Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

58 -- Remote Recording System Synopsis/Solicitation

Notice Date
9/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
F1A1A15174A700
 
Response Due
9/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. ITEM 0001: One, Apple M9457ll/A PowerMac G5/Dual 2.5 Ghz /512 MB RAM/ 160 GB/Superdrive/R9600, 1.25GHz frontside bus/processor; 512MB DDR400 SDRAM; 160 Serial ATA Hard Drive; 3 PCI slots; ATI Radeon 9600 XT; 128MB DDR video memory; 56K internal modem; 3 Digidesign 192 I/O, 50 possible inputs and outputs; supports up to 16 simultaneous channels of high definition I/O extremely flexible analog and digital I/O; Card option bay for analog or digital I/O expansion with 192 AD, 192 DA, or 192 Digital Cards; 24 Bit/ 192 kHz A/D and D/A conversion; Wide range of digital I/O, icluding 8 channels of AES/EBU I/O, 8 channels of TDIF I/O, 16 channels of ADAT I/O, and 2 additional channels of AES/EBU or S/PDIF I/O; Word (1x) and Slave clock (256x) input/output switchable, real time sample rate conversion on digital inputs on the 192 digital card; soft clip limiter; expansion port allowing direct connection of another 192 I/O or 96 I/O; legacy peripheral port allowing for connection of 888/24, 882/20, 1622, or 24 bit ADAT bridge I/O?s; 3 Digidesign digital IO cards; Brand Name Or Equal; Unit Price $________, Extended Price $________; ITEM 0002: One, Glyph 6 drive AIT and DVD drive bay; GT 308; rotational speed 7200 rpm; Interface connectivity, IEEE 1394a; Bridging Chip, Oxford 911; Average seek time, 8 msec; Max external transfer rate, 400 Mb/sec; sustained transfer rate, 36 Mb/sec; Hard drive buffer size, 8 Mb, 2 mb; Dimensions, 5.25?x19?x17.3?; Physical configuration, 3U rack mount enclosure; Weight, 40.4 lbs; Power Supply, Universal 100-240v 50/60 Hz; Brand Name Or Equal; Unit Price $____________, Extended Price $____________; ITEM 0003: Twelve, Glyph 220 Gig Drives; one sync I/O next generation, high fidelity, low jitter clock design; near sample accurate lock to time code or bi-phase signals; world clock I/O up to 192 Khz capable; must support all major industry standard pull up/ pull down rates for film/video; must support all major industry standard clock sources and time code formats; Digidesign machine control option; two, 9 pin ports allowing dual device control when using Machine Control option in master or remote slave mode; One, Beg Ben master clock device; Video: PAL/NTSC/ 60 Hz; SuperClock; Apogee Ultra Low Jitter C777 clock; Three stage termination indicator; Six Focusrite Octopre Digital Microphone Preamplifiers, THD 0.002%; Brand Name Or Equal; Unit Price $____________, Extended Price $____________; ITEM 0004: Six, Focusrite Octopre Digital Output cards; Brand Name Or Equal; Unit Price $____________, Extended Price $____________; ITEM 0005: Six, Focusrite Octopre Digital Cables; Brand Name Or Equal; Unit Price $____________, Extended Price $____________; ITEM 0006: Two, R and R Case, RCC 16 space pull-over rack; Brand Name Or Equal; Cases shall meet USAF Band Case specifications see Attachment 1; Unit Price $____________, Extended Price $____________; If bidding on an OR EQUAL item, offerors must submit descriptive literature or a sample. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. This acquisition is 100 % small business set-aside. The North American Industry Classification System code is 443120 at a 500 employee size standard. INSPECTON AND ACCEPTANCE TERMS: Contractors standard inspection procedures shall be used. Delivery/Acceptance will be at 201 McChord Street, Bolling AFB, Washington DC 20032. Delivery of all supplies will be no later than 30 days ADC, to 201 McChord Street, Bolling AFB, Washington DC 20032. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. All interested contractors are to submit a copy of their quotation by the solicitation due date. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follows: 52.211-6, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.212-1, 52.214-34, 52.214-35, 52.223-5, 52.232-18, 52.233-3, 52.233-4, 52.237-2, 52.242-15, 52.246-1, 52.247-34, 52.252-2, 52.252-6(b), 52.253-1 DFARS (Chapter 2), 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252.219-7011, 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000 and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, and 52.232-33, 52.232-36, 52-333-3, 52.333-4. All responses must be received no later than 4:00pm Eastern Standard Time, 27 Sep 05 to 11th CONS/LGCO 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail, facsimile, or e-mail to Kevin.Fink@Bolling.af.mil. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. NOTICE TO OFFERORS: Funds are not presently available for this requirement. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. Please provide quotes good through 30 September 2005. Questions concerning this solicitation should be addressed to A1C Kevin Fink, Contract Specialist, Phone (202) 767-7979, FAX (202) 767-7887, E-mail to Kevin.Fink@Bolling.af.mil.------------------------------------------------------------------------------------------ Attachment 1 USAF Band General Audio Case Specifications All audio cases built for the USAF Band must be built to the following specifications: 1) Made with 3/8? 7 ply Birch cross-laminated, void-free plywood with exterior grade glue. 2) Hardened aluminum extrusions: ? ?Dual Wall? style corner extrusion, clamps around both sides of plywood/laminate. Interior leg of corner matches upper leg width. ? Extra deep interlocking tongue (greater than ??) and groove valence to prohibit twisting. 3) All aluminum extrusions (corners and valence) are to be riveted a minimum of every 4 inches for maximum strength using POP brand rivets. 4) All rivets are to be backed by aluminum extrusions or washers where rivets only go through wood. 5) All door & lid hinges should fully extend to case edges, and are to be mounted under the corner clamps. 6) Hardware to meet or exceed Penn Fabrication heavy-duty components. Deep-dish large grip handles, two per side (normally eight per case), unless otherwise specified by USAF Band. 7) All cases will have Colson Brand 4?x2? Series 4 Polyurethane Hi-Tech ?burgundy? casters rated at least 600 lbs per caster, unless lighter duty specified by USAF Band drawing. 8) Caster plates are manufactured with ?? 13 ply Birch plywood, routed edges, sanded, painted black, & secured to bottom of case with rivets and T-nuts that extend through the case to hold casters on. 9) Laminates will be either: 1) Textured Wilsonart (or equivalent) .050? thick high pressure laminate or 2) fiberglass laminate?bonded to the plywood with a fully sprayed epoxy and pressed. (ABS Plastic laminates are not acceptable: they fail when subjected to heat / direct sunlight). 10) Case color will be a medium gray ? roughly Pantone 415. Cases will have the following stenciled in white paint on two sides: USAF Band Bolling AFB Washington DC 11) Drawers & lift-out trays are manufactured with 12mm 9 ply birch. Drawers are to be laminated in the case material, or sanded, primed, and textured in a black spatter paint finish. 12) 12 oz. Ozite carpet used where needed or indicated. 13) Latches will be 5?x7? recessed Heavy Duty Penn Fabrication or equivalent. 14) All exterior length and width dimensions of cases will be 24?, 30?, or 48? (Truck-Pack). Heights shall be 38?, 50?, or 60?. Other dimensions or any other substitutions will need to be confirmed by USAF Band Technical Support (MSgt Mike Ryan ? 202.767.4095 / alternate MSgt Rob Holtorff).
 
Place of Performance
Address: 201 McChord Street, Bolling AFB, DC
Zip Code: 20032
Country: USA
 
Record
SN00901622-W 20050924/050922212211 (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.