Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12, 2001 PSA #2828
SOLICITATIONS

36 -- MEDIA CONTROL AND TALLY LIGHT

Notice Date
April 10, 2001
Contracting Office
Defense Information Systems Agency, DITCO-NCR, 701 South Court House Road, Arlington, VA 22204-2199
ZIP Code
22204-2199
Solicitation Number
DCA100-01-T-4022
Response Due
April 23, 2001
Point of Contact
Costella H. Davis, Contract Specialist 703-607-6907, Costella H. Davis, Contracting Officer 703-607-6907
Description
This is a combined synopsis / solicitation for a prototype and an additional quantity of 99 (100 total) units of a modification to a commercial item. This document is being prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offers are to be forwarded to the following address by no later than 2:00 p.m. EST, 20 April 2001: HQS DISA, DITCO-NCR, Code D411-2, Attn: Costella Davis, 701 S. Courthouse Road, Arlington, VA 22204-2199. Overnight packages MUST have a name and phone number on outside of package for pickup (Ms. Davis, (703) 607-6907). Offers may be faxed to (703) 607-4340. Any questions on the above may be directed to Ms. Davis at the above number. The solicitation number is Request For Quote (RFQ) DCA100-01-T-4022. Please include your business size, Cage Code, DUNs Number, and Tax Identification Number. THIS ACTION IS SHORT FUSED. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED IN WRITING. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. The North American Classification is 334310 and the Size Standard is 750 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive Offeror. The Specification Description is as follows: Item: Media Control and Tally Light, Description: Media control box will be a small box, black in color, approximately 6"W by 4"H by 6"D. The front panel should consist of two illuminated switches, which are green in color and be labeled MIC-1 and MIC-2. The back panel will consist of 3 sets of XLR connectors. Set 1 will be a female XLR and a male XLR connector wired through one switch and labeled MIC-1. Set 2 will be a female XLR and a male XLR connector wired through one switch and labeled MIC-2. Set 3 will be 2 male XLR connectors labeled lights. The media control box will be powered by a separate DC power source. The use of AC or phantom power is not permitted due to interference problems. The illuminated switches shall be greater than " and no larger than 1" either square or rectangular and be powered by the DC power source. Tally Light will be a small black box approximately 3"W by 2"H by 5"D. The front shall have one light red in color either square or rectangular and be no less than " and no greater than 1". The back panel shall have one female XLR connector wired to the light. The tally light shall have no writing of any kind. Basic principle of operation: When either microphone control switch on the media control box is closed, power shall be supplied to the illuminated switch and the tally light simultaneously. Power from the media control box light connector will be provided to the tally via the XLR connectors. When either microphone control switch is opened, the male XLR connector on MIC-1 and MIC-2 will be shorted to prevent humming or popping on the public address system. The media control box will be configured to allow phantom power to pass through without damaging the mixer or microphone. NOTE: As part of your bid please submit design drawings for evaluation for award. The contractor will be required to submit a prototype within 7 calendar days after receipt of award. The Government will evaluate the prototype for acceptance and notify the contractor within 3 working days. Please include in your bid schedule the delivery date and pricing for the remaining 99 units after acceptance of the prototype. Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The Offeror's standard commercial packing / packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES. Anticipated award date is no later than 30 April 2001. The Government intends to award (1) purchase order for the above requirement to the lowest priced offeror who meets all of the requirements stated herein. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items, additional terms: 252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and DFAR 252.212-700, Offeror Representations and Certifications-Commercial Items must be submitted with offer. 6) 252.204-7004 Required Contractor Registration. 7) 52.239-9202 Year 2000 Compliance (MAR 1998) a. All information technology provided under, or in support of, this contract by the contractor and All subcontractors shall be Year 2000 compliant. "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. b. To ensure Year 2000 compliance, the contractor shall, at a minimum, test a representative sampling of the information technology, or the same type of information technology, that will be provided under the contract. Year 2000 Compliance testing will be accomplished and documented in accordance with generally accepted commercial standards/practices. If requested, the contractor shall provide the Government with a copy of such Year 2000 compliance test documentation at no additional cost to the Government
Record
Loren Data Corp. 20010412/36SOL003.HTM (W-100 SN50I7P7)

36 - Special Industry Machinery Index  |  Issue Index |
Created on April 10, 2001 by Loren Data Corp. -- info@ld.com