Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

58 -- MODULAR ANALOG CONSOLE

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002802226632
 
Archive Date
9/11/2010
 
Point of Contact
Leila S. Miller, Phone: (951) 413-2402, KAREN NEWLANDER, Phone: 951-413-2303
 
E-Mail Address
leila.miller@dma.mil, KAREN.NEWLANDER@DMA.MIL
(leila.miller@dma.mil, KAREN.NEWLANDER@DMA.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, 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 HQ002802226632 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 2005-41 effective 13 Apr 2010 and DFARS Change Notice 20100507 effective 7 May 2010. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a)Re para (a): NAICS 334220; small business size standard is 750 employees. (b)Note that Para (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.” Technical evaluation will be based on product specifications in compliance with Government specifications as shown below. (3)QUOTE MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 27 AUG 2010 IN ORDER TO BE CONSIDERED. Quotes may be emailed to Leila.Miller@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. (4)Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (JUL 2009) with Alt 1 (APR 2002) or indication that Reps and Certs are in ORCA. CLIN 0001 QTY: 8 EACH Unit Price: Total Amount: P/N: MARC-15-15 W/OPTIONS MFR: Arrakis Systems, Inc. Description: ANALOG CONSOLE MODULAR; 15 CHANNEL MAINFRAME; SWITCHES ARE LED ILLUMINATED; SOCKETED ICS; ALL I/O ARE BY RJ45 CONNECTORS; VU METERS MONITOR ALL THREE OUTPUT BUSES; CUE-TALKBACK SYSTEM WITH BUILT IN AMPLIFIER AND SPEAKER; METER PANEL HINGES FOR ACCESS TO CONSOLE I/O AND TRIM-POTS; FREQ RESPONSE: 20HZ-20KHZ; S/N: -82DB(TYP), +8DBU IN, +8 DBU OUT; THD:.01%(TYP), +8DBU IN, +8 DBU OUT; CMRR: -75DB(TYP) @ 1-KHZ; MAX INPUT: +23DBU(BALANCED); MIC INPUT FREQ RESPONSE: 20HZ-20KHZ; MIC INPUT EIN: -115DBU(TYP), -50DBU IN, +8 DBU OUT; MIC INPUT THD:.05%(TYP), -50DBU IN, +8 DBU OUT; MIC INPUT CMRR: -60DB(TYP) 1KHZ; MIC INPUT IMPEDANCE: >2000-OHMS; LINE INPUT IMPEDANCE: >10000-OHMS; OUTPUT IMPEDANCE: <100-OHMS; MAX OUTPUT: +23DBU(BALANCED); STEREO SEPARATION: -75DB(TYP) @ 1-KHZ; PGM TO AUD XTALK: -80DB(TYP) @ 1-KHZ, -70DB(TYP) @ 20-KHZ; CUE TO PGM XTALK: -90DB(TYP) @ 1-KHZ, -75DB(TYP) @ 20-KHZ; ON AIR LIGHT LOGIC REED RELAY: 50-MA MAX; SWITCH TYPE: MOMENTARY, 5 MILLION OPERATION, FOR ALL FRONT PANEL SWITCHES; SWITCH ILLUMINATION: LED; LINEAR FADER TYPE: CONDUCTIVE PLASTIC; ROTARY FADER TYPE: CONDUCTIVE PLASTIC; AUDIO SWITCHING: ELECTRONIC SWITCHING; PHANTOM POWER: 48VDC (W/EXTERNAL POWER SUPPLY); MUTING: REED RELAY ISOLATED (50-MA MAX); MIC TURRET LOGIC: ON, OFF, COUGH, TALKBACK TALLY,(BUTTONS REQUIRE DRY CLOSURE TO GROUND, TALLY IS TO GROUND); CHANNEL SOURCE CONTROL: ON/OFF, REED RELAY ISOLATED(50-MA MAX); PWR RQMNTS: 110-220VAC, 50/60HZ; MODULE CONFIGURATION (LEFT TO RIGHT, FWD FACING): MODULE 1: MARC-MIC; MODULE 2: MARC-MIC; MODULE 3: MARC-STL; MODULE 4: MARC-STL; MODULE 5: MARC-STL; MODULE 6: MARC-STL; MODULE 7: MARC-STL; MODULE 8: MARC-STL; MODULE 9: MARC-STL; MODULE 10: MARC-STL; MODULE 11: MARC-STL; MODULE 12: MARC-STL; MODULE 13: MARC-STL; MODULE 14: MARC-STL; MODULE 15: MARC-PHN. FOB DESTINATION 30 DAYS ARO TO RIVERSIDE, CA FOR ALL ITEMS ABOVE. IT IS THE VENDOR'S RESPONSIBILITY TO REVIEW ALL ITEMS DESCRIPTION THOROUGHLY AND ENSURE THAT ALL ITEMS DESCRIPTION AS STATED ON LINE ITEM ABOVE ARE COVERED IN THE QUOTED PRICE. This is a Brand Name or Equal Items procurement. Vendors quoting equivalent items must provide specifications of equal items and must meet or exceed technical specifications as specified in the item description. Technical specifications for EQUAL items MUST accompany vendor’s quote submission in order to be considered. The Government will consider quotes only from “authorized resellers” of equipment manufacturer. Vendor shall certify that it is a Manufacturer’s Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all manufacturer’s products submitted in this offer from manufacturer or through manufacturer’s Authorized Channels only, in accordance with all applicable laws and current manufacturer’s applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all manufacturer’s software is licensed originally to Buyer as the original licensee authorized to use the manufacturer’s software. 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 the instructions. The Government will issue a contract to the responsible offeror, with acceptable past performance, submitting the lowest priced technically acceptable quote. This contract will include the following referenced clauses which may be accessed electronically at www.arnet.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/ODA/AFIST-ASA/MarchARBCA/HQ002802226632/listing.html)
 
Place of Performance
Address: DEFENSE MEDIA CENTER, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN02238033-W 20100814/100812234921-abf7a1ddbcba128daa9999d5db3dc018 (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.