Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS

58 -- 58 -- AUDIO/VISUAL COMPONENTS

Notice Date
September 21, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
ZIP Code
36112-6334
Solicitation Number
F73AWC12351100
Response Due
September 25, 2001
Point of Contact
Mary Peters, Contract Specialist, Phone 334-953-3538, Fax 334-953-3543, Email mary.peters@maxwell.af.mil
Description
AMENDMENT 01 TO F73AWC12351100: Add Line item 0028: Installation Kit for Cable: VPM2000-4, 75ohm Video Cable, 2 ea 500 ft spool in Yellow; M1042, 24AGW 1 Pair Audio Cable, 2 ea 500 ft spool in Black (Mfr: Gepco International). Installation Kit for Connectors: 500 ea -- 10-03001-240, 1505A 75ohn crimp-on BNC connector, Includes Cable Crimper Kit; 1 ea -- 40-11400, Powered Stripper Kit, Includes battery & charger; 1 ea -- 40-11402, Cutter head for above, .2350.270 OD, (Mfr: MilesTek Corp). Specifications for Equipment Racks (line item 0027): 5 ea -- EFS1907025D Vertical Rack, 76.08?H x 24?Wx25.63?D, Black; 10 ea ? PW19, Rackmount power strips, 6 outlets on back 19? rackmount; 5 ea ? MS120017, Cantilevered Rack Shelf, 17.13?Deep;=20 20 ea ? PA4001, Aluminum Filler Panel, 1RU (1.75?), Black; 10 ea ? PA4003, Aluminum Filler Panel 2 RU (3.50?), Black; 5 ea -- PA4005, Aluminum Filler Panel, 3RU (5.25?), Black; 5 ea ? PA4021, Aluminum Filler Panel, 12 RU(21.00?), Black. Additional Info for line item 18 (Routing & Control: AMX Axcent 3 System with Desktop Control) The system must be configured to provide full control to the following: Autopatch 1YDM switcher, Autopatch Presis switcher, Zero 88 Frog lighting control console, Elmo HV5000AF (2 units), Elmo TRS35XG, Curtains up/down (relay control), Tascam M-2600 audio board, Barco 9200LC (3 units). Programming is not included. End of amendment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73AWC12351100 is being issued as a request for quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27, and Defense Federal Acquisition Regulation Supplement, Defense Notice Change (DNC) 20010911. It is the contractor?s responsibility to be familiar with applicable clauses and provision. This acquisition is 100% Set-Aside for Small Business. The North American Industry Classification System Code is 333315 with a small business size standard of 500. Contractors shall furnish the specified brand name and model number of the following line items: 01) 3 ea, Camera -- JVC, GY-DV 550U; 02) 3 ea, Camera -- Cannon, YH18x67BK12U 18:1 Servo Zoom Lens; 03) 1 ea, Viewfinder ? JVC, VF-P400U, 4?; 04) 3 ea, Remote Camera Unit ? JVC, RM-P120U; 05) 2 ea, 50 Meter Camera Cable ? VC-P113U; 06) 100 Meter Camera Cable ? VC-P114U; 07) 3 ea, Pan & Tilt, Vinten 102 PS Head; 08) 1 ea, Pan & Tilt, Vinten Multicontroller 2; 09) 1 ea, Pan & Tilt, Vinten 102 PS4 Power Supply; 10) 3 ea, Pan & Tilt, Vinten SLD 2010 Lens Drive; 11) 3 ea, Pan & Tilt, Vinten WBKT 102 Wall Mount; 12) 2 ea, Pan & Tilt, Vinten SP-Cab 200 Cable; 13) 2 ea, Pan & Tilt, Vinten SP-Cab 300 Cable; 14) 1 ea, Pan & Tilt, Vinten SDV-Cab 50 Cable; 15) 1 ea, Lighting, Zero 88 Frog Lighting Control Console; 16) 1 ea, Lighting, 300-ft DMX Cable; 17) 1 ea, Lighting, Doug Fleenor Design DMX to AMX Converter; 18) 1 ea, Routing & Control, AMX Axcent 3 System with Desktop Control; 19) 2 ea, Imaging, Elmo, HV-5000 XG XGA Visual Presenters; 20) 1 ea, Imaging, Elmo, TRS-35XG Slide to XGA Presenters; 21) 1 ea, Video Routing: EchoLab, MS5 12 Input Composite Router; 22) 1 ea, Video Routing: VideoTek, V1S-1201 Video Routing Switcher; 23) 1 ea, Video Routing, VideoTek VSG-201 Color Sync & Pulse Generator; 24) 1 ea, Video Routing, VideoTek VDP-8410 Frame Store/Synchronizer; 25) 1 ea, Video Routing, AutoPatch 1YDM 12x4 Video/Stereo Audio Matrix; 26) 1 ea, Video Routing, AutoPatch Precis PR-0804 8x4 RGBHV Matrix; 27) 5 ea, Equipment Racks. Note that ?Contractor Installation of Console? and Install Kit has been deleted Compatibility: The organization is interfacing the new equipment above with existing equipment and interfacing all equipment through a control system. No substitutions of the brand name/model number equipment specified will be accepted. Delivery: The delivery of all equipment is required not later than 1 Dec 01 ? in one single shipment. FOB is Destination to Maxwell AFB AL. Partial shipments and partial payments are NOT authorized for this requirement. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct00) applies to this acquisition. Submit signed and dated quotes with company name, address, fax number, email and telephone number(s) of point of contacts. Also, include the firm?s cage code, Duns number and tax identification number. Offerors must include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (May01) and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial (Nov95). DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Sep99) with the quote. The government will make an award to the lowest priced, responsible contractor whose quote is in the best interest of the government. Evaluation elements will consists of price and delivery. The government reserves the right to evaluate delivery capability and make a best value decision. Delivery will be an evaluation for this acquisition. Offerors must provide a delivery date. The contractor must be registered in the Central Contractor Registration (CCR) database. Award will be made to a single source. Offerors must provide quotes on all of the brand name/model numbers specified, and include a delivery date. Quotes that offer a delivery date later than the required delivery date (1 Dec 01), and quotes that offer brand name/model numbers other than those specified in this combined synopsis/solicitation will be considered nonresponsive and rejected. All clauses and provisions may be accessed via internet, http://farsite.hill.af.mil. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (May01) is incorporated into this RFQ and is addended to add the following clauses: 52.219-6, Notice of Small Business Set-Aside, 52.219-6 Alternate I, Notice of Small Business Set-Aside. 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (May01) is applicable. The following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 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; 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items is applicable to this acquisition. The following DFARS clauses under paragraph (a) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.204-7004, Required Central Contractor Registration and 252.222-7002, Qualifying Country Sources as Subcontractors are also applicable. The Defense Priority Allocations System rating is C9E. Offers are due no later than COB on 19 Sep 01. Offers may be mailed to 42d Contracting Squadron, ATTN: LGCB, Mary Peters, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334, faxed to 334-953-3543, emailed to mary.peters@maxwell.af.mil. Please reference the solicitation number on your quote.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/F73AWC12351100/listing.ht ml)
Record
Loren Data Corp. 20010925/58SOL002.HTM (D-264 SN50Y3V3)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on September 24, 2001 by Loren Data Corp. -- info@ld.com