Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

58 -- AVID Sound Systems For U.S. Army Field Band

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
4550 Parade Field Lane, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF6-11-T-0132
 
Response Due
9/23/2011
 
Archive Date
3/21/2012
 
Point of Contact
Name: Christopher Long, Title: Contract Specialist, Phone: 3016775152, Fax: 3016772509
 
E-Mail Address
christopher.s.long2@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 W91QF6-11-T-0132 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 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 2011-09-23 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army ACC MICC Fort Meade requires the following items, Exact Match Only, to the following: LI 001, AVID 9935-55498-02 VENUE PROFILE SYSTEM FFPThe Contractor shall provide an AVID 9935-55498-02 VENUE PROFILE SYSTEM according to the following: 1 each AVID 9935-55498-02 VENUE PROFILE SYSTEM 1 each AVID 9901-31700-01 FWX FIREWIRE RECORD AND PLAYBACK OPTION CARD 1 each AVID 9901-31702-01 HDX2 TDM OPTION CARD BUNDLE (TWO CARDS, 128 CHANNELS) 1 each AVID 9900-31286-03 EMPTY STAGE RACK FOR CUSTOM I/O CONFIGURATIONS 6 each AVID 9901-31301-00 SRI ANALOG INPUT CARD 8 RECALLABLE ANALOG MIC/LINE 3 each AVID 9901-31303-00 SRO ANALOG OUTPUT CARD 8 ANALOG LINE OUTPUTS; BAL XLR 1 each AVID 9901-31695-00 FOH SNAKE CARD PROVIDES PRIM & REDUN BNC 1 each AVID 9901-30990-00 DSP MIX ENGINE CARD 2 each WHIRLWIND CUSTOM 5CORE COAXIAL WD-7 REEL 100METER 5 CORE COAXIAL -5 BNC CONNECT ON REEL 1 each VIEWSONICS VX2250WM VIEWSONIC 22" WIDE LCD 1920X1080 1000:1 1080P VGA DVI 1 each APPLE MACPRO 6-CORE TWO 2.66GHZ 6CORE INTEL XEON (3) 1TB7200RPM SERIALATA 3GB/S 1 each APPLE 27" LED DISPLAY LED DISPLAY - 27" Notes:(1) VENUE PROFILE SYSTEM INCLUDES(1) VENUE STAGE RACK 48 ANALOG MIC/LINE IN X 8 ANALOG LINE OUT(1) VENUE FOH RACK W/ 3 DSP MIX ENGINE CARDS(1) VENUEPACK AND VENUEPACK PRO PLUG-INS(1) VIDEO MONITOR MOUNTING BRACKET (MONITOR NOT INCLUDED)(1) TRACKBALL MOUNTING BRACKET (TRACKBALL NOT INCLUDED)(1) PACE ILOK USB SMART KEY, PRE-AUTHORIZED WITHALL FACTORY-INSTALLED AND VENUEPACK PLUG-INS(1) FOH LINK CABLE(1) ECX ETHERNET OPTION CARD ALL NECESSARY SOFTWARE AND USER GUIDES MAC PRO CONFIGURED -TWO 2.66GHZ 6-CORE INTEL XEON WESTMERE (12 CORES) 12GB (6X2GB)ATI RADEON HD 5770 1GB1TB 7200-RPM SERIAL ATA 3GB/S2TB 7200-RPM SERIAL ATA 3GB/S2TB 7200-RPM SERIAL ATA 3GB/SONE 18X SUPERDRIVE APPLE MINI DISPLAYPORT TO DVI ADAPTERAPPLE MAGIC MOUSE APPLE KEYBOARD WITH NUMERIC KEYPAD (ENGLISH)USER'S GUIDE (ENGLISH) APPLECARE PROTECTION PLAN - MAC PRO THIS IS AN ALL OR NONE PROCUREMENT., 1, SET; LI 002, AVID 9935-57979-27 D-CONTROL ES 32 (PCIE) FFPThe Contractor shall provide an AVID 9935-57979-27 D-CONTROL ES 32 (PCIE) according to the following: 1 each AVID 9935-57979-27 D-CONTROL ES 32 (PCIE) BUNDLE 1 each AVID 9900-58670-00 HD I/O 16X16 ANALOG 1 each AVID 9940-30426-00 DB25-XLRM DIGISNAKE, 4' 1 each WAVES PLATINUM TDM BUNDLE INCLUDES GOLD, RENAISSANCE II, AND MASTERS BUNDLES 1 each APPLE MAC PRO DESKTOP APPLE MAC PRO TOWER 1 each INSTALLATION LABOR Notes:DIGIDESIGN D-CONTROL 32 BUNDLE PCIE INCLUDES:D-CONTROL MAIN UNIT (16 FADERS) WITH INTEGRATED STAND AND XMONADDITIONAL D-CONTROL FADER UNIT WITH 16 FADERS (FOR A TOTAL OF 32 CHANNELS)PRO TOOLS|HD 3 ACCEL (PCIE)HD I/O 16 X 16 ANALOGHD I/O 16 X 16 DIGITALHD I/O D/A OPTIONSYNC I/O HDDIGIDESIGN REVIBEDIGIDESIGN DIGITRANSLATORTRILLIUM LANE LABS TL SPACE (TDM)DIGIDESIGN MACHINECONTROL (MAC)DIGIDESIGN MACHINECONTROL (WIN)2 DB25-XLRM DIGISNAKE 4' CABLESDB25-XLRF DIGISNAKE 4' CABLE-------------------------------------------------- ---------------------MAC PRO:TWO 2.4GZ QUAD-CORE INETL XEON WESTMERE (8CORES)12GB(6X2GB)ATI RADEON HD 5770 1GB1TB 7200-RPM SERIAL ATA 3GB/S1TB 7200-RPM SERIAL ATA 3GB/S1TB 7200-RPM SERIAL ATA 3GB/SONE 18X SUPERDRIVE APPLE MINI DISPLAY PORT TO DVI ADAPTERAPPLE MAGIC MOUSE APPLE KEYBOARD WITH NUMERIC KEYPADUSERS GUIDEAPPLECARE PROTECTION PLANUS ONE APPLE 27" CINEMA LED DISPLAY ****THE SYSTEM IN THIS LINE ITEM ONLY WILL REQUIRE INSTALLATION AT THE ACTUAL DELIVERY LOCATION AT FORT MEADE, MARYLAND.**** THIS IS AN ALL OR NONE PROCUREMENT., 1, SET; LI 003, AVID 9935-55498-09 PROFILE HD 64 (PCIE) FFPThe Contractor shall provide an AVID 9935-55498-09 PROFILE HD 64 (PCIE) according to the following: 1 each AVID 9935-55498-09 PROFILE HD 64 (PCIE)2 each AVID 9901-58561-00 AO16 ANALOG OUTPUT CARD 16 BALANCED LINE OUTPUTS; XLR1 each AVID 9901-57847-00 AT16 A-NET OUTPUT CARD COMPATIBLE WITH AVIOM PRO161 each WHIRLWIND CUSTOM 5CORE COAXIAL WD-7 REEL 100METER 5 CORE COAXIAL -5 BNC CONNECT ON REEL1 each APPLE MAC PRO CUSTOM CONFIGURED DESKTOP COMPUTER WORKSTATION: 8 CORES (SEE BELOW) 2 each NEC LCD1990SX-BK 19" LCD DISPLAY SXGA, BLACK BEZEL1 each R&R CASES R&RARMYFBDIGIPROFILE CONSOLE CASE FOR AVID PROFILE1 each R&R CASES ARMYFBESP12CSX2MAC DOUBLE WIDE ESP - W/MACPRO 1 each R&R CASES ARMYFBESP12-30 SINGLE WIDE 12 SP ESP1 each R&R CASES ARMYFB LCD19 CASE FOR 19" LCD MONITOR1 each SHIPPING WILL BE PREPAID AND ADDED TO THE INVOICE Notes:MAC PRO - CONFIG:TWO 2.4GHZ QUAD-CORE INTEL XEON ??WESTMERE?? (8 CORES)6GB (6X1GB)ATI RADEON HD 5770 1GB1TB 7200-RPM SERIAL ATA 3GB/S1TB 7200-RPM SERIAL ATA 3GB/S1TB 7200-RPM SERIAL ATA 3GB/S1TB 7200-RPM SERIAL ATA 3GB/SONE 18X SUPERDRIVEAPPLE MAGIC MOUSEAPPLE KEYBOARD WITH NUMERIC KEYPAD (ENGLISH) / USER'S GUIDE (ENGLISH)APPLECARE PROTECTION PLAN - MAC PRO (W/ OR W/O DISPLAY) ? US THIS IS AN ALL OR NONE PROCUREMENT., 1, SET; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Meade 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. U.S. Army ACC MICC Fort Meade 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) Definitions. As used in this clause?(1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation.(2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.(c) The Contractor may submit a payment request and receiving report using other than WAWF only when?(1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF;(2) DoD is unable to receive a payment request or provide acceptance in electronic form;(3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or(4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System).(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract.(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e1e0086002ac13988e46a5e5b9f5c597)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02591022-W 20110925/110924000539-e1e0086002ac13988e46a5e5b9f5c597 (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.