Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

70 -- TV CONTROL SWITCHER EQUIPMENT - Salient Charactertics

Notice Date
7/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ05165150001000
 
Archive Date
9/1/2015
 
Point of Contact
Shevonn Moore, Phone: 951-413-2634
 
E-Mail Address
shevonn.l.moore.civ@mail.mil
(shevonn.l.moore.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Salient Charactertics COMBINED SYNOPSIS/SOLICITATION: HQ051654550001000 Title: TV CONTROL SWITCHER EQUIPMENT Description(s): COMBINED SYNOPSIS/SOLICITATION 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; quotes are being requested and a written solicitation will not be issued. This is a Brand Name or Equal procurement - see attached Salient Characteristics. a. Solicitation Number HQ051654550001000 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-83, effective 02 July 2015 and DFARS Change Notice 20150626. c. This procurement is a brand name or equal requirement; associated with NAICS Code 334220 with a size standard of 750 and is unrestricted. d. Description (Note: The Government reserves the right to award only one contract for the following items): PRICE EACH CLIN SEPARATELY CLIN 0001: 1EA, MFR: NewTek; P/N: P/N: FG-000456-R001, Tricaster 860 Live Video Production System with Control Surface. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0002: 1EA, MFR: NewTek ; P/N: 85011111-9999, Rack Rails for Tricaster 860 Production Switcher. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0003: 1EA, MFR: NewTek; P/N: FG-000005-R001, Virtual Set Editor Software for Tricaster (2 Licenses). UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0004: 1EA, MFR: NewTek; P/N: LT080000-0201, LiveText 2 Remote Titling Software. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0005: 1EA, MFR: NewTek; P/N: FG-000458- R001, Tricaster 860 Live Video Production System initial 2 year Extended Warranty (3 year coverage). UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0006: 1EA, MFR: Avid; P/N: 9900-65169-00, ArtistMix EUCON Audio Control Surface. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0007: 9EA, MFR: Yamaha ; P/N: MSP5A, Amplified Studio Monitor Speaker - Mountable - 13in X 8.58in X 9.25 in. UNIT PRICE @ _____________ x 9EA = $__________________ CLIN 0008: 5EA, MFR: Yamaha ; P/N: BWS20-190, Wall Mount 360 degree bracket for Yamaha MSP5A Speakers. UNIT PRICE @ _____________ x 5EA = $_______________ CLIN 0009: 1EA, MFR: Whirlwind; P/N: MS16-4-XL-100, 100ft 20-Channel Fan to Box Snake with16 XLR Inputs and 4 XLR Returns. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0010: 2EA, MFR: Connectronics; P/N: CTX-8XFXM, XLR Feedthrough Patch Panels with 8 Female XLR on Front and Male XLR on Rear. UNIT PRICE @ _____________ x 2EA = $__________________ CLIN 0011: 4EA, MFR: AJA Video; P/N: RMB, Rack Mounting Bracket for Hi5 Converter. UNIT PRICE @ _____________ x 4EA = $__________________ CLIN 0012: 1EA, MFR: AJA Video; P/N: Kona LHI, Multi-format analog and digital I/O Capture Card. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0013: 1EA, MFR: AJA Video; P/N: KLHi-Box, Breakout Box F/U/W AJA Video Kona LHI Card. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0014: 1EA, MFR: Winsted ; P/N: 81713, Custom 3-Bay Work Surface w/ wood trim 24" D - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0015: 1EA, MFR: Winsted; P/N: P/N: 81712, Custom 2-Bay Work Surface w/ wood trim 24" D - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0016: 4EA, MFR: Winsted ; P/N: S86033, Base & 14" Slope Rack, Black. UNIT PRICE @ _____________ x 4EA = $__________________ CLIN 0017: 4EA, MFR: Winsted; P/N: 92060, Standard Pedestal, Black. UNIT PRICE @ _____________ x 4EA = $__________________ CLIN 0018: 1EA, MFR: Winsted; P/N: 92224, 18"D Shelf Brackets, Black. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0019: 2EA, MFR: Winsted; P/N: 88220, Switcher18"D Shelf Brackets, Black. UNIT PRICE @ _____________ x 2EA = $__________________ CLIN 0020: 1EA, MFR: Winsted; P/N: 90016, 70"H Pro Series Rack 24"D. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0021: 1EA, MFR: Winsted; P/N: 90072, 24" Deep Pedestal. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0022: 1EA, MFR: Winsted; P/N: P/N: 90270, Floor Glides and Braces. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0023: 2EA, MFR: Winsted; P/N: 10810, Black 10-32 Screw s/Wash 50. UNIT PRICE @ _____________ x 2EA = $__________________ CLIN 0024: 2EA, MFR: Winsted; P/N: G8054, 50 Black Pilot Screws & Clips. UNIT PRICE @ _____________ x 2EA = $__________________ CLIN 0025: 1EA, MFR: Winsted; P/N: S85542, 2-Bay Wood Top 22-5/8"D - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0026: 1EA, MFR: Winsted; P/N: S85544, 1-Bay Wood Top 26"D - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0027: 1EA, MFR: Winsted; P/N: S85520, Wood Sides - Base Console - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0028: 1EA, MFR: Winsted; P/N: S85526, Wood Sides - 14" Slope - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ CLIN 0029: 1EA, MFR: Winsted; P/N: S90116, Custom Sides for 90016 - Black w/ Cherry Trim. UNIT PRICE @ _____________ x 1EA = $__________________ TOTAL PRICE FOR THIS QUOTE $_________________________ e. Delivery and acceptance will be made at location: FOB DESTINATION DEFENSE MEDIA ACTIVITY TASA 14855 6TH STREET BLDG 2725 RIVERSIDE CA 92518 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. 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 posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal 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. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAR 2015). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (MAY 2015) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (MAY 2015) FAR 52.219-6 -- Notice of Total Small Business Set-Aside(NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (Nov 2013) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225-18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014) DFARS 252.204-7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2015 Appropriations. (DEVIATION 2015-OO00005) (DEC 2014) DFARS 252.211-7003 Item Unique Identification and Valuation (DEC 2013) DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to 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. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. j. QUOTATIONS ARE DUE BY 9:00AM PACIFIC STANDARD TIME ON 17 August 2015 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore at shevonn.l.moore.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ051654550001000 - "TV CONTROL SWITCHER EQUIPMENT" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2634. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. Primary Point of Contact: Shevonn Moore Contract Specialist shevonn.l.moore.civ@mail.mil Phone: 951-413-2634 Secondary Point of Contact: Susan M. Madrid, Contracting Officer susan.m.madrid@mail.mil Phone: 951-413-2371 Fax: 951-413-2432 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b6cbee4b7c6a3e62d9791cfa5bdfd9b)
 
Place of Performance
Address: DEFENSE MEDIA ACTIVITY TASA, 14855 6TH STREET BLDG 2725, RIVERSIDE, California, 92518, United States
Zip Code: 92518
 
Record
SN03784357-W 20150704/150702234634-9b6cbee4b7c6a3e62d9791cfa5bdfd9b (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.