Federal Bid

Last Updated on 11 Jul 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

LCD MONITOR AND ELECTRONICS

Solicitation ID HQ002830726609
Posted Date 18 Jun 2013 at 2 PM
Archive Date 11 Jul 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dma Riverside
Agency Department Of Defense
Location United states
COMBINED SYNOPSIS/SOLICITATION
LCD MONITOR AND ELECTRONICS


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.

a. Solicitation Number HQ002830726609 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
2005-66, effective 01 April 2013 and DFARS Change Notice 20130522.

c. This procurement is non-restricted, associated with NAICS Code 334118, and small business size standard of 1000 EMP.

d. Description: Note: THESE ITEMS ARE BRAND NAME OR EQUAL. FILL IN ALL UNIT PRICE AND TOTALS. LOCATION PER CLIN IS LISTED BELOW.

PLEASE USE THE ATTACHED DOCUMENT TITLED "SHIPPING LIST", THIS WILL SPECIFY THE ADDRESS OF EACH LOCATION OF WHERE ITEMS WILL NEED TO BE SHIPPED.

CLIN 0001: Quantity: 54EA, P/N: S24A450BW-1; MFR: SAMSUNG ELECTRONICS (BRAND NAME OR EQUAL). LCD MONITOR LED BACKLIGHT; 24-IN; RESOLUTION: 1920X1200; 16:10 ASPECT RATIO; 1000:1 CONTRAST RATIO; BRIGHTNESS 250-CD/M2; DISPLAY COLORS: 16.7-MILLION; RESPONSE TIME: 5.0-MS; VIEWING ANGLE: 170-DEG/160-DEG; CONNECTORS: D-SUB, DVI; PWR RQMNTS: 100-VAC TO 240-VAC, 50/60-HZ.

54EA @ _____________ = $________________


CLIN 0002: Quantity: 3EA, P/N: WFM7120 W/OPTS MFR: TEKTRONIX INC (BRAND NAME OR EQUAL). WAVEFORM MONITOR MULTI STANDARD/FORMAT; FORMATS SUPPORTED: NTSC, PAL; 1024X768 LCD COLOR DISPLAY; VIDEO: 3GBS, DUAL LINK, HD-SDI, SD-SDI, COMPOSITE ANALOG; FRONT PANEL USB AND HEADPHONE PORTS; AUDIO: ANALOG, EMBEDDED AES, AES, DOLBY DIGITAL PLUS, DOLBY E, DOLBY DIGITAL, LKFS LOUDNESS; DATA: CC, CEA 608 AND 708, TELETEXT, WSS, VIDEO INDEX, AFD, ARIB; MEASUREMENT/ANALYSIS: 3GBS JITTER MEASUREMENT, PHYSICAL LAYER MEASUREMENT, EYE/JITTER MEASUREMENTS, SIMULTANEOUS INPUTS, A/V DELAY MEASUREMENTS, CAPTUREVU; W/PRE INSTALLED OPTIONS: WFM7120HD; PWR RQMNTS: 100VAC TO 240VAC, 50/60HZ.

3EA @ _____________ = $________________

 


CLIN 0003: Quantity: 3EA, P/N: DTK2400; MFR: WACOM INC (BRAND NAME OR EQUAL). PEN DISPLAY INTERACTIVE; 24.1-IN HIGH DEFINITION DISPLAY; NATIVE RESOLUTION: 1920 X 1200; ASPECT RATIO: 16:10; BRIGHTNESS 190-CD/M2; VIDEO INPUT: 1-EA DVI-I, 1-EA DISPLAYPORT; VIDEO OUTPUT: ANALOG RGB, DIGITAL DVI, DISPLAYPORT; DATA PORT: USB; C/W: ADJUSTABLE DISPLAY STAND, CORDLESS, BATTERY-FREE GRIP PEN, DESKTOP PEN STAND, 10-EA REPLACEMENT NIBS, NIB REMOVER TOOL, DISPLAYPORT CABLE, DVD-I TO VGA CABLE, DVI-I TO DVI-D CABLE, USB CABLE, AC POWER ADAPTER, POWER CABLE, DRIVERS AND USER MANUAL CD- ROM, QUICK START GUIDE, ADOBE PHOTOSHOP ELEMENTS, WACOM BRUSHES 3.0, AUTODESK SKETCHBOOK EXPRESS NIK COLOR EFEX PRO WACOM EDITION 6, COREL PAINTER SKETCH PAD, 2-YEAR LIMITED WARRANTY; PWR RQMNT: 100-VAC TO 240-VAC, 50/60- HZ(WITH INCLUDED ADAPTER) OR 24-DC.

3EA @ _____________ = $________________


CLIN 0004: Quantity: 3EA, P/N: STL-15SAPT-LT; MFR: LISTEC VIDEO CORP (BRAND NAME OR EQUAL). TELEPROMPTER ON-CAMERA; 15-IN; BRIGHTNESS: 600-NITS; CONTRAST: 500:1; RESOLUTION: SVGA 1024 X 768; READING RANGE: 20-FT; STANDARDS: NTSC, PAL, SECAM; INPUTS: 2-EA LOOPING BNC COMPOSITE W/ 75-OHM TERMINATION SWITCH; BACKLIGHT LIFE: 50000-HRS; PWR RQMNTS: 12-VDC.

3EA @ _____________ = $________________


CLIN 0005: Quantity: 2EA, P/N: DV-8; MFR: TELESCRIPT INC (BRAND NAME OR EQUAL). TELEPROMPTER SYSTEM ON CAMERA FLAT PANEL; SCREEN SIZE: 8IN; USEABLE RANGE: 2FT TO 15 FT; SYSTEM WEIGHT: 4LBS; BEAMSPLITTER SHAPE: SQUARE; BRIGHTNESS: 300NITS; UPGRADEABLE TO: 1400NITS; MOUNTS TO ALL ENG AND DV CAMERAS; INPUTS: 1EA COMPOSITE, 1EA S-VIDEO; ANTI- REFLECTIVE MONITOR GLASS; 15MM MOUNTING COLLARS; BATTERY OPERABLE; VERTICAL, HORIZONTAL AND LATERAL ADJUSTABILITY; IMAGES REVERSE AS FUNCTION OF MONITOR; PWR RQMNTS: 12VDC(10 WATTS MAX).

2EA @ _____________ = $________________


CLIN 0006: Quantity: 1EA, P/N: DV-8; MFR: TELESCRIPT INC (BRAND NAME OR EQUAL). TELEPROMPTER SYSTEM ON CAMERA FLAT PANEL; SCREEN SIZE: 8IN; USEABLE RANGE: 2FT TO 15 FT; SYSTEM WEIGHT: 4LBS; BEAMSPLITTER SHAPE: SQUARE; BRIGHTNESS: 300NITS; UPGRADEABLE TO: 1400NITS; MOUNTS TO ALL ENG AND DV CAMERAS; INPUTS: 1EA COMPOSITE, 1EA S-VIDEO; ANTI- REFLECTIVE MONITOR GLASS; 15MM MOUNTING COLLARS; BATTERY OPERABLE; VERTICAL, HORIZONTAL AND LATERAL ADJUSTABILITY; IMAGES REVERSE AS FUNCTION OF MONITOR; PWR RQMNTS: 12VDC(10 WATTS MAX).

1EA @ _____________ = $________________

CLIN 0007: Quantity: 1EA, P/N: S24A450BW-1; MFR: SAMSUNG ELECTRONICS (BRAND NAME OR EQUAL). LCD MONITOR LED BACKLIGHT; 24-IN; RESOLUTION: 1920X1200; 16:10 ASPECT RATIO; 1000:1 CONTRAST RATIO; BRIGHTNESS 250-CD/M2; DISPLAY COLORS: 16.7-MILLION; RESPONSE TIME: 5.0-MS; VIEWING ANGLE: 170-DEG/160-DEG; CONNECTORS: D-SUB, DVI; PWR RQMNTS: 100-VAC TO 240-VAC, 50/60-HZ.

1EA @ _____________ = $________________

FOB DESTINATION:
Unit Address Unit POC Commercial Phone # Quantity
CLIN0001: Monitor, 24-in S24A450BW-1
325 FW/PA (Multimedia)
555 Suwannee Rd. Bldg. 817
Tyndall AFB FL 32403-5504 Mr. Thomas Bonifay 850-283-2825 3
502 ABW OL-B/PA
1150 5th East St.
Randolph AFB TX 78150 Mr. Wayne Cooper 210-652-2483 8
82 TRW/PA
419 G Avenue, Suite 3
Sheppard AFB, TX 76311 Mr. George Woodward 940-676-2732 8
5 BW/PA
167 Summit Drive, Suite 201
Minot AFB,ND 58705-5008 SSgt Keith Ballard 701-723-6817 13
509 BW/PA
727 2nd St. Bldg. 139
Whitman AFB, MO 65305 SSgt Jason Huddleston 660-687-5727 7
88 ABW/PA
2191 Monahan Way Area B, BLDG 30
WPAFB, OH 45433-5543 Mr. Brian Duke 937-904-8237 1
HQ AFSOC/PA
229 Cody Ave, STE. 103
Hurlburt Field,FL 32544-5312 MSgt Steven Pearsall 850-884-1759 1
1 SOW/PA
344 Tully St BLDG 90340
Hurlburt Field FL, 32544 TSgt Aaron Drobnack 850-884-5620 2
21 SW/PA
801 Vincent St
Peterson AFB,CO 80914-2337 Mr. Rob Bussard 719-556-7443 4
19 AW/PA
1255 Vandenberg Blvd.
Jacksonville,AR 72099-0000 Mr. Timothy Johnsey 501-987-6744 6
621 CRW/PA
1907 E. Arnold Ave
McGuire AFB, NJ 08641-5002 TSgt Edward Gyokeres 609-754-0668 1
CLIN0002: Waveform/Vectorscope Monitor WFM7120
3 CTCS
1359 Tinker Street, Bldg 7362
Lackland,TX 78236 Mr. James Voss 210-671-3559 2
375 AW/PA
901 South Drive
Scott AFB IL 62225
Attn: Thomas Jozwiak Mr. Tom Jozwiak 618-256-8901 1
CLIN0003: Pen Touch Display, 24-in DTK2400
27 SOW/PA
110 Sextant Ave. STE 1153
Cannon AFB, NM 88103 TSgt Josef Cole 575-784-4131 3
CLIN0004: Studio Teleprompter, T-15SAP-LT
17 TRW/PAV
480 Ft Griffin Ave Suite 105
Goodfellow AFB, TX 76908 Mr. Ed O'Neill 915-654-5371 1
82 TRW/PA
419 G Avenue, Suite 3
Sheppard AFB, TX 76311 Mr. George Woodward 940-676-2732 1
319 ABW/PA
701 Eielson St. Bldg 607 Rm 211
Grand Forks AFB ND 58205‐6638 Mr. Timothy Flack 701‐747‐5608
701-747-0721 1
CLIN0005: Field Teleprompter, DV8
HQ AU/PAT
600 Chennault Circle, Bldg 1405
Maxwell AFB, AL 36112 Mr. Ethan Stoker 334-953-8108 1
628 AW/PA
201 Graves Ave Bldg 302
Charleston AFB SC 29404-5154 Mr. Dave Williams 843-963-7189 1
CLIN006: Field Teleprompter, DV8
DEFENSE MEDIA ACTIVITY
14855 6TH STREET
RIVERSIDE CA 92518-2031
Attn: Mr. Richard Mortimore Mr. Richard Mortimore 951-413-1441 1
CLIN0007: Monitor, 24-in S24A450BW-1
DEFENSE MEDIA ACTIVITY
14855 6TH STREET
RIVERSIDE CA 92518-2031
Attn: Mr. Richard Mortimore Mr. Richard Mortimore 951-413-1441 1

e. Delivery and acceptance will be made to VARIOUS locations. (See the attached shipping list - scroll down to the section titled "FOB DESTINATION").

f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov.

g. FAR Provision 52.212-2 Evaluation - Commercial Items (JAN 1999) 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. CPARS, 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 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) (DEC 2012). Electronic ORCA is located at http://orca.bpn.gov.

i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil.


FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues
Or Executive Orders-Commercial Items) (JAN 2013)
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)
(MAY 2013)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (JUN 2012)
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.

j. The DPAS rating is: A70

k. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 21 JUNE 2013 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ [email protected] or via fax to (951) 413-2432. 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.

Bid Protests Not Available