Federal Bid

Last Updated on 13 Jul 2014 at 8 AM
Combined Synopsis/Solicitation
Camp pendleton California

59--Live Performance Sound System

Solicitation ID M00681-14-T-0010
Posted Date 10 Jan 2014 at 12 AM
Archive Date 13 Jul 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usmc Fedbid
Agency Department Of Defense
Location Camp pendleton California United states 92055
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 M00681-14-T-0010 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 FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-01-14 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Camp Pendleton, CA 92055

The USMC - Camp Pendleton requires the following items, Brand Name or Equal, to the following:
LI 001: The government requires purchase of a Powered Compact Line Array Element W/ DPIP. The item must be Brand Name or Equal to JBL (manufacturer part # VT4887ADP). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: Constructed of high quality lightweight material which provides exceptionally rigid and rugged exterior components that are weatherized integrated and made of heat-treated alloys. Hanging or stand-alone capable. Flexibility to extend capabilities via setup configurations and multiple elevations such as hanging (also known as flying) or stationary surface. Built in audio system multi-state limiters Analog F-XLR Active 20k Ohms Balanced AES F-XLR, 110 ohms Signal Loop-Through: M-XLR (analog pass-through) M-XLR (buffered AES) Controls: Via System Software AC Power Operating Range: Auto Select 90-132/VAC 50/60 Hz AC Line Voltage: 50/60 Hz, Auto-Detect; 120V/240V (10%) AC Input. Signal Processing: Modular input bays that provide the choice of analog or digital audio input (HD processing provides precision bandpass filters, limiting, pre-equalization filters), with the capability of networked control, monitoring and automatic self-test functions. Compatible with multiple consoles (analogue and digital) Specifications: Frequency Response (3 dB): 67 Hz 20 kHz Frequency Range (-10 dB): 55 Hz 22 kHz Horizontal Coverage Angle (-6 dB): 100 deg. nominal (500 Hz 16 kHz) Vertical Coverage Angle (-6 dB) Varies with array size and configuration Maximum Peak Output1: 136 dB SPL, 1m Transducer Sections: Low Frequency: Two 2168H-1, 203 mm (8 in) dia., 76 mm (3 in) Dual Coil, Differential Drive, Direct Cooled Bandpass Nominal Impedance: 4 ohms (LF woofers wired in parallel) Mid High Frequency: MID: Four 2104H 101 mm (4 in) with 25.4 mm (1 in) dia. voice coil HF: Two 2408H 25 mm (1 in) exit compression drive, 38 mm (1.5 in) voice coil Bandpass Nominal Impedance: 8 ohms (drivers wired in series-parallel) System DP2 Internal Amplification Output (at load): 2200W Peak, 1100W Continuous Output DP2 Output., 8, EA;
LI 002: The government requires purchase of a Array Frame for all Arrayable Elements/Modules. The item must be Brand Name or Equal to JBL (manufacturer part # VT4887AF). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: Frame for use as bottom anchor on large arrays used in a situation where hanging from trust and enabling ground-stacking up to 6 units. This item is necessary to use the requested items as a complete unit (i.e. left and right side)., 2, EA;
LI 003: The government requires purchase of a 1x18" Powered Compact Arrayable Subwoofer Module. The item must be Brand Name or Equal to JBL (manufacturer part # VT4881ADP). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: Specifications: Line Array Element: Frequency Response (3 dB): 67 Hz 20 kHz Frequency Range (-10 dB): 55 Hz 22 kHz Horizontal Coverage Angle (-6 dB): 100 deg. nominal (500 Hz 16 kHz) Vertical Coverage Angle (-6 dB): Two 2168H-1, 203 mm (8 in) dia., 76 mm (3 in) Dual Coil, Differential Drive, Direct Cooled Bandpass Nominal Impedance: 4 ohms (LF woofers wired in parallel) Mid High Frequency: MID: Four 2104H 101 mm (4 in) with 25.4 mm (1 in) dia. voice coil HF: Two 2408H 25 mm (1 in) exit compression drive, 38 mm (1.5 in) voice coil Bandpass Nominal Impedance: 8 ohms (drivers wired in series-parallel)System DP2 Internal Amplification Output (at load): 2200W Peak, 1100W Continuous DP2 Output. AC Line Voltage: 50/60 Hz, Auto-Detect; 120V/240V (10%) AC Input Connector: AC Power Loop-thru: AC Current Requirement: 4A per system at 120V, 3A per system at 240V Enclosure Box. Locking AC connectors with a loop through system and quick release pins with restraining lanyards Grille: Black perforated steel., 4, EA;
LI 004: The government requires purchase of a 150' Snake. The item must be Brand Name or Equal to Whirlwind (manufacturer part # W04PR-MT4FM). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: 150' length 4 Fantail Pair XLR Snake from Front of House to the Stage., 1, EA;
LI 005: The government requires purchase of a 75' Snake. The item must be Brand Name or Equal to Whirlwind (manufacturer part # W02PR-MT4FM). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: 75' Two Pair XLR Snake from Stage Left to Stage Right., 1, EA;
LI 006: The government requires purchase of a 18" Powercon Jumper. The item must be Brand Name or Equal to Whirlwind (manufacturer part # NAC-3-001.5). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: 18" Powercon inlet to Powercon outlet cable for linking two Power Link PL1-420 boxes together, or for use with PL1DI distribution interface boxes., 7, EA;
LI 007: The government requires purchase of a 36" Powercon Jumper. The item must be Brand Name or Equal to Whirlwind (manufacturer part # NAC-3-003.0). Items that are considered to be technically equal to this brand name will need to posess, at a minimum, the following salient characteristics: 36" Powercon inlet to Powercon outlet cable for linking two Power Link PL1-420 boxes together, or for use with PL1DI distribution interface boxes., 3, EA;
LI 008: The government requires purchase of a 18" XLR Patch Cable., 7, EA;
LI 009: The government requires purchase of a 36" XLR Patch Cable., 5, EA;
LI 010: The government requires purchase of a 25' 12/3 Male Edison to Female Powercon Cable., 5, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, USMC - Camp Pendleton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - Camp Pendleton 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

Reporting Executive Compensation and First Tier Subcontract Awards

Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

Notice of Total Small Business Aside

Notice of Set Aside of Orders

Post-Award Small Business Program Rerepresentation

Convict Labor

Child Labor---Cooperation with Authorities and Remedies.

Equal Employment Opportunity

Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

Affirmative Action for Workers With Disabilities

Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

Energy Efficiency in Energy-Consuming Products

Encouraging Contractor Policies to BanText Messaging While Driving

Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications

Restrictions on Certain Foreign Purchases.

Payment by Electronic Funds Transfer - System for Award Management

Service Contract Act of 1965

Statement of Equivalent Rates for Federal Hires

Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts)

Fair Labor Standards Act and Service Contract Act -- Price Adjustment

Buy American Act?Supplies

Buy American Act ?Free Trade Agreements ? Israeli Trade Act

Buy American Act ?Free Trade Agreements ? Israeli Trade Act

Buy American Act ?Free Trade Agreements ? Israeli Trade Act

Buy American Act ?Free Trade Agreements ? Israeli Trade Act

Clauses Incorporated by Reference

Requirements Relating to Compensation of Former DoD Officials

Alternative Line Item Structure

Item Identification and Valuation

Reporting of Government-Furnished Property

Notice of Intent to Resolicit

Buy American?Balance of Payments Program Certificate

Buy American and Balance of Payments Program

Buy American and Balance of Payments Program

Trade Agreements Certificate

Trade Agreements Certificate

Trade Agreements

Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate.

Buy American Act--Free Trade Agreements--Balance of Payments Program

Prohibition of Hexavalent Chromium

Wide Area Workflow Payment Instructions

Subject to Availability of Funds

Option to Extend Services.

Option to Extend the Term of the Contract.

Brand Name or Equal

Instructions to Offerors- Commercial Items.

Buy American Act Certificate

Buy American Act -- Free Trade Agreements ? Israeli Trade Act Certificate

Buy American Act -- Free Trade Agreements ? Israeli Trade Act Certificate

Buy American Act -- Free Trade Agreements ? Israeli Trade Act Certificate

Buy American Act -- Free Trade Agreements ? Israeli Trade Act Certificate

Service of Protest

Site Visit

F.O.B. Origin and/or Destination Evaluation

Representation Relating to Compensation of Former DoD Officials

Evaluation-Commercial Items.

Offerors Representations and Certifications-Commercial Items.

Small Business Program Representations

Previous Contracts and Compliance Reports

Contract Terms and Conditions- Commercial Items

Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)

Protection of Govt Bldgs, Eq, and Vegetation

F.O.B. Destination

Requirement to Inform Employees of Whistleblower Rights

Alt 1 Item Identification and Valuation

Levies on Contract Payments

Pricing of Contract Modifications

Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation) Incorporating the Following Clauses: (XXX, XXX, XXX, XXX)

Site Visit

System for Award Managment

Bid Protests Not Available

Similar Past Bids

Fort hood Texas 15 May 2006 at 4 AM
Peterson Alabama 01 Dec 2008 at 8 PM
Lackland air force base Texas 19 May 2004 at 5 AM
Milwaukee Wisconsin 31 Aug 2012 at 5 PM
New york New york 01 May 2008 at 9 PM

Similar Opportunities

Colorado 31 Jul 2025 at 4 AM (estimated)
Colorado 31 Jul 2025 at 4 AM (estimated)
Sioux falls South dakota 16 Jul 2025 at 7 PM