Washington, DC Bids > Bid Detail

59--Podcast Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159893764810090
Posted Date: Sep 12, 2023
Due Date: Sep 14, 2023
Solicitation No: DrumMICCMJH0004
Source: https://sam.gov/opp/9cdbe210af...
Follow
59--Podcast Equipment
Active
Contract Opportunity
Notice ID
DrumMICCMJH0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 12, 2023 02:46 pm EDT
  • Original Published Date: Sep 06, 2023 04:27 pm EDT
  • Updated Date Offers Due: Sep 14, 2023 05:30 pm EDT
  • Original Date Offers Due: Sep 13, 2023 06:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Mar 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5965 - HEADSETS, HANDSETS, MICROPHONES AND SPEAKERS
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    1500 Army Pentagon Washington , DC 20310
    USA
Description View Changes
AMENDMENT NOTICE: 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. The solicitation number is DrumMICCMJH0004 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 1,250.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-09-14 17:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Washington, DC 20310

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: PTZ Camera Kit with 28-135mm Lens, PTZ Camera Kit, with 28-135mm E Mount Lens. Full Frame Camera, supported up to UHD 4K Video. 12G-SDI Video Output, HDMI Output. Integrated Electronic ND Filter from 1/4- 1/128. Internal Recording capabale, 2, ea;
LI 002: PTZ Camera Controller, Compact desktop PTZ Controller using a joystick, capable of controlling up to 100 Cameras via IP signal. Must include Camera "Paint" functions that include black and white balance, dteial level, knee point, iris, gain adjustment, and shutter speed.., 1, ea;
LI 003: Condenser Broadcast Microphone, Medium-diaphragm Supercardiod Condenser Mircrophone, with integrated Pop Filter, and Ball-Joint Mic Adapter. Black finish. Must be able to handle a MAX SPL of 145dB. XLR Connection. No more than 1lb in weight., 8, ea;
LI 004: Adjustable Height Desktop Mic Stand, Adjustable height desktop mic stand, Black Finish, 4, ea;
LI 005: Closed back monitoring headphone, Closed-back circumoral collapsible headphones, 45mm Neodymium Magnet Drivers, detachable cable, 1/4" Adapter and carrying pouch. 15Hz - 28KHz frequency response, 10, ea;
LI 006: 6-Channel Headphone Amp, 6-channel headphone amp with EQ, PAN/Mix, Aux input, and individual level meter on each channel. 1RU mountable., 2, ea;
LI 007: Field and Studio Monitor Headphones, Closed-back circumoral collapsible headphones with UniMatch plug for 1/8" and 1/4" headphone jacks, frequency response of 10Hz-20kHz, 7, ea;
LI 008: Open Back Reference Monitor Headphones, Open-Back Headphones with a 5Hz-80kHz Frequency Response, detachable cables and 1/8" adapter., 5, ea;
LI 009: Tabletop Mic stand, desktop/Floor Mic Stand, 11.22" to 15.74" adjustable height. Boom arm and Flat Base, 8, ea;
LI 010: 22-Channel Digital Mixer with Dante, 22-Channel Digital Mixer with 16 Mic PreAmps, 9 Motorized Faders, 9" Touch Screen, 18in/18Out via USB, 16in/16out via Dante Network, 2, ea;
LI 011: Studio Workstation - Black, Studio Workstation with Dual 4ru Rack Bays, keyboard tray and built in cable management. Black finish with 40x16 inch workspace, 1, ea;
LI 012: Softbox for Astra 1x1, Softbox for Selected 1x1 LED Panel, 6, ea;
LI 013: Astra 6X Bi-Color LED Light Panel, Bi Color LED Light Panel; 3200 to 5600K color control, Output of 6330 Lux at 3.3', standard yoke with US Power, 6, ea;
LI 014: LED Fresnel Light, 4 inch LED Fresnel Light; 5600K Daylight Balanced, Beam control of 15 to 71 Degrees, 575W HMI Equivalent, 4 Way Barn doors, US power, 2, ea;
LI 015: Pixel Contoller, 8-Universe, dual-output eDMX to LED pixel data converter, 2, ea;
LI 016: LED Strips, RGBW LED Strip, on black pcb. 13ft long, 60 LEDs per 3.2', 402 Lumes per 3.2' of LEDs. 5V, 10, ea;
LI 017: Led Strip Injector, Pixel controller, 5V power injector for Plink protocol, supports up to 340 RGB Pixels, 10, ea;
LI 018: 24"x24"x2" Acoustic Panels, Black, Bevel, Owens 703, 24"x24"x2" Acoustic Panels, Black, Beveled edges, Owens703 insulation. Must include mounting hardware for each panel, 60, ea;
LI 019: Wall Treatment, Sound Absorption sheets, Black, 8'x4' and cannot weigh more than 10lbs. Must include mounting hardware for each sheet to hang onto a wall., 8, ea;
LI 020: On Air light, 3-Sided Verical On-Air Light. 12VDC, 2, ea;
LI 021: Logic/Control Interface for Tally Lights, Logic/Control Interface for controlling Low Voltage Studio Tally Lights, 2, ea;
LI 022: 5 Pin DMX Cable, 300ft spool, 5-Pin DMX Cable, Black, 300ft spool 22AWG, 3, ea;
LI 023: 3 Pin DMX Cable, 300ft spool, 3-Pin DMX Cable, Black, 300ft spool 22AWG, 3, ea;
LI 024: 5 Pin Male XLR, 5-Pin XLR Male Connecter, 40, ea;
LI 025: 5 Pin Female XLR, 5-Pin XLR Female Connecter, 40, ea;
LI 026: 3 Pin Male XLR, 3-Pin Male XLR, Black Finish, Gold Contacts, 40, ea;
LI 027: 3 Pin Female XLR, 3-Pin Female XLR, Black Finish, Gold Contacts, 40, ea;
LI 028: Cat6 Standard UTP Cable, 1000ft Black, CAT6 UTP Cable for use up to 1000BASE-TX, length markers on Cable Jacket, 1000ft, Black, 2, ea;
LI 029: CAT6 Shielded Connectors with internal ground, bag of 100, EZ-RJ45 shielded connector with internal grounding tabs, bag of 100, 2, ea;
LI 030: Crimp Frame with Die for Crimping All EZ-RJ45 Connectors, Crimp Frame With Die For Crimping All EZ-RJ45 Connectors, 4, ea;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) codefor this procurement can be found. The small business sizestandard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of GovernmentBuildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Materialinspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity

Prohibition on a ByteDance Covered Application
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >