Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2002 FBO #0231
SOLICITATION NOTICE

59 -- QSC CX 302 Amplifiers or Equal

Notice Date
7/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
HFC - Acquisition Management National Park Service Harpers Ferry Center P.O. Box 50, Taylor Street Harpers Ferry WV 25425
 
ZIP Code
25425
 
Solicitation Number
N1130020575
 
Response Due
8/13/2002
 
Point of Contact
Marilyn Williams Procurement Clerk 3045356277 marilyn_williams@nps.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
421690 - - QSC CX 302 AMPLIFIERS OR EQUAL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotations are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. This acquisition is a total small business set-aside. Responses are due on or before August 13, 2002. The North American Industry Classification System code is 421690 and the related small business size standard is 500 employees. The National Park Service has a requirement for QSC CX 302 Amplifier, Brand Name or Equal that includes the following salient characteristics: Distortion (SMPTE-IM); distortion (Typical); 20Hz-20kHz: 10 dB below rated power, less than 0.01 percent THD; 1.0kHz and below: full rated power, less than 0.01 percent THD; frequency response 20Hz-20kHz, +/-0.2d; damping factor, greater than 500; input impedance 6k ohms unbalanced, 12k ohms balanced; input clipping 10 Vrms (+22 dB); cooling variable speed fan, rear-to front air flow; connectors input: 3-pin XLR and 3-pin detachable terminal blocks (1each channel), output: Safety-shrouded barrier strip; amplifier protection full short circuit, open circuit, thermal, ultrasonic, and RF protection; load protection on/off muting, DC-fault power supply shutdown; Dimensions - 19" (48.3cm) rack mounting, 3.5" (8.9cm) tall (2 rack spaces); 14" (35.6cm ) deep (from front mounting rails); and weight 21 lbs. (9.5kg) net frequency response. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the offeror is quoting on an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. To insure that sufficient information is available, the offeror must furnish as a part of the quotation all descriptive material (such as cuts, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty Period shall be confirmed to be the standard 90 days after acceptance. A one-year contract with one one-year option is anticipated. Year 1 will contain a minimum guaranteed purchase of 1 unit and a maximum limitation of 100 units. Year 2 will contain a minimum guaranteed purchase of 1 unit and a maximum limitation of 100 units. Provide unit pricing for both years. Destination - FOB. Delivery - 30 days after receipt of individual Delivery Order. All quotations shall be received no later than 4:00 p.m., EST, August 13, 2002, and must be clearly marked with Request for Quotations Number Q1130020575. The Point of Contact for all information is Marilyn A. Williams, Procurement Clerk, whose telephone number is (304) 535-6277. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors - Commercial Items; FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR clause 52.216-18, Ordering; FAR clause 52.216-19, Order Limitations; and FAR clause 52.216-22, Indefinite Quantity. The National Park Service will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the National Park Service, price and other factors considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation - Commercial Items. The following factors shall be used to evaluate offers: the ability to meet the technical capability and price in descending order of importance. All offerors shall submit the following: Price per unit for both years for QSC CX 302 Amplifiers or equal; technical description and/or product literature; description of warranty; copy of the most recent published price list; and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Marilyn A. Williams, Procurement Clerk; Request For Quotations Number Q1130020575; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=773651)
 
Place of Performance
Address: To Be Determined
Zip Code: 25425
Country: USA
 
Record
SN00121501-W 20020721/020719213609 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.