CLIN 0001: DIGIDESIGN 9935-55144-03 HD/C24 PROTOOLS STUDIO BUNDLE FOR PCIE to include: DIGIDESIGN 9900-55144-00 C24 24-CHANNEL CONTROL SURFACE FOR PROTOOLS LE/TDM, DIGIDESIGN 9930-38545-00 PROTOOLS HD2 ACCEL WITH PCI-E (1) HD CORE (1) HD ACCEL, DIGISIGN 9900-28266-00 96 I/O 96 KHZ/24 BIT 8 CH AD/DA, DIGIESIGN 9940-58395-00 C24 CABLE KIT - HD,
1 DIGIESIGN 9910-10250-00 DINR (TDM+AS) NOISE REDUCTION PLUG IN
1 DIGIESIGN 9910-13520-00 SMACK TDM (TDM+RTAS+AS)
BOMB FACTORY PULTEC BUNDLE
BOMB FACTORY SLIGHTLY RUDE COMPRESSOR and 1 DIGIESIGN 9910-13846-00 TL SPACE TDM PLUG-IN
CLIN 0002: DIGIESIGN 9900-30635-00 961 (16) IN/(2) OUT 96KHZ/24 BIT I/O
CLIN 0003: DIGIESIGN 9900-28980-00 PACE ILOK
CLIN 0004: APPLE MB535LL/A MAC PRO DUAL QUAD 2.26GHZ/6GB RAM,/640GB HD
CLIN 0005: APPLE MB382LL/A 24' LED CINEMA DISPLAY
CLIN 0006: SEAGATE CM7227 SEAGATE 1TB 7200RPM SATA DRIVE
CLIN 0007: WAVES DATDM DIAMOND BUNDLE (PLATINUM, RESTORATION, TRANSFORM)
End Item Description. This requirement is a BRAND NAME requirement for a Pro Tools HD Recording System ONLY. Vendors may only bid for ProTools equipment. The attached Justification and Approval has been approved for this requirement. FOB point is Destination. The required delivery date is 30 days after recipte of award. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. 252.225-1 Buy American Act - Supplies. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Shea DeGruy. at 633D CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer is the lowest price. Quotes must be signed, dated and submitted by August 3 2010, 4:00 pm, Eastern Standard Time (EST) to the 633D Contracting Squadron/LGCA, Attn:Shea DeGruy, Contract Administrator, Commercial Phone 757-764-2926, Fax 757-225-7447, E-mail [email protected], All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost.
POINT OF CONTACT
Shea DeGruy Contract Administrator, Phone 757-764-2926, Fax 757-225-7447, [email protected]
Email your questions to Brian M Chin at [email protected]