The RFP Database
New business relationships start here

Radio Remote Tieline


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Description(s):

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 HQ002841260001 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 2005-74 effective 01 July 2014 and DFARS Change Notice 20140624.

c. This procurement is unrestricted, brand name or equal requirement associated with NAICS Code 334220 and small business size of employees of 750.

d. Description: 14PA-07-01 Radio Remote TIELINE


CLIN 0001: Tieline I-Mix G3 Mixer/Codec TLM600 (21 Each)
• Onboard POTS with choice of IP, 3G, POTS, ISDN, GSM, and B-Gan satellite using plug in module
• Audio inputs 5X Female XLR 1X RCA Auxiliary
• Audio Outputs 2X Male XLR and 1X RCA Aux
• Minimum 4X ¼" headphone jacks
• A/D & D/A minimum 24bit
• POTS 16KHz/32KHz auto
• ISDN 16KHz-48KHz auto
• GSM 16KHz/32KHz
• 3G 16KHz/32KHz
• Module interface 3G, USB, IP, ISDN, POTS, GSM
• Data Control Interface CAN, USB, LAN, Serial, and RS232
• 110/230V 50/60Hz auto sensing or switchable


UNIT PRICE @ _____________ x 21 EA = $ __________________


CLIN 0002: Tieline Commander TLF300 (21 Each):
• Must be compatible to Line Item 1
• Two Expansion ports for IP, 3G/4G, POTS, ISDN GSM B-GAN sat plug in modules
• Algorithms such as music plus, Voice G3, G.711, G.722, and MPEG
• Configurable 14 x 8 cross point matrix digital
• 2 balanced mic/line inputs
• 1 unbalanced aux in/out
• 2 balanced outputs
• On board relay RS232 control for local and remote of equipment
• Full control of audio levels from the studio


UNIT PRICE @ _____________ x 21 EA = $__________________


CLIN 0003: Tieline POTS Module TLPOTSG3 (57 Each):
• Must be compatible to Line Item 1
• Plug in for TLF300
• Used to connect via Analog phone lines
• 15KHz mono audio


UNIT PRICE @ _____________ x 57 EA = $__________________


CLIN 0004: Tieline Commander i-Mix ISDN Module TLISDNUSG3 (26 Each):
• Must be compatible to Line Item 1
• 15-20KHz dual mono ISDN module
• Provide ISDN Communications enable 64Kbps and 56 Kbps data rates
• Support 15Kbps studio quality music and G.722


UNIT PRICE @ _____________ x 26 EA = $__________________


CLIN 0005: Tieline Commander i-Mix ISDN Module TLISDNEUROG3 (33 Each):
• Must be compatible to Line Item 1
• 15-20KHz dual mono ISDN module
• Provide ISDN Communications enable 64Kbps and 56 Kbps data rates
• Support 15Kbps studio quality music and G.722


UNIT PRICE @ _____________ x 33 EA = $__________________


CLIN 0006: Tieline Commander iMix G3 Codecs Module TL3GHSDPA (18 Each):
• Must be compatible to Line Item 1
• For use in European networks
• Must connect over UMTS, GSM, or HSPDA Cell Networks
• No Cell carrier Contract
• Must be compatible with all


UNIT PRICE @ _____________ x 18 EA = $__________________


CLIN 0007: Tieline 2RU Commander Studio IP Codec TLR300B2 (41 Each):
• Must be compatible to Line Item 1
• 2 Expansion slots for plug in modules for IP 3G, POTS, ISDN, GSM, and B-GAN Satellite
• Music PLUS algorithm provides up to 20 kHz stereo audio quality
• deliver up to 15 kHz FM quality mono audio at bit-rates
• Must have 14x8 cross-point Digital Matrix Audio Router (DMR)
• Configurable communications facility for local and full-duplex studio-to-remote communications.
• 2RU 19" Rack mountable
• 110/230V 50/60Hz auto sensing or switchable


UNIT PRICE @ _____________ x 41 EA = $__________________


CLIN 0008: Tieline Analogue Interface TLANA2in2out (41 Each):
• Must be compatible to Line Item 1
• Analog input card for TLR300B2
• 2 Input and 2 Output XLR Connectors
• Balanced Aux in/out on ¼" jack


UNIT PRICE @ _____________ x 41 EA = $_________________


Total CLINs 0001 - 0008: $______________________



USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED USA DISTRIBUTOR ONLY.


FOR CONSIDERATION ENSURE FREIGHT IS ABSORBED IN UNIT PRICE

e. Delivery and acceptance will be made at location:
FOB DESTINATION:
CLINS 0001-0008:
Defense Media Activity - TASA Warehouse
Mark For: Sheree Ogle
14855 6th Street, Bldg 2725
Riverside, CA 92518-2221


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 (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. 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) (MAY 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 52.211-6 - Brand Name or Equal (AUG 1999) - Full Text Below
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) (JUN 2014)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantaged Business Concerns) (May 2014)
FAR 52.225-5 (Trade Agreements) (Nov 2013)
FAR 52.225-6 (Trade Agreements Certificate) (May 2014)
FAR 52.225-18 (Place of Manufacture) (Sep 2006)
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 (MAR 2014)
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 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, 52.0100-4000 (Receiving Hours for Deliveries) (DMC) (Jun 2007), 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.


52.211-6 -- Brand Name or Equal (AUG 1999)


(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.


(End of provision)



252.209-7993 - REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014)


(a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.


(End of provision)


j. QUOTATIONS ARE DUE BY 2:00 PM PACIFIC STANDARD TIME ON AUGUST 20, 2014 IN ORDER TO BE CONSIDERED. Send quotation responses to Kitty Maurais -kathryn.maurais@dma.mil. On the Subject line of the e-mail insert " QUOTE HQ002841260001" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2502.


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.


 


 


Kathryn Maurais, Contract Specialist, Phone 9514132502, Email kathryn.maurais@dma.mil - Susan M. Madrid, Contracting Officer, Phone 951-413-2371, Fax 951-413-2432, Email susan.madrid@dma.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP