Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

70 -- ROSS VIDEO EQUIPMENT

Notice Date
9/8/2011
 
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
HQ002811957000
 
Archive Date
9/29/2011
 
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 ROSS VIDEO EQUIPMENT 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 HQ002811957000 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 2005-53, effective 04 August 2011, and DFARS Change Notice 20110819. (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334220; small business size standard is 750 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 requirements of CLIN 0001 through 0002 description below. (3) QUOTATIONS ARE DUE BY 2:00 PM PACIFIC TIME 14 September 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: 2EA, PART NUMBER: C1-116-001; CARBONITE 1 ONE M/E LIVE PRODUCTION SWITCHER; 16 INPUT 1 M/E RACK FRAME PROCESSING ENGINE AND 16 SOURCE BUTTON 1 M/E PANEL INCLUDING ALL STANDARD SYSTEM BOARDS; STANDARD SYSTEM INCLUDES: MULTI-DEFINITION SUPPORT FOR ANY OF THE FOLLOWING FORMATS: 525, 625, 1080I 50, 1080I 59.94, 720P 50, 720P 59.94; DUAL MULTI-VIEWER WITH 10 INTERNAL/EXTERNAL SOURCE DISPLAY EACH, PGM/PV TALLY AND SOURCE LABLES WITH TRANSPARANCY; ROBOTIC CAMERA CONTROL; VIDEO SERVER CONTROL WITH ROSS VIDEO EXCLUSIVE ROLL CLIP FUNCTION; CUSTOM CONTROL MACROS; MEDIA WIPE TRANSITIONS; STANDARD MNEMONICS FOR CROSSPOINT SOURCE AND KEYER SOURCE DISPLAY; 16 OR 24 MULTI-DEFINITION SERIAL DIGITAL INPUTS; 1 REFERENCE INPUT WITH 2 INDEPENDANTLY ADJUSTABLE REFERENCE OUTPUTS; 1 LTC BNC INPUT FOR USE WITH ROSS VIDEO EXCLUSIVE LIVEEDL; UP TO 2 MULTI-LEVEL EFFECTS SYSTEM (MLE); 4 KEYERS WITH LUMA/LINEAR/CHROMA OR DVE KEYING ABILITIES PER M/E; 1 ULTRACHROMETM CHROMA KEYER WITH SUPER FINE KEYING QUALITY PER M/E; 4 CHANNEL ANIMATION STORE WITH 8 GB OF MEMORY; 6 CHANNEL FORMAT SCALAR AND FRAME SYNC, ASSIGNABLE TO ANY INPUT OR BUS; 4 CHANNEL 2D DVE FOR 2D PICTURE IN PICTURE BOXES OR 2D DVE TRANSITIONS; 1 POWERFUL PATTERN GENERATOR AND 1 COMPLEX WASH GENERATOR PER M/E; WIPES AND MASKS WITH SOFT EDGE BORDERS; 10 OUTPUTS: 8 AUXBUS HD/SD-SDI, 1 PGM HD/SD-SDI, 1 PV HD/SD-SDI; 100 EVENT MEMORY SYSTEM WITH MEMORYAITM RECALL MODE; FLEXICLEANTM ASSIGNABLE CLEAN FEED OUTPUT SELECTABLE ON AUXBUS; USB MEDIA DRIVE FOR TORING/LOADING OF SWITCHER SETUP DATA AND ANIMATION STORE MEDIA; 34 GPIO CONNECTIONS INDIVIDUALLY ASSIGNALBE TO GPI OR GPO FUNCTION; 34 TALLY CONNECTIONS; 2RU CHASSIS; FULL 10-BIT PROCESSING IN BOTH HD AND SD MODES; 4:3/16:9 SWITCHABLE; 10 METER CONTROL PANEL CABLE; COMPREHENSIVE SYSTEM OPERATION AND ENGINEERING MANUALS DISC; FULL 1 YEAR TRANSFERABLE WARRANTY; LIFETIME SOFTWARE UPDATED VIA ROSS WEBSITE; PWR RQMTS: 12VCD, 100-240VAC (SWITCHABLE), 47-63HZ. CLIN 0002: 3EA, PART NUMBER: CPS-ANALOGI01; MFR: ROSS VIDEO; MODULE ANALOG; IN/OUT PACK FOR SD SIGNALS; 5 GEARLITE UNITS: ADDS 1 DAC-9013 FOR ANALOG OUT, ADDS 4 ADC-9033 FOR ANALOG INPUTS; SUPPORTS ANALOG FORMATS: RGB/YPBPR OR YC/CVBS; F/U/W ROSS CROSSOVER 16 SWITCHER. 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) (AUG 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/HQ002811957000/listing.html)
 
Place of Performance
Address: US MILITARY ACADEMY SSA WAREHOUSE, BLD 917 WASHINGTON RD, WEST POINT, New York, 10996-1595, United States
Zip Code: 10996-1595
 
Record
SN02567374-W 20110910/110909000218-4f9c321129f968d6e9f5dbb8e2e0de55 (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.