Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

USPFO for Michigan, Contracting Office, 3111 W. Saint Joseph St., Lansing, MI 48913

58 -- AUDIO ACQUISITION SYSTEM, LIGHTING SYSTEM, VIDEO PRODUCTION AND EDITING SYSTEM, VIDEO ACQUISITION SYSTEM SOL DAHA20-00-T-0015 DUE 052200 POC Debbie Clemence, Purchasing Agent, 517-483-5708 E-MAIL: click here to contact the Purchasing Agent via e-mail, clemencedj@mi-arng.ngb.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is DAHA20-00-T-0015, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-17 and Defense Acquisition Circular Number 20000413. This solicitation is 100% set-aside for small business. The standard industrial classification code is 3663 with small business standard of 750 employees or less. Description : Line 1: 3 EACH, Audio Acquisition Subsystem Portable (NSN 583501P630791); each consisting of: Sony portable audio cassette recorder/reproducer (P/N TC-D5PRO2), Lectrosonics wide-band UHF Diversity Wireless Audio Receiver (P/N UCR195D), Lectrosonics Wide-band UHF Wireless Audio Transmitter (P/N UH195), Lectrosonics Wide-band UHF Wireless Belt-pack transmitter (P/N UM195B), Electro-Voice Shock-mounted Dynamic Omni-directional wired microphone (P/N RE50/B), Sony Omni-directional Lavalier wired microphone (P/N ECM-77B), Sony Pistol Grip (P/N GP-5), 1 each 10-FT, 3-FT, and 25-FT Audio Cable Assemblies with XLR Plug to XLR Jack connectors, and Sony wired microphone Kit (P/N ECM-672PAC1). TV channel or frequency from operating range of 470 to 608 MHZ. Line 2: 3 EACH, Lighting System, Portable (NSN 678001P630794), each consisting of : Lowel-light cam-link and stud link mount with vipod and hardware (P/N VIP-41S), Lowel-light halogen 250/125W pro light (P/N P1-10), Lowel-light barndoor frame (P/N IP-21), Lowel-light diffused glass with holder (P/N IP-SOH), Lowel-light dichroic light filter set (P/N IP-51H), Lowel-light omni 3 studio lighting system kit (P/N 01-93), GE 600W/3200K incandescent lamp assembly (P/N32955), Anton/Bauer NICAD battery belt assembly (P/N 30/13), Anton/Bauer fast/quick charge cable assembly (P/N CA-30), Lowel-light 30V/200W/3200K pro lamp (P/N GCB), and Lowel-light photographic lighting cable assembly (P/N P1-81). Line 3: 2 EACH, Video Production and Editing System Linear (NSN 582001P630793) each consisting of : Sony reproducer (P/N PVW2600), Sony editing recorder/reproducer (P/N PVW2800), Sony 20-inch color monitor (P/N PVM20M2U), Tektronix waveform/vector monitor (P/N 1755A), Tektronix mounting case enclosure (P/N 1700F00) & Tektronix dual rack adapter mount enclosure (P/N 1700F05). Additional optional items required: Sony recorder/reproducer (P/N SVO1630), Sony master control editor switcher (P/N FXE120), Anvil carrying case F/Sony FXE120 (P/N MACH04010491), Sony Remote control cable (P/N RCC5G/US), 1 ea 25-FT audio cable assembly W/XLR female to RCA phono plug (male) connectors & XLR male to RCA phono plug (male) connectors, 2 ea Sony 8-inch video color monitors w/rack mount kit (P/N PAC8041Q/A), TEAC/TASCAM audio cassette recorder/reproducer (P/N 112MKII), TEAC/TASCAM balancing kit (P/N LA-112), Digital processing system frame video synchronizer (P/N 2210-S), Videonics character generator w/rackmount kit & AT-style IBM-PC compatible keyboard & serial two-button MS compatible mouse (P/N PS-1000 NTSC), Sony audio mono mixer (P/N MXP290), crown int'l audio power amplifier (P/N D75A), JBL/soundcraft loudspeaker (P/N CONTROL 1), Electro-voice supercardioid microphone (P/N N/D 967), Atlas/soundolier desktop microphone stand (P/N DS-5), 2 ea. Anvil carrying cases F/Sony PWV2600 & PVW2800 (P/N RA-PVW-2800/ATA), & Anvil carrying case F/Sony MXP290 (P/N MACP04010489). Anvil cases are to be black. Sony MXP290 and Crown D75A use 110V power source. Line 4: 3 EACH Video Acquisition System, Motion (MVAS) Digital (NSN 582001P630792) each consisting of the following: Panasonic DVCPRO Camcorder kit (P/N AJD700LH18) with maintenance manual, 4 ea. Anton/Bauer rechargeable NICAD batteries (P/N DIG TRIMPAC 14), Miller System 25 Tripod w/on-ground spreader, Porta-Brace tripod mummy case (P/N TM), 2 ea. Electro-voice dynamic microphones (P/N 635L3), 20 ea. Panasonic video cassette tapes (P/N AJP66L), 5 ea. Panasonic cleaning tapes (P/N AJCL12M), Porta-brace camcorder rain cover (P/N SHANRC700), Panasonic power supply (P/N AJB75), Lowel-light jet set lighting system w/VIP-38 case (P/N VP-978), 3 ea. Lowel-light 12V/100W/3200K lamps (P/N GCC), 6 ea. Lowel-light 120V/500W/3150K lamps (P/N GDA),Anton/Bauer on-camera/camcorder light (P/N UL2-20), 3 ea. Anton/Bauer 25W/12-14V lamps (P/N BAB), Anton/Bauer wide angle lens adapter (P/N UL-WA), Anton/Bauer #1 diffuser (P/N UL-DF), Anton/Bauer dichroic light filter set (P/N UL-DC), Anton/Bauer barndoor kit (P/N UL-BD), Anton/Bauer 4-position battery charger (P/N QUAD2702), Porta-brace camcorder carrying case (P/N PC-2), Porta-brace equipment/accessory case (P/N PC-3), Porta-brace light pack case (P/N LP-2), 2 ea. Porta-brace filter carrying cases (P/N FC-1), Porta-brace camcorder rain cover/carrying case (P/N SC-AJ700), Porta-brace video production carrying case (P/N PC-1), Porta-brace shoulder strap (P/N HB-20), Sennheiser shotgun microphone (P/N ME66 W/K6), Beyer dynamic stereo monitor headphones (P/N DT100), Tektronix serial component generator (P/N TSG601), Tektronix serial digital analyzer (P/N SDA601), Tektronix hand-held digital audio analyzer/generator (P/N AM70), 1 ea. 10-FT, 3-FT & 15-FT audio extension cable assemblies w/XLR plug to XLR jack connectors. Requested delivery time is 30 days ARO if delivery date cannot be met, indicate proposed delivery date. Offer is to be FOB destination, delivered to USPFO-MI, 3111 W. St. Joseph St., Lansing, MI 48913-5102. Partial or incremental deliveries of systems components will not be authorized. Individual systems must be shipped complete. Split awards may result from this solicitation, if determined to be in the best interest of the Government, price and other factors considered. However, awards will be made only upon the basis of completesystems (i.e. Line 2, Lighting System, etc.). The following FAR provisions and clauses apply to this solicitation: 52.203-3, Gratuities; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.211-16, Variation in Quantity, with 0% variation allowed; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors being price, technical capability, delivery, prior performance and ability to meet Government requirements with each being equally considered in the evaluation process); 52.212-3, Offeror Representation and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.214-22, Evaluation of Bids for Multiple Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-17, Interest; 52.233-2, Service of Protest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated by Reference; and 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7004, Required Central Contractor Registration; 252.209-7003, Compliance with Veteran's Employment Reporting Requirements; 252.209-7004, Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country; 252.212-7000, Offeror Representations and Certifications Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225.7006, Buy American Act-Trade Agreement-Balance of Payments Program Certificate: 252.225-7007, Buy American Act-Trade Agreement-Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.247-7022, Representation of extent of transportation by sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. Copy of provisions and clauses are available on the Internet at http://farsite.hill.af.mil or www.gsa.gov/far/current/html/toc.html. Offerers must have a valid DUNS Number (1-800-333-0505); must be able to receive payments via Electronic Funds Transfer (EFT/Direct Deposit); must be registered with the Central Contracting Registry (CCR), (www.ccr2000.com ); and must provide three (3) contract references with business name, point of contact with telephone number to enable evaluation of past performance. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3, 252.212-7000, 252.225-7006, and 252.247-7022. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government. Completed Provisions (52.212-3, 252.212-7000, & 252-225-7006), CCR information and completed offer (to include specifications, warranty information, and descriptive literature) may be faxed to 517-483-5900 or mailed to USPFO FOR MICHIGAN, Purchasing & Contracting, Attn: Debbie Clemence, 3111 W. St. Joseph Street, Lansing, MI 48913-5102. Offer must be received not later than Noon, local time, May 22, 2000. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Debbie Clemence at (517)483-5925 or email: clemencedj@mi-arng.ngb.army.mil Posted 05/09/00 (W-SN452960). (0130)

Loren Data Corp. http://www.ld.com (SYN# 0256 20000511\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page