Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

70 -- LEADER INSTRUMENTS MONITOR AND MODULE

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423690 — Other Electronic Parts and Equipment Merchant Wholesalers
 
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
HQ002811716602
 
Archive Date
7/26/2011
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.moore@dma.mil
(shevonn.moore@dma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION LEADER INSTRUMENTS MONITOR AND MODULES 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. This is an item unique to manufacturer requirement and is 100% total small business set aside. Solicitation/synopsis reference number HQ002811716602 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 2005-50, effective 16 May 2011, and DFARS Change Notice 20110629. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008): (a) Re para (a): NAICS 423690; small business size standard is 100 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in para (a) "lowest priced technically acceptable and acceptable past performance." Technical evaluation will be whether quoted item satisfy all requirements of CLIN 0001 description below. (3) QUOTATIONS ARE DUE BY 2:00 PM PACIFIC TIME 11 JULY 2011 IN ORDER TO BE CONSIDERED. Quotations may be emailed to Shevonn.Moore@dma.mil or sent via fax to (951) 413-2432. Due to technical issues email and fax may not result in your proposal 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) (MAY 2011). Item Description: CLIN 0001: 1EA, MONITOR WAVEFORM/VIDEO; MONITOR AND DISPLAY UP TO FOUR SOURCES SIMULTANEOUSLY; AUTONOMOUS MONITORING AND DETECTION/ALARM FOR AUDIO SILENCE AND VIDEO FREEZE/VIDEO BLACK; DETECTS AND REPORTS ERRORS IN TIME CODE CONTINUITY; CAPTURE, STORE, AND REVIEW SCREEN SHOTS AND FULL RESOLUTION HD FRAMES; LOW NOISE COOLING SYSTEM; PWR RQMNTS: 90VAC TO 250VAC, 50/60HZ. CLIN 0002: 4EA, MONITOR MULTI-SDI TEST MONITOR; WAVEFORM AND VECTORSCOPE DISPLAY VIA A HIGH-FIDELITY TFT LCD; 8.4 TFT-LCD XGA DISPLAY (1024 X 768); TEST UNIT MONITORS (2) SD/HD- SDI SOURCES AND DISPLAYS PICTURE, CINELITE, CINEZONE, WAVEFORM, VECTOR, 5-BAR, AUDIO, AND STATUS DISPLAYS IN VARIOUS COMBINATIONS; MONITOR R,G,B LEVELS AND COMPOSITE GAMUT WITH A 5-BAR DISPLAY; EMBEDDED AUDIO IS DISPLAYED IN (2) AUDIO CHANNELS THAT ARE USER- SELECTABLE AND FED TO A HEADPHONE MONITORING OUTPUT; (30) PRESETS PERMIT QUICK ACCESS TO SETUPS AND USB STORAGE OF SETUPS ALLOWS EACH USER TO PERSONALIZE THE INSTRUMENT; BLACK BURST, AS WELL AS TRI-LEVEL SYNC FOR EXTERNAL REFERENCE AND FACILITATES SYSTEM TIMING; THIS UNIT OFFERS XLR POWER OR CAN BE USED WITH A SEPARATELY AVAILABLE AC ADAPTER; SMPTE 299M (HD-SDI); SMPTE 272M (SD-SDI); 12VDC; 6.95 X 8.5 X 3.4-IN; 4.5 LBS. CLIN 0003: 1EA, MODULE SDI INPUT; F/U/W: LV5800; 2EA INPUTS CAPABLE OF AUTO-DETECTING UP TO 23 STANDARD AND HIGH DEFINITION SDI SIGNALS; 2EA LOOP-THROUGH OUTPUTS TO PASS THROUGH THE INPUT. The Government will issue an order to the responsible quoter submitting the lowest priced technically acceptable with acceptable past performance. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (JUN 2010) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (MAY 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (JAN 2011) 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/HQ002811716602/listing.html)
 
Place of Performance
Address: HAF ICM, 1405 AIR FORCE PENTAGON, WASHINGTON, District of Columbia, 20330-1405, United States
Zip Code: 20330-1405
 
Record
SN02490230-W 20110708/110706234436-d67b072a967f49cb720f9a30250c24ce (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.