Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

67 -- 10th Press Camp Headquarters Equipment

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2-1105 C Macomb, FORT BRAGG, NC 28310
 
ZIP Code
28310
 
Solicitation Number
STB922010PCH15
 
Response Due
9/25/2009
 
Archive Date
3/24/2010
 
Point of Contact
Name: kevin ransom, Title: Contract Specialist, Phone: 910-907-4747, Fax:
 
E-Mail Address
kevin.arnold.ransom@conus.army.mil;
 
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 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is STB922010PCH15 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-25 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT BRAGG, NC 28310 The USA ACA Ft. Bragg requires the following items, Exact Match Only, to the following: LI 001, Astroscope Night Vision Adapter 9350-NIKS-3PRO Intensifier Tube 3rd Generation Magnification Unity, 1:1 Construction Epoxy-coated aluminum Power Source Powered by camera Dimensions 2.3 x 4.0 x 12" (58 x 102 x 305mm), 4, EA; LI 002, Night Vision Adap 9350-PD-3LPRO (videocam) Intensifier Tube 3rd Generation Magnification Unity, 1:1 Construction Epoxy-coated aluminum Power Source Two 1.5V "AAA" Batteries Dimensions 2.3 x 4.0 x 12" (58 x 102 x 305mm) Weight 1.10 lb (495 g), 4, EA; LI 003, Manfrotto, Carbon Fiber Tripod SKU: BG501HDV755C General Load Capacity 11.9 lbs (5.4kg) Maximum Height 69.1" (175.5cm) Maximum Height w/o Column Extended 59.25" 150.5cm Minimum Height 22.83" (58cm) Folded Length 29.53" (75cm) Leveling Bubble/Illuminated Yes/No Weight 7.78 lbs (3.53kg) Head Counter Balance System Fixed Spring Quick Release/Wedge Plate Yes Balance Plate Yes with 58mm of Travel Tilt Drag 1 Step Tilt Range -60/+90 Tilt Lock Yes Pan Drag 1 Step Pan Range 360 Pan Lock Yes Legs Material Carbon Fiber Head Attachment Fitting 3/8"50mm Half Bowl Leg Stages/Sections 2/3 Leg Lock Type Flip levers Independent Leg Spread Yes Spiked/Retractable Feet No Center Brace No, 4, EA; LI 004, Lowel DV Creator 44 Light Kit Rating Rifa-Lite EX44, Pro-Light: 250 WattsOmni-Light: 500 Watts Tota-Light: 750 Watts Socket (Lampholder) Rifa-Lite EX44, Omni-Light: 2-Pin Tota-Light: R7s Double ended Pro-Light:2- Pin Pro Socket Lens (Condenser) Rifa-Lite EX44, Tota-Light, Omni-Light: Not Applicable Pro-Light: Prismatic Glass Reflector (Mirror) Rifa-Lite EX44: Silver interior softboxOmni-Light: Double parabolic peened reflector Tota-Light: Dual Gull Wing reflector doors Pro-Light: High intensity #2 reflector Mounting Fits any standard 5/8" stand or stud Yoke Not Applicable Cable Rifa-Lite EX44, Pro-Light: 4' Captive cable Omni-Light, Tota-Light: 16' With in-line switch Focusing Rifa-Lite EX44, Tota-Light: Not applicable Omni-Light, Pro-Light: Continuously variable Weight Rifa-Lite EX44: 2.1 lb (1 kg)Omni-Light: 2.6 lbs (1.9 kg)Tota-Light: 2.25 lbs (1 kg)Pro-Light: 2 lbs (0.9 kg) Dimensions Rifa-Lite EX44: Collapsed length 17" (86 cm) Omni-Light: 8 x 5.5 x 3" (20 x 14 x 7.6 cm) Tota-Light: Size closed: 2 x 3 x 11" (5 x 7.6 x 27.9 cm)Pro-Light: 4.6 x 5 x 3.7" (11.7 x 12.7 x 9.4 cm)Kit in Case: 29.5 x 17 x 7" (74.9 x 43.2 x 17.8 cm) Kit Weight 35 lbs (15.9 kg), 1, EA; LI 005, Video Camera Panasonic HPX-170 Signal System NTSC1080/60i, 30p, 24p720/60p, 30p, 24p480/60i, 30p, 24p Image Device 3-CCD, 1/3"16:9 Native Aspect Chips Lens Leica Dicomar 13x Zoom3.9-51mm f/1.6-3.0(35mm Equivalence 28-368mm)72mm Filter Diameter Signal-to-Noise Ratio Not Specified By Manufacturer Horizontal Resolution 1080 Lines Sensitivity Not Specified By Manufacturer Minimum Illumination 3 lux Vertical Smear Not Specified By Manufacturer Built-in Filters 1/8 ND, 1/64 ND LCD Monitor 3.5", 210,000 Pixels Viewfinder 0.44" Color, 235,000 Pixels Scan Matching YesDifferent Ranges for Different Record Modes Memory Card Slot SD Memory Cards for Scene-File SharingTwo P2 Card Slots for Video Shutter Speed Range 60i/60p mode(Preset) 1/60 (off), 1/100, 1/120, 1/250, 1/500, 1/1000,1/2000s30p/30pN mode1/30, 1/50 (off), 1/60, 1/120, 1/250, 1/500, 1/1000s24p/24pA/24pN mode1/24, 1/50 (off), 1/60, 1/120, 1/250, 1/500, 1/1000 Gain Selection 0-18dB Range VTR Tape Format Not Applicable Tape Speed Not Applicable Signal-to-Noise Ratio Not Specified By Manufacturer Maximum Recording Time Not Applicable Audio Audio Dynamic Range Not Specified By Manufacturer Audio Signal Format 16 bit/48kHz Four Channels Audio Frequency Response 20Hz to 20kHz Signal to Noise Ratio Not Specified By Manufacturer General Input and Output Connectors Component Video: Video Terminal (x1 Output)Composite Video: RCA (x1 Output)HD/SD-SDI: BNC (x1 Output)Analog Audio L/R: 3-Pin XLR (x2 Input)Line: Pin-Jack (x1 Output)FireWire: 6-Pin LockingUSB 2.0: MiniBCamera Remote: 2.5mm Super Mini (Zoom), 3.5mm Mini (Focus/Iris) Power Requirements 7.2VDC (with Battery)7.9VDC (with AC Adapter) Power Consumption 10.9W (without LCD Monitor)11.7W (with LCD monitor)13.8W (Max) Operating Temperature 32-104F (0-40C) Dimensions (WxHxD) 6.1 x 7.1 x 15.7" (15.4 x 18 x 39.7cm) Weight Without P2 and Battery4.2 lb (1.9kg) With P2 and Battery5 lb (2.3kg), 2, EA; For this solicitation, USA ACA Ft. Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/STB922010PCH15/listing.html)
 
Place of Performance
Address: FORT BRAGG, NC 28310
Zip Code: 28310-5000
 
Record
SN01965595-W 20090924/090923002017-41c1afaba5c58fe0a8c2398f36a5e39c (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.