Federal Bid

Last Updated on 18 May 2012 at 8 AM
Combined Synopsis/Solicitation
Riverside California

VTM AND OPTION DUAL EQUIPMENT

Solicitation ID HQ003021000002000
Posted Date 17 Apr 2012 at 3 PM
Archive Date 18 May 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dma Riverside
Agency Department Of Defense
Location Riverside California United states
COMBINED SYNOPSIS/SOLICITATION
VTM AND OPTION DUAL EQUIPMENT

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 HQ003021000002000 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 2005-56, effective 02 April 2012 and DFARS Change Notice 20120330.

c. This procurement is a 100% small business set-aside, associated with NAICS Code 334310, and small business size standard of 750 EMP.

d. Description: (Items are Brand Name or Equal)

CLIN 0001: QTY: 1EA, PART NUMBER: VTM4150PKG-EJ, VTM SERIES PACKAGE WITH FOUR PICTURE DISPLAY AND HD/SD EYE/JITTER INPUTS, VTM Series rasterizer package, supporting four picture display with HD/SD-SDI advanced jitter eye pattern inputs.


1EA @ _____________ = $________________


CLIN 0002: QTY: 1EA, PART NUMBER: TVM-VTM-SDI-H, OPTION DUAL HD/SD-SDI INPUT MODULE
Provides two passive looping SMPTE 292M (HD-SDI) and SMPTE 259M-C (SD-SDI) inputs, auto detect, line select, internal, blackburst or tri-level references.


1EA @ _____________ = $________________


CLIN 0003: QTY: 1EA, PART NUMBER: TVM-VTM-ASI, OPTION DUAL DVB-ASI/SMPTE 310 INPUT MODULE
Provides two passive-looping DVB-ASI and SMPTE310 inputs. It accepts two independent MPEG streams and analyzes one selected stream for compliance to measurement guidelines of ETSI TR-101-290 (ETR-290) first, second, and third priority standards


1EA @ _____________ = $________________

CLIN 0004: QTY: 1EA, PART NUMBER: TVM-VTM-3GB, OPTION DUAL 3GB/S INPUT MODULE FOR 4140 & 9140 PKG Input module for the TVM-9140PKG and VTM-4140PKG accepts two active-looping triple-rate (2.97 Gb/s, 1.485 Gb/s, and 270 Mb/s) 3Gb/s-SDI, HD-SDI, or SD-SDI input signals for display and analysis. It also supplies additional support for dual-link HD-SDI 12-bit YCbCr and RGB video formats. One triple-rate SDI monitor output follows the selected SDI video input, or an internal Test Signal Generator can be selected. The internal Test Signal Generator can display color bars, pathological checkfield, or color bars with motion, and is free-running (no genlock capability). Embedded audio and Video Payload ID per SMPTE 352M-202 ancillary data insertion is also supported


1EA @ _____________ = $________________


CLIN 0005: QTY: 1EA, PART NUMBER: VTM-A3-OPT 3TL, AUDIO FOR VTM SERIES WITH LOUDNESS & TRUE PEAK Advanced Audio Analysis Option for VTM Series. Loudness monitoring with Trend chart and True Peak to BS.1770. Bargraphs and Cinesound. View up to 8 audio channels. Inputs 4 Analog stereo, 8 AES/EBU (4 shared with outputs) and 16 channels of embedded audio. Outputs up to 8 analog channels. Channel mapping, custom meter labels and peak level reporting. Use VTM-A3-OPT V2A to add lip sync measurement. Factory installed. (Additional fee if not installed at time of original purchase.)


1EA @ _____________ = $________________

 

OVERALL TOTAL = $____________________


e. Delivery and acceptance will be made at:

AFN-BC
23755 Z Street
Riverside CA 92518


f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (FEB 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov.

g. FAR Provision 52.212-2 (Evaluation - Commercial Items) (JAN 1999) with the following insertion in Para (a) "lowest priced technically acceptable with acceptable past performance." Technical evaluation will be determined in accordance with "Description" paragraph (d) above.

h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (APR 2012). Electronic ORCA is located at http://orca.bpn.gov.


i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil.

FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2012)
FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues
Or Executive Orders-Commercial Items) (APR 2012)
FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage
Business Concerns) (JAN 2011)
FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration)
(OCT 2003)
DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR)
(SEP 2007)
DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008)
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, 52.0100-4028 (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.

j. The DPAS rating is: A70

k. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 01 May 2012 IN ORDER TO BE CONSIDERED. Send quotation responses to Shevonn Moore @ [email protected] or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2634.


PLEASE NOTE: The Government reservies the right to award only one contract. 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.

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Feb 2022 at 5 AM
Louisiana 19 Apr 2022 at 4 AM
Washington District of columbia 16 Nov 2023 at 5 PM
Wisconsin 27 Nov 2023 at 5 AM
Arnold Missouri 23 Jul 2020 at 5 PM

Similar Opportunities

Poway California 25 Jul 2025 at 8 PM
Boston Massachusetts 18 Jul 2025 at 2 PM