifiers, and AC connections;F/U/W Sonoy type EVO-9500 slave VCRs and Copymaster CM2500 controlracks; PWR RQMTS: 110/240VAC, 50/60HZ (switchable), Cavendish p/n:CM2500SR20S/2GR, three (3) each Cable Assembly Interface; connects ESE clock to Cavendish control system, Cavendish p/n: SC-ESE, six (6) each Control Loop Cable Assembly; 9D/9D 1.5M; single cable; F/U/W Copymaster VS628-24 components, Cavendish p/n: SC628-07, two (2) each Control Loop Cable Assembly; single cable; 9D/9D 15M; F/U/W Copymaster VS628-24 components, one (1) each DC Line Driver Converter; single rack unit component for adapting CM2500 control components to existing CM250 control system; PWR RQMTS: 110/240VAC, 50/60HZ (switchable), Cavendish p/n: VS609-28, six (6) each Monitoring Interface; single unit component for control of slave VCRs and monitor switching; F/W/U Copymaster CM2500 control or VS609-28 converter, Cavendish p/n: VS609-24, six (6) each Distribution Amplifier; video/stereo audio 1 X 10; single unit; one input, 10 outputs; PWR RQMTS: 110/240VAC, 50/60HZ (switchable), Cavendish p/n: VP702-04, fifty four (54) each VCR RC Serial Cable Assembly; RCA/RCA; cable for machine control from monitoring interface to serial control VCR; F/U/W VS628-24 monitoring interface and Sony VCR EVO-9500, Cavendish p/n: MC608-24, one (1) each Slave Rack; complete assembly includes: racks, cable sets, distribution amplifiers, and AC connections; F/U/W Sony type EVO-9500 slave VCRs and Copymaster CM2500 control racks; 1 group; PWR RQMTS: 110/240VAC, 50/60HZ (switchable), Cavendish p/n: CM2500SR20S/1GR, three (3) each Programmable Timer; LED; 10 events,0 outputs; 24 hour internal clock; incluldes a battery, battery charger and crystal timebase; PWR RQMTS: 117VAC, 60HZ, Cavendish p/n: ESE-720, two (2) each Group Combiner; single rack unit; F/U/W CM2500 duplicator systems when system size exceeds 50 slave VCRs total, Cavendish p/n: VS628-06, and Contractor shall furnish all parts, materials, and labor for export packing for CLINs 0001 thru 0013 to include skid mounting of each pallet; all hardware/equipment shall be packed in plywood enclosed wooden crates; vendor equipment will be divided into three (3) lots for shipment to different locations. Each crate shall be marked with the lot number (1, 2, 3) as defined: Lot #1 - one (1) each CM2500CR10, two (2) each CM2500SR30S/3EV, one (1) each SC628-06, one (1) each ESE-720, and one (1) each SC-ESE; Lot #2 - one (1) each VS609-28, six (6) each VS628-24, six (6) each VP702-04, fifty four (54) each MC608-24, six (6) each SC628-07, one (1) each CM2500SR20S/1GR, one (1) each SC-720, and one (1) each SC-ESE; Lot #3 - one (1) each CM2500CR10, two (2) each CM2500SR20/S2GR, one (1) each ESE-720, and one (1) each SC-ESE. Deliver within 60 days from date of contract award. Ship to: McClellan AFB, CA in accordance with 52.247-48, F.o.b. Destination - Evidence of Shipment. Responses to this notice should be provided in writing by the closing date specified above and must contain separate unit pricing for each item required, including pricing of packaging. Offers may be mailed to: TELEVISION - AUDIO SUPPORT ACTIVITY, Directorate of Contracting, ATTN: T-ASA/DOC/SC (Bid Officer), 3116 Peacekeeper Way, Mcclellan AFB, CA 95652-1068, or, if using courier services deliver to: TELEVISION - AUDIO SUPPORT ACTIVITY, Directorate of Contracting, ATTN: T-ASA/DOC/SC (Bid Officer), 10481 Kaydet Avenue, Bldg 2500, Room 113, Mather, CA 95655. Facsimile responses are acceptable. FAX to (916) 643-4032, ATTN: Janet Janes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-2, Evaluation-Commercial Items also applies. The evaluation criteria for this solicitation will consist of technical (capability of the item offered to meet the agency need), price and past performance. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items,with their offer. Clauses at 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, apply to this acquisition. Under DFARS 252.212-7001, the following subclauses are applicable: 252.225-7000, 252.225-7036, 252.227-7015, and 252.247-7024. Contractor's standard commercial warranty is required for each item. Offers must be sumitted not later than 30 days from the date this notice is published in the CBD. Point of contact in this office is Janet Janes, (916) 364-4220. ?? (0137)

Loren Data Corp. http://www.ld.com (SYN# 0257 19960517\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page