Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

58 -- AUDIO EQUIPMENT - HARRIS - Package #1

Notice Date
6/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Media Center, 1363 Z Street, March Air Reserve Base, California, 92518
 
ZIP Code
92518
 
Solicitation Number
HQ0028-10-Q-0063
 
Archive Date
6/30/2010
 
Point of Contact
Richard Talbert, Phone: 9514136741
 
E-Mail Address
Richard.Talbert@dma.mil
(Richard.Talbert@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
ITEMS UNIQUE TO MANUFACTURE COMBINED SYNOPSIS/SOLICITATION (AUDIO EQUIPMENT - HARRIS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ0028010Q0063 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". Provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 effective 23 Mar 2010 and DFARS Change Notice 20100408. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2008): (a) Re para (a): NAICS 334419; small business size standard is 500 employees. (b) Note that Paragraph (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (i) Quoters may use the attached price schedule for their price quotes or use their own forms as long as the line item numbers correlates with this solicitation CLINs. (ii) PERIOD OF ACCEPTANCE OF QUOTE: Quotes offering less than 90 calendar days for acceptance by the Government from the date designated for receipt of quotes will be considered non-responsive and will be rejected. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable offer with acceptable past performance." (3) All items requested herein are items unique to the manufacturer. No substitutions will be accepted. See attached Brand Name J-A. (4) QUOTE MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 15 JUNE 2010 IN ORDER TO BE CONSIDERED. Quotes may be emailed to RICHARD.TALBERT@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your quote arriving before the cut-off time, please allow extra time if you're sending your quote via electronic means. (5) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (JUN 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 IX-PT-153 with opts HARRIS MODULE 5 EA CLIN 0002 IX-PR-153 HARRIS MODULE 5 EA CLIN 0003 ABT-128A MIRANDA TECH TERMINAL 1 EA CLIN 0004 IX-NX-300-ACB HARRIS MULTIPLEXER SYSTEM 1 EA CLIN 0005 IX-PSY100AC HARRIS POWER SUPPLY 1 EA CLIN 0006 IX-NX-NIM-1 HARRIS MODULE 1 EA CLIN 0007 IX-NX-MIU-201 HARRIS MODULE 1 EA Description 1 MODULE P/N IX-PT-153 with opts WITH OPT: INSTALLED HARRIS XLR INPUT CARD, (PN: IX-MA-508); HARRIS MODULE, DIGITAL OR ANALOG INPUT, AUTO-DETECT (PN: IX-PT-153); INTRAPLEX E-APT-X 48/44.1 PROGRAM AUDIO ENCODE; F/U/W: HARRIS MODEL: IX-NX-300-ACA INTRAPLEX NETXPRESS IP MULTIPLEXER. 2 MODULE P/N IX-PR-153 with opts WITH OPT: INSTALLED HARRIS XLR OUTPUT CARD, (PN: IX-MA-509); HARRIS MODULE, DIGITAL OR ANALOG OUTPUT, SIMULTANEOUS (PN: IX-PR-153); INTRAPLEX E-APT-X 48/44.1 PROGRAM AUDIO DECODE; F/U/W: HARRIS MODEL: IX-NX-300-ACA INTRAPLEX NETXPRESS IP MULTIPLEXER. 3 TERMINAL P/N ABT-128A BRIDGE; AUDIO; ANALOG; 128 CHANNEL; DIM: 22-IN L X 5-IN W; F/U/W MIRANDA KALEIDO-X 7RU MULTI-IMAGE DISPLAY SYSTEM. 4 MULTIPLEXER SYSTEM P/N IX-NX-300-ACB STREAMING AUDIO; 150W; 3RU; C/W: NIM-1, MIU-201, AND PS80-AC; ALLOWS PROFESSIONAL AUDIO TRANSPORT OVER 10/100BASE-T NETWORKS; AUDIO CODING: LINEAR UNCOMPRESSED, APT-X, ENHANCED APT-X, MPEG LAYER 2 AND LAYER 3, G.722, J.41; AUDIO OPERATING MODES: STEREO, JOINT STEREO, DUAL MONO, MONO; SAMPLE RATES ACCEPTED: 48, 44.1, 32, 16 KSPS; AUDIO INPUT/OUTPUT: AES/EBU AND ANALOG; DATA SUPPORT: RS-232, RS-449, V.35, X.2; ETHERNET DATA RATE: 10/100BASE-T (10 OR 100 MBPS), FULL DUPLEX, AUTO-NEGOTIATION; ETHERNET CONNECTOR: PORT 1 MANAGEMENT LAN- RJ-45, PORT 2 WAN- RJ-45, PORT 3 LAN- RJ-45; T1/E1 DATA RATE: T1: 1.544MBPS, E1: 2.048MBPS; T1/E1 CONNECTOR: 2 RJ-45, PAYLOAD BANDWIDTH: 4 TDM BUSSES DELIVERING UP TO 8MBPS; CIRCUIT CONNECTION: UP TO 32 STREAMS/ CONNECTIONS, NETWORK PROTOCOLS: IP, TCP, UDP, RTP, DHCP, DNS, HTTP, FTP, TELNET, NTP, SNMP V2C, RTCP, ARP, ICMP; TIMING: INTERNAL, EXTERNAL, RS-422 CLOCK INPUT; REMOTE MANAGEMENT: WEB BROWSER USER INTERFACE, SNMP NETWORK MANAGEMENT INTERFACE; POWER REQUIREMENTS: UNIVERSAL AC 90-240 VAC, 50/60 HZ OR 48 VDC (AUTO RANGING). 5 POWER SUPPLY P/N IX-PSY100AC REDUNDANT; UNIVERSAL; 100 WATT; AC; INTRAPLEX Y-SERIES 6 MODULE P/N IX-NX-NIM-1 INTRAPLEX IP NETWORK INTERFACE MODULE 7 MODULE P/N IX-NX-MIU-201 INTRAPLEX IP NETWORK INTERFACE UNIT The Government will consider quotes only from "authorized resellers" of equipment manufacturers. GSA or OPEN MARKET prices will be considered. The contractor must quote on ALL items and must be quoted FOB destination 30 days ARO to Fort Belvoir, VA. It is the responsibility of all interested offerors to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any quote preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to www.ccr.gov and follow all instructions. This contract will include the following referenced clauses which may be accessed electronically at www.acquisition.gov. FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAR 2009) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2009) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DMC/HQ0028-10-Q-0063/listing.html)
 
Place of Performance
Address: HQ0529, DMA CRP BELVIOR, FORT BELVOIR, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02167608-W 20100605/100603235308-54ba1689e86b879ce6656b3d9dc6d1d4 (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.