Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

59 -- High Definition Video Recording Cameras, monitors, editing disc recorder and associated items.

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-06-T-0020
 
Response Due
9/28/2006
 
Archive Date
11/27/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation W912CL-06-T-0020 is issued as a Request for Quote (RFQ). The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, and Defense Federal Acquisition Regulati on Supplement, Defense Change Notice (DCN) 20060711. This acquisition is set aside 100% for small businesses; the NAICS Code is 423690 and the Small Business Size Standard is 500 employees. Army Contracting Agency-The Americas, Mission Support Division has a requirement for: Item 1: Optical Wide Screen Camcorder pkg ( qty 2): Must be a 12 Bit DSP processing 8-bit recording , ENG style , digital optical camcorder, using a progressive 3-CCD 1/2 1.5 mega pixel HDTV 16:9 imager. This HD imager must be switchable however t o a 4:3 aspect ratio for current SD applications. The camcorder must be able to record 1080i HDTV signals at 18, 25 & 35mb/s. (This is to match existing 25mb/s HDV camcorders and signal) Camcorder must also record 1080p (23.98psf and 30p). The camcorder mu st also be able to record standard definition DVCAM 25mb/s format in 4:3 and 16:9 formats. (This is also to match existing recording/editing capabilities for compatibility and inter mixing of footage). The camcorder must have a built in 3.5 LCD color mon itor. Recording formats for HDTV must support 4 channels of uncompressed audio and 4 channels of compressed audio for SD DVCAM. HDTV, down-converted HDTV and SDTV video signals must be provided from the camcorder as well as IEEE 1394 (Firewire) transmiss ion for NLE editing. The camcorder must be supplied with tripod mounting adapter, 1.5 ENG B/W viewfinder and shotgun microphone. Prefer Model: Sony XD CAM HD Camcorder # PDW-330 or equivalent Item 2: HDTV Lenses (2): Must be a 1/2 High Definition (HDTV) broadcast grade ENG style lenses with servo zoom and manual focus motors as standard. These lenses will have a minimum focal length of 5.5mm-99mm for 16:9 operation and 6.6mm-118.8 for 4:3 operation. This requires an 18X zoom ratio at a minimum. Prefer Model: HSS18X5.5BRM or equivalent Item 3: Editing Disc Recorders (2): Must be must be able to record 1080i HDTV signals at 18, 25 & 35mb/s. (This is to match existing 25mb/s HDV camcorders and signal). The camcorder must also be able to record standard definition DVCAM 25mb/s format in 4:3 and 16:9 formats. (This is also to match existing recording/editing capabilities for compatibility and inter mixing of footage). The recorder must have a built in 3.5 LCD color monitor. Recording formats for HDTV must support 4 channels of uncompressed audio and 4 channels of compressed audio for SD DVCAM. HDTV, down-converted HDTV (3:2 pulldown from 23.98psf to 1080i) and SDTV video signals must be provided from the camcorder as well as IEEE 1394 (Firewire) transmission for NLE editing. Prefer Model: PDW-F70 Sony XDCAM or equivalent Item 4: High Definition Monitors (2): Must be 24 LCD monitor with true 1920x1080 resolution capability. Input signal formats must include SDTV-NTSC, Component Analog, SDI Digital, HDTV-Component Analog and HD-SDI. Prefer Model LVM-240W TVLOGIC 24 HD or e quivalent Item 5: High Definition Display Cards (2): Must be able to display HDTV 1920x1080 HDSDI onto High Def monitors. Prefer Black Magic Designs or equivalent Item 6: Battery Mount Adapter (2): Must be an adapter to allow the use of existing Anton Bauer batteries utilizing a 3 post mounting system Prefer Model: QR-SDH or equivalent Item 7: File Conversion Software (4): Must be able to provide for conversion of HDTV signals via MXF transmission protocol for editing in a QuickTim e format. This is a requirement for existing NLE editing systems. Prefer Model Sony Quick-MXF or equivalent Item 8: Recording Media (40): Must provide recording media for the desired formats that are capable of random access playback and a minimum of 1 hour of HDTV recording: Prefer Model Sony 23 GB Optical Media PDF-23 or equivalent Item 9: Lithium Battery with two position simultaneous charger Prefer Model: Anton Bauer Logic DIONIC and Anton TITAN Twin Delivery: 45 days after receipt of order. Place of delivery for acceptance and FOB point will be USARSO Property Book Office, Attn CW3 Goldick, Buidling 4191 Fort Sam Houston, Texas 78234 APPLICABLE PROVISIONS AND CLAUSES: 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006). Solicitation provision at FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), applies to this acquisition; the Government will award a purchase order resulting from this solicitation to the respons ible offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors conside red. The following factors shall be used to evaluate offers; In descending order of importance: (i) Price, (ii) Te chnical: Quoted products must be the brand name specified or a government determined equal, (iii) ability to meet a delivery date not to exce ed 30 days after receipt of order. Offeror shall include a completed copy of the provision 52.212-3, Offeror R epresentations and Certifications Commercial Items (June 2006), with each offer along with FAR 52.212-3 (Deviation) (Apr 2002). The clause at FA R 52.212-4, Contract Terms and Conditions (Sept 2005) Commercial Items applies to this acquisition; the cla use at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) blocks (5) (14) (1 5) (16) (17) (18) (19) (20) (26) and (33) apply, FAR 52.212-5 Contract Terms and Conditions Require d to Implement Statutes or Executive Orders Commercial Items (Aug 2006) (Deviations). ADDITIONAL CONTRACT REQUIREMENTS: 52.252-1, Solicitation provisions incorporated by reference; 52.252-2, Clauses incorporated by reference; 52.211-6, Brand Name o r Equal. The following DFAR Clauses also apply to this solicitatio n: 252.212-7000, Offeror Representations and Certifications Commercial Items (June 2005); 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (July 2006) 5 2.203-2 Gratuties and 252-243-7002 Request for Equitable Adjustment apply. 252.232-7010, Levies on Contract Payments. The payment method for this purchase will be the Government P urchase Card (GPC) FULL TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING THE LISTED INTERNET WEBSITES: or http://www.acqnet.gov/far/. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unra ted. Numbered note 1 applies. Signed and dated offers (quotes), to include a compl ete listing of all items, must be submitted to SFCA-TA-MSC, 2450 Stanley Road, Ft Sam Houston, TX. 78234-6102 no later than 1300 hrs, 28 August 2006. Offers may be submitted via mail, facsimile, or e-mail. (xvii) POC: Becky Veliz at 210-295-6129, Fax 210-295-6834 or email at becky.veliz@samhouston.army.mil or Tommie Lucius at 210-295-6573, tommie.lucius@samhouston.army.mil.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-6102
Country: US
 
Record
SN01154895-W 20060928/060926220822 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.