Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
SOLICITATION NOTICE

58 -- Band Equipment - Cover Sheet

Notice Date
8/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-17-Q-0066
 
Archive Date
8/31/2017
 
Point of Contact
Robert F. Siewert, Phone: 3126458540
 
E-Mail Address
robert.siewert@usmc.mil
(robert.siewert@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Cover sheet This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included with or attached to this notice. The Regional Contracting Office-MCIPAC intends to solicit and award a Firm Fixed Price contract for this requirement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20161222. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This procurement is not a small business set-aside. This is an OCONUS requirement: FAR 19.000(b) applies. The award will be made to the vendor who offers the Best Value which will include a technical evaluation, an evaluation of overall price and an evaluation of the service providers past performance history in the Past Performance Information Retrieval System (PPIRS-SR). The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. The Government is soliciting quotes for the purchase of Band Equipment. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* The Government is willing to accept items quoted either "brand name" or "equal". The referenced brand names in the below items list are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted "equal" items. Therefore, if "equal" item is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required coversheet may result in your quote being considered non-responsive by the Government. All quotes shall be submitted in English. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made to: Delivery Location: Defense Logistics Agency Defense Distribution Depot San Joaquin, Tracy Depot 25600 Chrisman Road Bldg: 30 CCP Tracy, CA 95376 Quoters shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Please see the below for the requirement's details: CLIN0001: Mic Stand Referenced MFR: K&M or equal Referenced Part number: KM21090 or equal Base: Tri-pod Boom: Telescoping Tube Material: Steel Height: 35 inches - 63 inches +/- 2 inches Boom length: 18.1 inches - 30.1 inches +/- 2 inches Qty: 005 EA CLIN0002: Short Tri-pod Boom Stand Referenced MFR: K&M or equal Referenced Part number: KM25950 or equal Base: Tri-pod Boom: Telescoping Tube Material: Steel Boom length: 16 inches - 28 inches +/- 2 inches Height: 15 inches +/- 2 inches Qty: 004 EA CLIN0003: Mic Stand Referenced MFR: K&M or equal Referenced Part number: KM21021 or equal Base: Tri-pod Boom: Fixed Tube Material: Steel Boom length: 42 +/- 2 inches Height: 44 inches - 80 inches +/- 2 inches Qty: 005 EA CLIN0004: Mic Stand Referenced MFR: K&M or equal Referenced Part number: KM21020BK or equal Base: Tri-pod Boom: Fixed Tube Material: Steel Boom length: 33 +/- 2 inches Height: 35 inches - 60 inches +/- 2 inches Qty: 005 EA CLIN0005: Sound Boom Studio Stand Referenced MFR: Atlas or equal Referenced Part number: SB36WE or equal Shall have a Triangular metal base with ball-bearing swivel casters for easy placement. Shall have a Piston-type air suspension system. Shall have a 6 lb.s counterweight. +/- 0.5lbs Height: 49 inches - 73 inches +/- 2 inches Boom length: 62 +/- 2 inches Qty: 002 EA CLIN0006: 10 inch Active Studio Monitors (Left) Referenced MFR: Dynaudio or equal Referenced Part number: BM15AL or equal Shall have a 10" woofer and 1.1" silk dome tweeter Power Configuration: Bi-amped LF Driver Size: 9" LF Driver Type: Cone HF Driver Size: 1.1" HF Driver Type: Soft Dome LF Driver Power Amp: 200W HF Driver Power Amp: 100W Total Power: 300W Frequency Range: 40Hz-22kHz Crossover Frequency: 1800 Hz, 30 dB/Oct Maximum Peak SPL: 124dB Input Types: 1 x XLR Enclosure Type: Ported Qty: 001 EA CLIN0007: 10 inch Active Studio Monitors (Left) Referenced MFR: Dynaudio or equal Referenced Part number: BM15AR or equal Shall have a 10" woofer and 1.1" silk dome tweeter\ Power Configuration: Bi-amped LF Driver Size: 9" LF Driver Type: Cone HF Driver Size: 1.1" HF Driver Type: Soft Dome LF Driver Power Amp: 200W HF Driver Power Amp: 100W Total Power: 300W Frequency Range: 40Hz-22kHz Crossover Frequency: 1800 Hz, 30 dB/Oct Maximum Peak SPL: 124dB Input Types: 1 x XLR Enclosure Type: Ported Qty: 001 EA CLIN0008: 300W Subwoofer Referenced MFR: Dynaudio or equal Referenced Part number: BM14S II or equal Shall have a 12" woofer with pure aluminum voice coil Driver Type: Cone Driver Material: Molded MSP (Magnesium Silicate Polymer) Total Power: 300W Frequency Range: 18Hz-250Hz Input Types: 3 x XLR Output Types: 3 x XLR Qty: 001 EA CLIN0009: Monitor Stands Referenced MFR: IsoAcustics or equal Referenced Part number: ISO-L8R200 or equal Height: 3 inches - 8 inches +/- 1 inch Shall have tilt and height adjustment Size: 7.8" W x 10" D Qty: 002 EA CLIN0010: Utility Case Referenced MFR: Gator or equal Referenced Part number: GU221713WPNF or equal Interior size: 22 inches x 17 inches x 12.9 inches Water and Dust Proof: IP 67 certification Material: NK-7 resin Shall have a latching system Shall be pad lockable Shall have Recessed Wheels and Retractable Pull Handle Shall be Mil-STD-810F Immersion Test Certified Qty: 002 EA CLIN0011: Roadmaster Stage Snake Referenced MFR: Pro Co or equal Referenced Part number: RM3208FBQ200 or equal Length: 200 Feet Channels: 32 Connector 1: XLR Female Connector 2: XLR Male TRS Returns: 8 Qty: 001 EA CLIN0012: SMA Series Snake 16 X 4 Referenced MFR: Pro Co or equal Referenced Part number: SM1604FBQ50 or equal Channels: 16 Connector 1: XLR Female Connector 2: XLR Male Length: 50 Feet TRS Returns: 4 Qty: 004 EA CLIN0013: SMA Series Snake 8 X 4 Referenced MFR: Pro Co or equal Referenced Part number: SM0804FBX50 or equal Channels: 8 Connector 1: XLR Female Connector 2: XLR Male Length: 50 Feet XLS Returns: 4 Qty: 004 EA CLIN0014: LYD Active Studio Monitor Referenced MFR: Dynaudio or equal Referenced Part number: LYD7 or equal Power Configuration: Bi-amped LF Driver Size: 7" woofer HF Driver Size: 1.1" soft dome tweeter LF Driver Power Amp: 50W HF Driver Power Amp: 50W Total Power: 100W Class D Frequency Response: 45Hz-22kHz Crossover Frequency: 4300 Hz Maximum Peak SPL: 109 dB SPL @ 1m Input Types: 1 x XLR, 1 x RCA Qty: 002 EA CLIN0015: 4.5 inch Active Studio Monitor Referenced MFR: PreSonus or equal Referenced Part number: ErisE4.5 or equal Power Configuration: Single Amp LF Driver Size: 4.5" LF Driver Type: Cone HF Driver Size: 1" HF Driver Type: Dome Total Power: 25W Frequency Range: 70Hz-22kHz Crossover Frequency: 2.8kHz Maximum Peak SPL: 100 dB Input Types: 1 x 1/4" (TRS), 1 x 1/8" (TS), 2 x RCA Output Types: 1 x 1/8" (Headphones) Enclosure Type: Ported Qty: 002 EA CLIN0016: Central Station Referenced MFR: PreSonus or equal Referenced Part number: CentralStPl or equal Input Channels: 6 Output Channels: 10 Analog Inputs: 4 x TRS, 2 x RCA Analog Outputs: 10 x TRS, 1 x 1/4" (Headphones) Digital Inputs: 1 x S/PDIF, 1 x TOSLINK Talkback: Yes Form Factor: Rackmount Qty: 001 EA The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management (Oct 2016), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017), FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-23 Assignment of Claims (May 2014) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (May 2014), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), FAR 52.247-34 F.O.B. Destination (Nov 1991), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (OCT 2016). DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (OCT 2016), DFARS 252.209-7998 Representation by Corporations Regarding Conviction of a Felony Criminal (Deviation 2012-O0007). DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (JUN 2015), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), DFARS 252.246-7006: Warranty Tracking of Serialized Items.(DEC 1991), Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014). Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to robert.siewert@usmc.mil NLT 1600 EST on 15 August 2017. Quoters shall submit their response to this RFQ via email to robert.siewert@usmc.mil or via fax to 011-81-611-745-0959 NLT 1600 EST on 16 August 2017. Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ. (End of RFQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-17-Q-0066/listing.html)
 
Record
SN04621820-W 20170811/170809233711-e666b94302735d2cbd851963ac6fe54c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.