Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
MODIFICATION

59 -- FA7012-06-R-A001 Purchase Request- Chaney

Notice Date
8/9/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
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
FA7012-06-R-A001
 
Response Due
8/18/2006
 
Archive Date
9/2/2006
 
Point of Contact
Lasondia Chaney, Contract Specialist, Phone 202-404-7954, Fax 202-767-7887, - Kaia Pinnock, Contract Specialist, Phone 202-404-7962, Fax 202-767-7887,
 
E-Mail Address
Lasondia.Chaney@Bolling.af.mil, kaia.pinnock@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
******9 AUG 06 The following changes have occurred to this document LINE ITEM 0006 should read 3 local racks not 4; LINE ITEM 0008 should read 4 ST in x 4 ST out not 8 & 8; LINE ITEM 0014 should stipulate Yamaha Brand or equal not Digico; LINE ITEM 0015 should stipulate RME brand or equal not Digico; LINE ITEMS 0016-18 should stipulate that the cases should be made to USAF Band case specifications, not Digico. These case specifications will be discussed after award. These changes do not change the response date of 18 Aug 06 for this RFP*******. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-11. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. This is set aside for 100% small business. The North American Industry Classification System code is 334310 Audio and Video Equipment Manufacturers and the corresponding SIC Code are 3651. NOTICE TO OFFERORS: AWARD WILL BE MADE ON AN ALL OR NONE BASIS. LINE ITEMS: 0001: DiGiCo D5 Live Control Surface -- each console will have the following options: Two (2) Power Supplies; Four (4) MADI ports; STRATOS optics; 96 surface channels - 24 control/VCA groups - 6 stereo FX - 32 insertable processors (EQ + Dynamics + Delay) MFR/BRAND: DiGiCo or EQUAL, QTY: 3 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0002: DiGiCo D5 Flight Case. MFR/BRAND: DiGiCo or EQUAL, QTY: 3 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $___________. 0003: DiGiCo STAGE DiGiRack with the following options: Two (2) Power Supplies; MADI ports; STRATOS optics. MFR/BRAND: DiGiCo or EQUAL, QTY: 2 EACH, UNIT PRICE: $_________, EXTENDED PRICE: $_________. 0004: DiGiCo LOCAL DiGiRack (Front of House = FOH) with the following options: Two (2) Power Supplies; MADI ports (MADI only - NO optics) MFR/BRAND: DiGiCo, or EQUAL, QTY: 2 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0005: DiGiCo LOCAL DiGiRack (Monitors) with the following options: Two (2) Power Supplies; MADI ports (MADI only - NO optics) MFR/BRAND: DiGiCo or EQUAL, QTY: 1 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0006: A to D Input Card: 8 mic/line input card. -- (7 cards loaded into the 2 Stage DiGiRacks; 2 cards loaded into each of the 3 Local DiGiRacks. MFR/BRAND: DiGiCo or EQUAL QTY: 20 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0007: D to A Output Card: 8-line output card -- (2 cards loaded into the 2 Stage DiGiRacks; 2 cards loaded into each of the 3 Local FOH racks, and 4 cards loaded into the 1 Local Monitor Rack). MFR/BRAND: DiGiCo or EQUAL, QTY: 12 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0008: AES/EBU card: 4 ST in x 4 ST out on XLRs --(2 cards loaded into each of the 3 Local FOH racks). MFR/BRAND: DiGiCo, or EQUAL, Item QTY: 4 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0009: Blank DiGiRack panels (5 per Stage DiGiRack). MFR/BRAND: DiGiCo, or EQUAL, QTY: 34 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0010: LCD Hoods. MFR/BRAND: DiGiCo, or EQUAL, QTY: 12 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0011: MADI cable 5m (16.5 ft). MFR/BRAND: DiGiCo, or EQUAL, QTY: 9 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0012: STRATOS Optical Link 5m (16.5 ft). MFR/BRAND: DiGiCo, or EQUAL, QTY: 2 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0013: STRATOS Optic Cable 150m (492 ft) on drum, MFR/BRAND: DiGiCo, or EQUAL, QTY: 6 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0014: YAMAHA PT/MX AES CABLE 15' PRO TOOLS/TASCAM MX2424 TO YAMAHA brand AES CABLE. YAMAHA or EQUAL, QTY: 12 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0015: RME ADI-6432 24 BIT/192 KHZ 64 CHANNEL MADI AES FORMAT CONVERTER, RME brand or EQUAL, QTY: 2 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0016: R&R Flight Case for LOCAL DiGiRacks (R&R Case Company part# USAF DIGI LOCAL 1), DiGiCo or EQUAL, (Cases should be made to USAF Band case specifications not Digico) QTY: 3 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0017: R&R Flight Case for STAGE DiGiRacks (R&R Case Company part# USAF DIGI STAGE 1), MFR/BRAND: DiGiCo, or EQUAL, (Cases should be made to USAF Band case specifications not Digico), QTY: 2 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. 0018: R&R Flight Case for STRATOS Optic Cable Reel (R&R Case Co. part# USAF DIGI REEL 1), MFR/BRAND: DiGiCo, or EQUAL, (Cases should be made to USAF Band case specifications not Digico), QTY: 3 EACH, UNIT PRICE: $__________, EXTENDED PRICE: $___________. If bidding on an OR EQUAL item; offerors must submit descriptive literature or a sample along with your proposal. Prices should reflect FOB: Destination. If applicable, GSA Schedule prices will be accepted. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected at destination/government. Delivery/Acceptance will be at 50 Duncan Ave. Ste. 1, Bolling AFB, Washington DC 20032. Delivery date upon receipt of order (to be filled in by offeror)____________. 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, 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.225-7000. PARAGRAPH (1): Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. Clause 52.212-2, Evaluation Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offer or whose offer conforms to the solicitation and on the basis of best value to the Government. 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, 52.214-34, 52.214-35, 52.223-5, 52.249-8, 52.233-1, 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) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004 Alt A, 252.212-7001 (DEV), 252.223-7006, 252.225-7001, 252.225-7002, 252.232-7003, 252.243-7001, 252.246-7000, 252-247-7023 and AFFARS 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items (DEV) apply to this acquisition, specifically, the following cited clauses: 52.203-3, 52.219-17, 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. ADDITIONAL INFORMATION: 1) Contractor must be an authorized dealer for DiGiCo products 2) Other Item specifications shall provide every feature to be a single fingertip press away. Screens shall be LCD touch screens. Package shall contain digital dynamics, an effects package, total recall of every function, a 38x8 output matrix, up to 128 input channel s and 40 multi-configurable internal buses. The capability shall exist to instantly select a basic set-up for either front-of-house or monitor mixing. With both types of console sharing the same fiber optic loop, automatic Gain Tracking(tm) shall allows either console operator to alter input gain without affecting the mix on either console. The capability shall exist for Ethernet support for console mirroring or a remote control PC. Three solo modes and two solo busses shall be provided, along with the facility to 'gang' groups of input faders together for single-fader control. The dynamics package shall offer comprehensive frequency-conscious gating; compression and limiting with powerful side chain EQ, and a four-band fully parametric equalizer plus high and low pass filters. Moving faders shall display the level change in real time accurate to 0.1dB. The contractor shall be an authorized dealer of DiGiCo products. 3) All audio cases built for the USAF Band must be built to the following specifications: Made with 3/8 inch 7 ply Birch cross-laminated, void-free plywood with exterior grade glue. 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 half an inch) and groove valence to prohibit twisting. All aluminum extrusions (corners and valence) are to be riveted a minimum of every 4 inches for maximum strength using POP brand rivets. All rivets are to be backed by aluminum extrusions or washers where rivets only go through wood. All door & lid hinges should fully extend to case edges, and are to be mounted under the corner clamps. 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. All cases will have Colson Brand 4 inches x 2 inches Series 4 Polyurethane Hi-Tech burgundy casters rated at least 600 lbs per caster, unless lighter duty specified by USAF Band drawing. Caster plates are manufactured with three fourth inches of 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. Laminates will be either: 1) Textured Wilsonart (or equivalent) .050 inch 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). 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. 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 oz. Ozite carpet used where needed or indicated. Latches will be 5 inches x7 inches recessed Heavy Duty Penn Fabrication or equivalent. All exterior length and width dimensions of cases will be 24 inches, 30 inches, or 48 inches (Truck-Pack). Heights shall be 38 inches, 50 inches, or 60 inches. All responses must be received no later than 12:00 P.M. EST on 18 August 06 to 11th CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. 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 e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil. The Required 52.212-3 form can be completed online through: Online Representations and Certifications Application (ORCA) once you have your DUNS and MPIN numbers you will be able to register at http://orca.bpn.gov. Questions concerning this solicitation should be addressed to Ms. Lasondia Chaney, Contract Specialist, Phone (202) 404-7954, FAX (202) 767-7887 or 767-7896, E-mail to lasondia.chaney@bolling.af.mil or Kaia Pinnock, Contract Specialist, Phone (202) 404-7962, FAX (202) 767-7887 or 767-7896, E-mail to kaia.pinnock@bolling.af.mil.
 
Place of Performance
Address: 110 Luke Ave, Bld. 5681, Suite 280, Bolling AFB, Washington D.C.
Zip Code: 20032
Country: UNITED STATES
 
Record
SN01110387-W 20060811/060809221250 (fbodaily.com)
 
Source
FedBizOpps 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.