The RFP Database
New business relationships start here

STUDIO CONTROL SYSTEM


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

COMBINED SYNOPSIS/SOLICITATION:
HQ002851130295

Title:
STUDIO CONTROL SYSTEM


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 or equal - see attached salient characteristics.


a. Solicitation Number HQ002851130295 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 2005-82, effective 7 May 2015 and DFARS Change Notice 20150420


c. This procurement is brand name; associated with NAICS Code 334220 with a size standard of 750 employees. This procurement is 100% set aside for Small Business.


d. Description: THESE ITEMS ARE BRAND NAME OR EQUAL; SEE THE ATTACHED SALIENT CHARACTERISTIC. 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: STUDIO CONTROL SYSTEM
DESCRIPTION:
C/O: 1EA CHEETAH ROUTER(CHEETAH 128NE) POPULATED 48X48 3G W/REDUNDANT POWER SUPPLY (RECALL BUILD CODE: 55013031000000000000) 271W EST POWER CONSUMPTION, 1EA(81906526930) MAINFRAME 128NE 128X128 7RU, 3EA(CHNE-INPUT-3G-BNC-2)CHEETAH INPUT BOARD 3G-SDI BNC LONG REACH 64NEX AND 128NE FRAME, 3EA(CHNE-OUTPUT-3G-BNC-2)CHEETAH OUTPUT BOARD 3G-SDI BNC LONG REACH 64NEX AND 128NE FRAME, 1EA(CH-MATRIX144-3G) CHEETAH MATRIX 144X144 DIGITAL 3GB BANDWIDTH, 2EA(81906523810) CHEETAH POWER SUPPLY AC 120V-240V, 1EA(81906523970) CHEETAH MATRIX FRAME CONTROLLER, 2EA(81906523810) REDUNDANT CHEETAH POWER SUPPLY AC 120V-240V, 4EA(CH-INPUT-3G-FIB-BD)CHEETAH INPUT BOARD 3G-SDI EMPTY SFP CAGE HOLDS UP TO 8 SFP, 1EA(CH-OUTPUT-3G-FIB-BD)CHEETAH OUTPUT EMPTY SFP CAGE HOLDS UP TO 8 SFP MODULES, 1EA(DRS-FRM-IAA-W)DRS ANALOG INPUT(6 PIN) PS/FAN MODULE 1RU, 1EA(DRS-FRM-OAA-W)DRS ANALOG OUTPUT(6 PIN) PS/FAN MODULE 1RU, 1EA(DRS-FRM-64-IOAES)DRS 64 AES INPUT(BNC) 64 AES OUTPUT(BNC) PS/FAN 1RU, 1EA(DRS-DXE-NF)DRS DATA EXCHANGE ENGINE WITHOUT FIBER EXTENSION, 1EA(RS422-32)32 PORT RS-422 2RU, 4EA(81901704940)EASYSFP DUAL 3G-SDI BNC TRANSMITTER ADD TO OUTPUT SFP CARD, 32EA(81901704960)EASYSFP DUAL DECODER NTSC/PAL TO SDI ADD TO INPUT CARDS, 4EA(81901704970)EASYSFP DUAL ENCODER SDI TO NTSC/PAL ADD TO OUTPUT CARDS, 80EA(81902806940)CABLE EASYSFP HD-BNC, MALE PLUG TO FEMALE JACK 24-IN BELDEN 1694A, 1EA(PERC2000) PERC2000 SYSTEM CPU CARD MOUNTS INSIDE ROUTER, 1EA(CATTRAX-STD)CATTRAX NETWORK SOFTWARE WINDOWS BASED CONTROL MANAGEMENT FRAME SIZE 64/128/144, 1EA(OSC DAY 1) ON-SITE COMMISSIONING DAY 1(PER 8 HOUR DAY), 1 EA(EXW-3)EXTENDED WARRANTY (ADD YEARS 4+5+6 AT TIME OF ORIGINAL PURCHASE).



UNIT PRICE @ _____________ x 1 EA = $__________________


 


CLIN 0002: CAMCORDER BODY
DESCRIPTION:
EF LENS MOUNT; CANON XF CODEC, 4:2:2, 50-MBPS MPEG-2; 1920 X 1080I AT 60FPS AND 1920 X 1080P AT 24FPS RECORDING; ROTATING 4-IN 1.23-MP LCD MONITOR; DUAL CF CARD SLOTS; TIMECODE I/O, GENLOCK IN & SYNC OUT; C/W: 1-EA MONITOR UNIT, 1-EA HANDLE UNIT, 1-EA BP-955 LITHIUM-ION BATTERY PACK(5200-MAH), 1-EA CA-940 COMPACT POWER ADAPTER, 1-EA CG-940 BATTERY CHARGER, 1-EA EYE CUP, 1-EA VIEW FINDER CAP, 1-EA THUMB REST, 1-EA TB-1 TRIPOD ADAPTOR BASE, 1-EA WFT ATTACHMENT, 1-EA MEASURING HOOK, 1-EA 2-EA AC CABLE, 1-EA DC CABLE(F/U/W: CA-940), 1-EA SHOULDER STRAP SS-1200, 1-EA XF UTILITIES DISC VERSION 3.0 OR NEWER, 1-EA YEAR LIMITED WARRANTY; PWR RQMNTS: 120-VAC, 60-HZ.

UNIT PRICE @ _____________ x 2 EA = $__________________



CLIN 0003: PRIME LENS KIT
DESCRIPTION:
CANON EF CINEMA PRIME LENS KIT; 25, 50, 85MM; 4K RESOLUTION; T1.3 AND T1.5 MAX APERTURES; INCLUDES: CN-E 24MM T1.5 L F CINE LENS(6569B001), CN-E 50MM T1.3 L F CINE LENS(6570B001), CN-E 85MM T1.3 L F CINE LENS(6571B001); ALL LENSES: 4.66 X 4.66 X 4-IN.



UNIT PRICE @ _____________ x 2 EA = $__________________


 


CLIN 0004: MONITOR/RECORDER
DESCRIPTION:



1280 X 720 ON-CAMERA MONITOR AND RECORDER; 5-IN IPS/325 DPI TOUCHSCREEN DISPLAY; WAVEFORM, VECTORSCOPE, FOCUS PEAKING; RECORDS 1080P, 10-BIT, 4:2:2; PRORES OR DNXHD ENCODING AND PLAYBACK; HDMI INPUT AND LOOPOUT; ACCEPTS 2.5-IN HDD/SSD; C/W: DOCKING STATION W/USB 3.0/3.0 CABLE; SONY-TYPE NP-F570 BATTERY, SINGLE BATTERY CHARGER, AC ADAPTER, 2EA MASTER CADDIES, CANON LP-E6 BATTERY ADAPTER, NIKON EN-EL15 BATTERY ADAPTER, CARRY CASE.



UNIT PRICE @ _____________ x 2 EA = $__________________


 


CLIN 0005: BATTERY PACK
DESCRIPTION:
7.4V LI-ION; 5200MAH; F/U/W: CANON XF SERIES; 4-LED POWER INDICATORS; .55-LB.



UNIT PRICE @ _____________ x 4 EA = $__________________


 


CLIN 0006: GIMBAL STABILIZER
DESCRIPTION:
3-AXIS; BRUSHLESS; SUPPORTS CAMERAS UP TO 16-LBS; TRANSMITTER FOR REMOTE PAN/TILT; TOOL-LESS BALANCE ADJUSTMENT; BLUETOOTH WIRELESS INTERFACE FOR SETUP; 15MM RODS PLUS MOUNT POINTS FOR ACCESSORIES; 2EA POWERTAP W/REGULATED 12VDC OUTPUT; 1EA USB TYPE A FEMALE SUPPLIES 500MW; C/W: HANDLEBAR, RONIN TRANSMITTER, GIMBAL TUNING STAND, QUICK SWAP SMART BATTERY, BATTERY CHARGER, ANSI POWER CORD, JIS POWER CORD, CE POWER CORD, SAA PLUG ADAPTER, BS PLUG ADAPTER, MICRO USB CABLE, CAMERA MOUNT PLATE, EXTENSION ROD HOLDER, 6EA ADJUSTABLE LENGTH EXTENSION RODS, 2EA CAMERA SCREW A, 2EA CAMERA SCREW B, 2EA M4X10 SCREW, LENS SUPPORT SCREW, LENS SUPPORT, 2EA TOP BAR QUICK RELEASE ACCESSORIES MOUNT, ALLEN WRENCH, HARD CASE.



UNIT PRICE @ _____________ x 1 EA = $__________________


 


CLIN 0007: WAVEFORM MONITOR
DESCRIPTION:
WFM7200 MULTI-STANDARD, MULTI-FORMAT WAVEFORM MONITOR, 2 SDI INPUTS (HD AND SD-SDI SUPPORT ON THE SAME INPUTS-AUTODETECT; INCLUDED OPTS: WFM7200-SIM INTERNAL OPTION ADDS SIMULTANEOUS MONITORING OF 2 HD/SD-SDI INPUTS OR 1 HD/SD-SDI INPUT AND 1 CPS INPUT TO THE TEKTRONIX WFM7200, WFM7200-PROD INTERNAL OPTION ADVANCED GAMUT MONITORING PACKAGE (SPEARHEAD GAMUT DISPLAY AND LUMA QUALIFIED VECTOR DISPLAY) TO THE TEKTRONIX WFM7200.



UNIT PRICE @ _____________ x 1 EA = $__________________


 


CLIN 0008: SLIDER WITH TILT HEAD
DESCRIPTION:
MOTORIZED PARABOLIC SLIDER; TRACK LENGTH 36-IN(91.44 CM); SPEED CONTROL: REAL-TIME WHEEL CONTROLLED; LEVELING ADJUSTMENT: BUBBLE LEVEL; MAX CAMERA WEIGHT: 20 LB (9.07 KG); SUPPORT: CENTERED BOTTOM PLATE WITH TRIPOD MOUNT HOLES (1/4-IN AND 3/8-IN), RUBBERIZED CORNER FEET FOR TABLETOP OR GROUND; ACCESSORY MOUNTING: INTEGRATED 3/8-IN AND 1/4-IN FEMALE MOUNTING POINTS ON THE REAR; CAMERA HEAD: HEAVY LOAD TILT HEAD; ALIGNMENT SETUP: LASER ASSISTED WITH ON/OFF TOGGLE; CARRY HANDLE: INTEGRATED SOFT HANDLE; POWER UNIVERSAL AC ADAPTER, D-TAP BATTERY; DIMENSIONS 9.00 X 3.25 X 46.00-IN; WEIGHT 14.50 LB (6.58 KG) INCLUDING TILT HEAD; C/W: AC ADAPTER(110/220) W/INTERNATIONAL PLUG ADAPTERS, SOFT CASE.



UNIT PRICE @ _____________ x 1 EA = $__________________


 


CLIN 0009: JIB
DESCRIPTION:
WITH SWIVEL MOUNT; TELESCOPIC DUAL RAIL ARM DESIGN; MAX REACH: 5-FT; 50-LB CAPACITY; BALL RELOCATOR W/100MM BOWL; TELESCOPIC WEIGHT BAR; SWIVEL MOUNT TO TRIPOD USING A 100MM LEVEL-ABLE BALL, 75MM FIXED RING MOUNT, OR A FLAT MOUNT; 46-IN COLLAPSED LENGTH.


 



UNIT PRICE @ _____________ x 1 EA = $__________________



CLIN 0010: COLOR CALIBRATION SYSTEM
DESCRIPTION:
CALIBRATE TO REFERENCE CONDITION, HIGH LEVEL OF COLOR CONTROL, FLEXIBILITY IN POST-PRODUCTION; 7-COLOR SENSOR; DOUBLE-SHIELDED FILTERS; CALIBRATES DESKTOP/LAPTOP, PROJECTORS, IPAD/IPHONE, USING FREE APP; WORKS WITH MULTIPLE DISPLAY TECHNOLOGIES; STEP-UP FEATURES FOR GREATER CONTROL; MAC/PC COMPATIBLE;STUDIO MATCH ASSISTANT; UNLIMITED CALIBRATION SETTINGS; USER DEFINED AND REC. 709 SETTINGS; 5 AMBIENT LIGHT SETTINGS.



UNIT PRICE @ _____________ x 1 EA = $__________________



CLIN 0011: SOFTWARE
DESCRIPTION:
RED GIANT COLOR SUITE 11 OR LATEST VERSION; MAC/WIN; ENGLISH; SINGLE USER; INCLUDES COLORISTA, COSMO, LUT BUDDY, MOJO, DENOISER, MAGIC BULLET LOOKS, ADVANCED COLOR CORRECTION TOOLS, DENOISE PLUG-IN, SKIN TONE SMOOTHING; DOWNLOAD.



UNIT PRICE @ _____________ x 1 EA = $____________________



CLIN 0012: SOFTWARE
DESCRIPTION:
VIDEO COPILOT 3D DESIGN BUNDLE; DOWNLOAD; ENGLISH; INCLUDES: PRO SHADERS, 3D ARCHITECTURE BUNDLE, MOTION DESIGN PACK ABSTRACT SHAPES AND ELEMENTS.



UNIT PRICE @ _____________ x 1 EA = $__________________


 



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


HAF ICM
AF BPN NO MILSBILLS PROCESSES
1405 AIR FORCE PENTAGON
WASHINGTON DC 20330-1405


FINAL DESTINATION
USAF TELEVISION SERVICE CENTER
SAF/AAIR RIIN 1E782 1220 AIR FORCE
PENTAGON WASHINGTON DC 20330-



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 (JAN 1999) applies with the following insertion at paragraph (a): Technical and Price; with award being made to the lowest priced responsible, responsive quote meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the products provided meeting the minimum salient characteristics and 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.

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.

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 52.203-1 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 Unclassified Controlled Technical Information
DFARS 252.203-7098 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-O0010) (Feb 2015)


PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015)


(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 Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (FEB 2015)


PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL
CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-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 5 JUNE 2015 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 HQ002851130295 " 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: _____________________________________________


 


 


Claudio T. Casupang, CONTRACT SPECIALIST, Phone (951) 413-2381, Email claudio.t.casupang2.civ@mail.mil - Susan M. Madrid, CONTRACTING OFFIERS, Phone 951-413-2371, Fax 951-413-2432, Email susan.m.madrid.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP