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

59 -- Video Equipment and Accessories

Notice Date
9/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
443130 — Camera and Photographic Supplies Stores
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
RFQE006928
 
Archive Date
10/11/2008
 
Point of Contact
Edith Young,, Phone: 2023242922
 
E-Mail Address
edith.young@ic.fbi.gov
 
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 12.6assupplemented 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. This solicitation is under the Simplified Acquisition Procedures (SAP) for Small Business-Small Purchase Set-Aside. This solicitaiton will be distributed solely through the General Services Adminisitration's Federal Business Opportunities web site http://fedbizopps.gov/. This site provides downloading instructions. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. The North American Industry Classification System (NAICS) is 443130 and the business size is 6.5 million. This will be a Firm Fixed Price one time buy for the acquisition of the following Brand Name or Equal Video Accessory Corporation (VAC) items and quantities. This is a Request for Quotes-- RFQ E006928. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. The manufacturer of this equipment is Video Accessory Corporation, Boulder, CO. This shall be a one time buy firm fixed price acquisition for the following items and quantities Brand Name or Equal. If providing an equal product the contractor may be required to submit a bid sample for test and evlauation purposes. If bid samples are necessary the contractor will be notified where to send the sample and the date they are due by if bidding an equal product. Bid samples, if required, will be returned to the contractor after award has been made. The items and quantities are as follows: #1. Quad 1x2 DA Brick quantity of fifty (50); #2. Amplifier, 1 in 2 out Video Dist quantity of fifty (50); #3. Video Line Driver quantity of fifty (50); and #4. Video Proseries Composited Video DA1 Input in,4 out, DC Version. The minimum salient characteristics for the required products are as follows: #1 The quad 1 x2 DA shall be capable of accepting a standard 75 ohm composite video with a frequency response from DC to 200 MHz.5 to 2 volt peak to peak input and provide two independently adjustable gain controlled outputs with a range of.75x to 1.75x each. Both the input and the output connectors shall be of female Bayonet Neill Concelman (BNC) with all the connectors mounted on one side. Flexible power capable of accepting both alternating and direct current (AC/DC) as input voltages with a range of 10 to 28 VAC or 32 VDC at 100ma input current. Power connection must have a 2-pin male header (Phoenix Contact) mating connector with related wall DC transformer. Power LED indicator for status to input power. -40c to 80c temperature range with 0%to 95% humidity. Shall have two treaded 6-32 mounting holes. #2 The 1x2 DA shall be capable of accepting a standard 75 ohm composite video with a frequency response from DC to 200 MHz at.5 to 2 volt peak to peak input and provide a single adjustable gain controlled outputs with a range of.75x to 1.75x. Both the input and output connectors shall be of female Bayonet Neill Concelman (BNC) with all the connectors mounted on one side. Shall have flexible power capable of accepting both alternating and direct current (AC/DC) as input voltages with a range of 8 to 24 VAC or VDC at 100ma input current. Power connection shall have a 2-pin male header (Phoenix Contact) mating connector with related wall DC transformer. Shall have power LED indicator for status of input power. -40c to 50c temperature range with 0% to 95% humidity. Shall have two treaded 6-32 mounting holes. #3. The 1x2 DA shall be capable of accepting a standard 75 ohm composite video with a frequency response from DC to 200 MHz at.5 to 2 volt peak to peak input and provide two outputs, one output with a single adjustable gain control with a range of.75x to 1.75x and the second being a Loop-thru output. Both the input and output connectors shall be of female Bayonet Neill Concelman (BNC) with all the connectors mounted on one side. Shall have flexible power capable of accepting both alternating and direct current (AC/DC) as input voltages with a range 8 to 24 VAC or VDC at 100ma input current. Power connection shall have a 2-pin male header (Phoenix Contact) mating connector with related wall DC transformer. Shall have power LED indicator for status of input power. -40c to 50c temperature range with 0% to 95% humidity. Shall have two treaded 6-32 mounting holes. #4.The 1x4 DA shall be capable of accepting a standard 75 ohm composite video with a frequency response from DC to 200 MHz at.5 to 2 volt peak to peak input and provide independently adjustable gain controlled outputs with a range of.75 to 1.75x each. Both the input and output connectors shall be of female Bayonet Neill Concelman (BNC) with all the connectors mounted on one side. Shall have flexible power capable of accepting both alternating and direct current (AC/DC) as input voltages with a range of 10 to 28 VAC or 32VDC at 100ma input current. Power connection shall have a 2-pin male header (Phoenix Contact) mating connector with related wall DC transformer. Shall have power LED indicator for status of input power. -40c to 80c temperature range with 0% to 95% humidity. Shall have two treaded 6-32 mounting holes. The above list is intended to be descriptive, but not restrictive. Unless visibly marked that the vendor is quoting an "equal" the offered items shall be considered the brand name referenced in this announcement. If offering an equal product the brand name of the product furnished shall be clearly identified on the quote. The evaluation of quotes and the determination as the quality of the product shall be the responsibility of the Government and shall be based on information provided by the vendors. The Government is not responsible for locating or securing any information which is not identified in the quotation and reasonable to the purchasing activity. To insure that sufficient information is available, the vendor must furnish as part of their quote, all descriptive material necessary for the purchasing activity to determine whether the product meets the salient characteristic of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement, shall include a clear description of the proposed modification and clearly mark any descriptive material to show proposed modification. Warranty shall be one year after acceptance. Destination shall be FOB Federal Bureau of Investigation Engineering Research Facility, Building 27958A Quantico, VA 22135. Quotes can be faxed to 202-324-1843 or email at the address in this announcement by the date and time identified. Vendors are hereby notified that if your proposal is not received by the date and time stated above, your quote will be considered late and will not be accepted. The following clauses and provision are incorporated by reference and apply to this acquisition. Full text clauses and provision can be obtained at the following website http:///www.acqnet.gov FAR provision 52.212-1 Instruction to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items. The following FAR clauses apply to this requirement and are hereby incorporated by reference: FAR 52.203-6 ALT 1; FAR 52.219-8; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36 and FAR 52.225-3. Each offeror shall include a completed copy of FAR provision 52.212-3 Offeror Representations and Certification Commercial Items (JUNE 2008); FAR 52-212-2 Evaluation Commercial Items (JAN 1999) is tailored to read as follows: The following factors shall be used to evaluate offers: Technical (technical design, and capability of the items offered to meet the government needs) Past Performance shall consist of quality of product; customer satisfaction and adherence to delivery schedule. To verify this the contractor shall provide at a minimum the names, telephone numbers of two (2) customers that has acquired the same or similar products within the past year. Technical and past performance when combined are more important than price. Proposal are due by 9/26/08 at 2:00 pm ET. The government reserves the right to award without discussions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=804fd6cf864b0ea42a4abaa436a10ade&tab=core&_cview=1)
 
Place of Performance
Address: Engineering Research Faciltiy, Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01681042-W 20080926/080924223829-804fd6cf864b0ea42a4abaa436a10ade (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.