Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

67 -- Thomas Grass Valley Kayak SD switcher

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Counterintelligence Field Activity, DoD CIFA, 251 18th street, suite 901, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
td080054
 
Archive Date
10/11/2008
 
Point of Contact
Michael D. Glimp,, Phone: (703) 699-7557, Darlene Watson,, Phone: (703) 699-7347
 
E-Mail Address
michael.glimp@cifa.mil, Darlene.Watson@cifa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Defense (DoD) Defense Counterintelligence & HUMINT Center (DCHC) located at 251 18th Street, Arlington, VA 22202-2537 intends to award a brand-name or Equal purchase order for Thomas Grass Valley Kayak SD audio/visual control equipment (switcher) to support the Multimedia studio. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is TD080054 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001-22 and Defense Acquisition Circular 91-tment of Defense (DoD) Defense Counterintelligence & HUMINT Center (DCHC) located at 251 18th Street, Arlington, VA 22202-2537 intends to award a brand-name or equal purchase order under Simplified Acquisition Procedures (SAP) for a Thomas Grass Valley Kayak SD Switcher. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is TD080054 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2001-22 and Defense Acquisition Circular 91-13. This solicitation is 100% SET-ASIDE FOR SMALL BUSINESS in accordance with FAR Part 19. The North American Industry Classification System Code (NAICS) is 33315, size standard 500 employees. The contractor shall provide the following: The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to provide the following items: Power 4 RU Frame, Line voltage: 100V-240 VAC ±10%autorange, power factor corrected, Automatic line-voltage sensing for 120V and 240V sources, Line frequency: 50/60 Hz ±5%, Power consumption: Max. 400W, Leakage current: <2.5 mA, DC-OUT for control panel: 48 VDC,max. 3A, 8 RU Frame, Line voltage: 100V-240 VAC ±10% autorange, power factor corrected, Automatic line-voltage sensing for 120V and 240V sources, Line frequency: 50/60 Hz ±5%, Power consumption: Max. 800W, Leakage current: <2.5 mA, DC-OUT for control panel: 48 VDC, max. 3A. Serial Digital Video, Inputs, Formats: — ITU-T R656,— SMTPE 259M, 270 Mb/s,— SMPTE 292M, 1.5 Gb/s, Return loss: > 15 dB, 5 MHz to 1.5 GHz,Type of connector: 75Ω BNC (SMPTE259M), Interface: — HD video formats SMPTE 292M-1998— SD video formats SMPTE 259M-1997, Nominal amplitude: 800 mV p-p terminated, Autophasing range: TBD, Channel coding: conforms to SMPTE 259M, SMPTE 292M, Ancillary data: blanked or passed(user selectable)5, Embedded audio: blanked or passed (user selectable)5 EDH: blanked, Input Impedance 75Ω, Max. cable length:— HD video 100m using Belden1694A type cable — SD video 300m using Belden 1694A type cable, Serial Digital Video Outputs, Format:— ITU-R601/656— SMPTE 259M, 270 Mb/s.— SMPTE 292M, 1.5 Gb/s, Return loss: >15 dB, 5 MHz to 1.5 GHz, Type of connector: 75Ω BNC (SMPTE 259M), Interface:— HD video formats SMPTE 292M- 1998— SD video formats SMPTE 259M-1997, Nominal amplitude: 800 mV p-p across 75Ω. Please acknowledge all requirements on quotations. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror’s understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror’s; therefore, each offeror’s initial proposal should be complete and accurate. FOB destination is required by the Government. FOB point is JCITA, 6855 Deerpath Rd, Elkridge Md, 21075. The required delivery date is 30 days ADC. Contractor shall provide all materials, labor, and transportation necessary to provide services. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2000); FAR 52.212-2, Evaluation, Commercial Items (Jan 1999). Award will be made to the offeror whose proposal represents the best value to the Government. The minimum requirements as set forth in the specifications reflect the Government’s desired features. If past performance is an evaluation factor, the offeror must provide, along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, name of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUL 2002) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002); it is tailored as follows: subparagraph c is changed to read: “Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.” 52.211-6 –Brand Name or Equal. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Alt I)(Apr 2003); FAR 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration (May 1999); 52.233-3, Protest after Award (Aug 1996); 52.244-6, Subcontracts for Commercial Items (May 2002); 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (Nov 2001), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Apr 2002); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act – Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Sep 1999); DFARS 252.243-7002, Requests for Equitable Adjustment (May 1998). Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No. TD080054. The POC for this acquisition is Darlene Watson 703-699-7347; E-Mail Darlene.Watson@cifa.mil. Responses to this RFQ must be received e-mail by 26 Sep 2008, 2:00pm EST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=12274d13d0fed4eb9f68dfe414424320&tab=core&_cview=1)
 
Place of Performance
Address: DCHC North, 6855 Deerpath Rd, Suite 200, Elkridge, Maryland, 21075, United States
Zip Code: 21075
 
Record
SN01680224-W 20080926/080924222227-12274d13d0fed4eb9f68dfe414424320 (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.