Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

77 -- Amplifiers for Theatre

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3000090548
 
Response Due
9/17/2009
 
Archive Date
9/4/2010
 
Point of Contact
Linda Hook Contract Specialist 2026196367 linda_k_hook@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 Federal Acquisition Regulation subpart 12.6, 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. Solicitation No. Q3000090548 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 334310; the small business size standard is less than 750 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This procurement is a commercial item. The estimated magnitude of this procurement is between $30,000.00 to $67,000.00 In accordance with Federal Acquisition Regulation Chapter 19.502-2, the Government shall set-aside procurements with a dollar threshold under $100,000 to be set-aside for small business concerns. This procurement is 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having 750 employees or less. If your company's has 750 employees or less, your company is considered small business under this procurement. Small businesses are encouraged to offer a quote. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of a quantity of (10) ten AMPLIFIER, Monitor System 4-channel x 2350 watts @2 ohms, Lab Gruppen PLM 10000Q, 2u Rack ht,., Lake Processing OR EQUIVALENT 1.Each two input, four output amplifier provides integrated networked digital signal distribution, drive processing, power amplification, and load verification plus performance monitoring in a single hardware unit and unified software controller.2.Each amplifier provides integrated regulated switching power supply, Class TD amplification with copper intercooler heat sinks, and front to rear cooling3.Each amplifier provides 4 channels at 2300 Watts at 4ohms or 2350 Watts at 2 ohms per channel or 2700 Watts at 2.7 Ohms all channels driven4.Each amplifier contained in a 2U chassis, weighing 29.4 pounds5.Each amplifier provides a full suite of protection and fault monitoring features.6.Each amplifier provides comprehensive loudspeaker preset database.7.Each amplifier provides Load Library load "Fingerprint" (identity and characteristics) data.8.Each amplifier provides comprehensive Load Smart load verification and Speaker Safe continuous loudspeaker performance monitoring.9.Each amplifier provides Dante low latency digital audio networking included as standard that can be transmitting or receiving two Dante channels10.Each amplifier provides full compatibility with Dolby Lake Processor, Lake Contour, and Lake Mesa Quad EQ and Mesa Parametric EQ devices.11.The Lake DSP includes of Raised Cosine Filters, Mesa Filters, Linear Phase Filters, and standard IR filters.12.Each amplifier provides primary and secondary network connections (for daisy chaining or system redundancy).13.Each amplifier provides digital controlled "amplifier gain" adjustable in 0.1dB steps from 22 to 44 dB.14.Each amplifier provides digital output attenuation in 0.25 dB steps from -inf to 0 dB15.Each amplifier provides binding post or Neutrik Speakon (1 X NLT8, 2 x NLT4) power output connectors.16.Each amplifier provides Digitally implemented, zero-overshoot Inter-Sample Voltage Peak Limiting (ISVPL) adjustable in 0.1 V steps from 17.8 to 153 V with Sub or Universal VPL settings 17.Each amplifier provides Power Average Limiter (PAL).18.Each amplifier provides automatic input redundancy on the Digital Inputs, so if the amplifier is set on Autoselect, it will look at the digital inputs on Priority 1-3, then if clock is not present, it will go to the analog signal, then once the digital clock is present, the amp will jump to the highest priority digital input automatically. Also the amplifier can be forced to a particular input.19. Each amplifier can hold 100 presets inside for quick recall of presets from the front panel.20.All output routing connections can be re-routed through the Lake Controller software, the DSP to Amplifier connection, and saved within the preset21.All amplifier variables, excluding filters and crossovers can be manipulated on the front panel of the amplifier.22.Utilizing the beta LoadEd software package, each amplifier is capable of taking impedance and phase measurements of the speakers connected to the amplifier.23.Each amplifier provides fully integrated DSP (Digital Signal Processing) by Lake Processing and is controlled by the Lake Controller software, which is intended for wireless operation with a tablet computer, but can also be used with a standard Windows laptop The line item is as follows: A. Amplifier 10 each Unit Price $________ Total Price for all 10 $_______________ B. Shipping Freight: $ ________________ Total (Add A and B): $___________________ No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. The government shall have up to fourteen (14) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated. The contractor shall warrant all parts and labor for a period of two (2) years from the date of acceptance or provide another warranty term on quote. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. Contractor shall delivery amplifiers to Wolf Trap National Park for the Performing Arts, Vienna, Virginia. Delivery Required: Please state delivery time after award on quote. Inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans,FAR 225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act Alt II, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items and a copy of the manufacturer's specification sheet and any other literature directly related to the amplifier being offered. All offers must also include the unit price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, warranty terms, delivery time after receipt of order, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 4:00 pm EST LPT September 17, 2009 and can be sent to NATIONAL PARK SERVICE, ATTN: LINDA HOOK, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6367.-All responsible sources may submit a quote which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3000090548/listing.html)
 
Place of Performance
Address: Vienna, Virginia
Zip Code: 22182
 
Record
SN01941473-W 20090906/090905000534-288b83f0e7ea1fa939431f77a5ae02b9 (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.