CONVERTER, VIDEO ANALOG TO DIGITAL

expired opportunity(Expired)
From: Federal Government(Federal)
HQ051679842

Basic Details

started - 17 May, 2017 (about 7 years ago)

Start Date

17 May, 2017 (about 7 years ago)
due - 23 May, 2017 (about 7 years ago)

Due Date

23 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
HQ051679842

Identifier

HQ051679842
Other Defense Agencies

Customer / Agency

Other Defense Agencies

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
May 02, 2017 5:25 pm
Modified:
May 17, 2017 7:26 pm
Track Changes COMBINED SYNOPSIS/SOLICITATION
HQ051679842
Title: CONVERTER, VIDEO ANALOG TO DIGITAL
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 Procurement.
a. Solicitation Number HQ051679842 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 Federal Acquisition Circular 2005-85, effective 13 Jan 2017 and DFARS Change Notice 20161222.
c. This procurement is brand name associated with NAICS Code 334111 with a size
standard of 1250 employees. This procurement is 100% set aside for Small Business.
d. Description: THESE ITEMS ARE BRAND NAME FILL IN ALL UNIT PRICE AND TOTALS BELOW.
FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN.
USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY.
NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.
CLIN 0001: CONVERTER, R20AD AJA VIDEO SYSTEMS **DELETED**
DESCRIPTION: ****DELETED**** SEE ATTACHED AMENDMENT 001 FOR ADDITIONAL INSTRUCTIONS.
UNIT PRICE @ _____________ x 0 EA = $__________________
CLIN 0002: FRAME, FR1 AJA VIDEO SYSTEMS ******DELETED*****
DESCRIPTION: 4-SLOT; RACKMOUNT(1RU); C/W: 40-WATT POWER SUPPLY AND FAN UNITS; F/U/W: AJA R-SERIES FRAMES AND LEITCH 6800-SERIES EQUIPMENT; PWR RQMTS: 90-240VAC, 50/60HZ; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.
UNIT PRICE @ _____________ x 0 EA = $__________________
CLIN 0003: OPTION MODULE, FSG, AJA VIDEO SYSTEMS ****DELETED****
DESCRIPTION: FRAME SYNC/GENLOCK; 525/625 LINE COMPONENT DIGITAL; USER ADJUSTABLE OUTPUT TIMING; DELAY MODE; F/U/W: AJA R-SERIES CONVERTERS; USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.
UNIT PRICE @ _____________ x 0 EA = $__________________
CLIN 0004 IS ADDED

CLIN 0004 - Card, Blade, 8-receiver, COM-46 FLEX TECHNICOLOR
MODULE FFP SD RECEIVER BLADE; 8-CHANNEL; UPGRADEABLE TO HD; UDP/RTP VIDEO OUTPUT; 1-RF SWM, 1FAST ETHERNET CONNECTOR; LED STATUS INDICATORS; DIRECTV SWM COMPATIBLE; F/U/W: COM360 CHASSIS; USA PART NUMBER ONLY ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.
UNIT PRICE @ _____________ x 8 EA = COMBINED SYNOPSIS/SOLICITATION
HQ051679842
TOTAL PRICE FOR THIS QUOTE $________________________________________
FOR CONSIDERATION ENSURE THAT THE FREIGHT COSTS ARE ABSORBED IN UNIT PRICE CLIN.
e. Delivery and acceptance will be made at location:
FOB DESTINATION
N42315 NAVAL MEDIA CTR AFLOAT DIVISION
AFLOAT DIVISION WAREHOUSE
8345-E BEECHCRAFT AVE
GAITHERSBURG, MD 20879-5526
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 52.212-2, Evaluation - Commercial Items (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.)
Technical and past performance, when combined, are less than when compared to price. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.)
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (OCT 2014). 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 52.202-1 Definitions (NOV 2013)
FAR 52.203-3 Gratuities (APR 1994)
FAR 52.203-5 Covenant Against Contingent Fees (MAY 2014)
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006)
FAR 52.203-7 Anti-Kickback Procedures (MAY 2014)
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (April 2014)
FAR 52.211-5 Material Requirements (August 2000)
FAR 52.211-6 Brand Name or Equal (AUG 1999)
FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2014)
FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)
FAR 52.222-50 Combating Trafficking in Persons (FEB 2009)
FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997)
FAR 52.223-4 Recovered Material Certification (MAY 2008)
FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007)
FAR 52.225-5 Trade Agreements (Nov 2013)
FAR 52.225-6 Trade Agreements Certificate (MAY 2014)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.225-18 Place of Manufacture (SEP 2006) FAR 52.232-1 Payments (April 1984)
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications (DEC 2012)
FAR 52.232-1 Payments
FAR 52.232-33 Payment by Electronic Funds-System for Award Management (JUL 2013)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
FAR 52.233-1 Disputes (May 2014)
FAR 52.243-1 Changes - Fixed Price (August 1987)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
DFARS 252.204-7004 Alt A (System for Award Management (FEB 2014)
DFARS 252.204-7007 Alternate A, Annual Representations and Certification (AUG 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)
DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors
DFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015)
DFARS 252.203-7998 Prohibition on ContractingWith Entities That Require Certain Internal ConfidentialityAgreements-Representation (Deviation2015-O0010) (Feb2015)
PROHIBITION ON CONTRACTINGWITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION(DEVIATION2015-O0010) (FEB2015)
(a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or
otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or
contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)
DFARS 252.203-7999 Prohibition on ContractingWith Entities That Require Certain Internal ConfidentialityAgreements (Deviation 2015-O0010) (FEB2015)
PROHIBITION ON CONTRACTINGWITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION2015-O0010)(FEB 2015)
(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or
contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be
prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
(End of clause)
LOCAL DMC 52.0100-4028 Contract Contact Information) (DMC) (JUN 2005)
LOCAL DMC 52.0100-4094 Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006)
Enterprise-wide Contractor Manpower Reporting Application
Authority: (Office of the Secretary of Defense Memorandum, "Enterprise-wide Contractor Reporting Application" November 12, 2012 and United States Code, Title 10, Sections 235 and 233a)
The contractor shall report All Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Media Activity via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/
Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil/
j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 23 MAY 2017 IN ORDER TO BE CONSIDERED. Send quotation responses to Claudio Casupang at claudio.t.casupang2.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE HQ0516798462" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2381.
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:
Claudio T. Casupang,
Contract Specialist
claudio.t.casupang2.civ@mail.mil
Phone: 9514132381
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
Vendor's Name ______________________________________
Vendor's Address: ______________________________________
______________________________________
______________________________________
Phone Number: _____________________________________________
e-mail address: _____________________________________________________

N42315 NAVAL MEDIA CTR AFLOAT DIVISION AFLOAT DIVISION WAREHOUSE 8345 E BEECHCRAFT AVE GAITHERSBURG, Maryland 20879-5526 United StatesLocation

Place Of Performance : N42315 NAVAL MEDIA CTR AFLOAT DIVISION AFLOAT DIVISION WAREHOUSE 8345 E BEECHCRAFT AVE GAITHERSBURG, Maryland 20879-5526 United States

Country : United StatesState : Maryland

You may also like

SKYREC VIDEO RECORDING AND REPLAY SOFTWARE MAINTENANCE

Due: 24 Oct, 2024 (in 5 months)Agency: FEDERAL AVIATION ADMINISTRATION

VIDEO SYSTEM ROUTER AND MULTIVIEWER REPLACEMENT.

Due: 31 Aug, 2024 (in 3 months)Agency: ATF ACQUISITION AND PROPERTY MGMT DIV

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334111 -- Electronic Computer Manufacturing