United States - Avid storage editors

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
01 August 2019
Opportunity publication date
24 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 23, 2019 9:52 am

COMBINED SYNOPSIS/SOLICITATION
HQ002891352165

Title: AVID STORAGE/EDITORS
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.
a. Solicitation Number HQ002891352165 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 Federal Acquisition Circular 2019-01, effective 22 January 2019 and DFARS Change Notice 20181221.
c. This procurement is brand name associated with NAICS Code 334310 with a size standard of 750 employees. This procurement is 100% set aside for Small Business.
d. Description: THESE ITEMS ARE BRAND NAME 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 MANAGEMENT ENGINE UPGRADE
DESCRIPTION: Including the following: Avid MediaCentral Production Management Engine Upgrade for System ID# 110000311351. USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. (AVID & IRON BOW PN# 9635-70310-00)

UNIT PRICE @ _____________ x 1 EA = $__________________
 
CLIN 0002: STORAGE SYSTEM UPGRADE W/OPTION
DESCRIPTION: AVID NEXIS PRO 40TB INTELLIGENT STORAGE SYSTEM AND OPTIONS; EACH SYSTEM IS COMPRISED OF THE ITEMS BELOW AND MUST BE DELIVERED AS A COMPLETE KIT (ALL ITEMS AT ONCE); SYSTEM AND OPTIONS C/O:
1EA AVID P/N# 9935-71997-01 AVID NEXIS PRO 40TB ENGINE Avid NEXIS | PRO 40TB Engine (AVID PN# 9935-71997-01) USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. (IRON BOW 9935-71997-02)

1EA AVID P/N# 7070-30615-03 Direct Attach 10G Cable Copper, 10GbE SFP+ Cable, 3 Meter (AVID & IRON BOW PN# 7070-30615-03); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 9935-65890-01 Dell Networking N3024 24-Port RJ45 Copper 1GigE Switch with redundant power supplies, 2 built-in 10G and a 2-port 10G Ethernet module, 2 stacking interfaces and rack kit. Includes 1 Year ExpertPlus w HW Support [open market item] (AVID & IRON BOW PN# 9935-65890-01) USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
3EA AVID P/N# 7070-30026-01 Dell N3000 SFP+ 10GigE Single Transceiver SR (850 nm) [open market item] (AVID & IRON BOW PN# 7070-30026-01); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 9900-71316-00 Spare 4TB HDD (in carrier) for Avid NEXIS | PRO 40TB [open market item] (AVID & IRON BOW PN# 9900-71316-00); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 9920-65278-00 Avid Standard Support for NEXIS | PRO 40TB, Software with Extended Hardware Coverage [Annual] (AVID PN# 9920-65278-00); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. (INCLUDED IN IRON BOW PN# 9935-71997-02)

UNIT PRICE @ _____________ x 1 EA = $__________________

CLIN 0003: EDITING SYSTEM UPGRADE W/OPTIONS
DESCRIPTION: AVID MEDIA COMPOSER EDIT SYSTEM UPGRADE; EACH KIT IS COMPRISED OF THE ITEMS BELOW AND MUST BE DELIVERED AS A COMPLETE KIT (ALL ITEMS AT ONCE); SYSTEM C/O:
1EA AVID P/N# 9635-70605-00 HP Z8 G4 Workstation, Dual Intel 5118 Xeon 2.3GHz 12C, 64GB (8x8GB) RAM, 512GB SATA SSD, P4000 8GB Video, DVDRW, Keyboard, Mouse, 3-3-3 Warranty, Win 10 Pro 64 Bit, 1125W with Media Composer | Production Pack (AVID PN# 9635-70605-00); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. (IRON BOW PN# 9635-72605-00)
1EA AVID P/N# 9925-65420-00 Nitris DX Trade-in for Artist | DNxIQ (AVID & IRON BOW PN# 9925-65420-00); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 9900-71271-00 Artist Artist DNxIQ PCIe Connection Kit (AVID & IRON BOW PN# 9900-71271-00); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 0540-60117-15 Artist | DNxIQ Extended Hardware Add-on (AVID PN# 0540-60117-15); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY. (IRON BOW PN# 0540-30487-15)
1EA AVID P/N# 7010-30241-01 Myricom 10G-PCIE-8B-S+E 10GBE NIC, with 850nM Short Range (SR) Optical Transceiver (AVID & IRON BOW PN# 7010-30241-01). USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.

UNIT PRICE @ _____________ x 2 EA = $_________________

CLIN 0004: AVID SUPPORT RENEWAL
DESCRIPTION AVID SUPPORT RENEWAL; INCLUDES:
2EA AVID P/N# 0541-39312-14 Media Composer Standard & Elite Support Bundle Renewal for System ID#s 4016394107 and 4016394270 (AVID & IRON BOW PN# 0541-39312-14); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 0541-30220-10 Avid Advantge, Pro Tools Non-HD Software, Elite Renewal [open market item] System ID# 0007B44 (AVID & IRON BOW PN# 0541-30220-10); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.
1EA AVID P/N# 0541-30182-10 Avid Advantage, Interplay, Elite Renewal for System ID# 110000311351 (AVID & IRON BOW PN# 0541-30182-10). USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.

UNIT PRICE @ _____________ x 1 EA = $___________________
 
CLIN 0005: ENTERPRISE SOFTWARE BUNDLE UPGRADE
DESCRIPTION: BUNDLE CONSISTS OF:
4EA AVID P/N# 0530-03093-01 AVID ENTERPRISE SOFTWARE BUNDLE UPGRADE (ONSITE) TO BE CONDUCTED AT VISE, BLDG 3266, KLEBER KASERNE, MANNHEIMERSTRASSE. 200, 67655 KAISERSLAUTERN, GERMANY. Service, System Commissioning Daily Rate including Travel Expenses [open market item] - Install NEXIS PRO, Install MediaCentral Production Management Engine, Install 2 HP Z8 CPUs and upgrade 2 edit systems to latest shipping version of Media Composer, Load Production Packs, Install 2 DNxIQ, Upgrade ISIS to latest shipping version, Set up ISIS/NEXIS for media migration to be completed by customer (AVID & IRON BOW PN# 0530-03093-01); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.1EA AVID P/N# 0530-03097-01 SERVICE, PROJECT MANAGEMENT DAILY RATE;
1EA AVID P/N# 0530-03119-01 AVID ENTERPRISE SOFTWARE BUNDLE UPGRADE (ONSITE) TO BE CONDUCTED AT VISE, BLDG 3266, KLEBER KASERNE, MANNHEIMERSTRASSE. 200, 67655 KAISERSLAUTERN, GERMANY. Service, Project Management Daily Rate (AVID & IRON BOW PN# 0530-03097-01); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.

UNIT PRICE @ _____________ x 1 EA = $_________________
 
CLIN 0006: AVID TRAINING
DESCRIPTION: 1EA AVID P/N# 0550-30859-00 TRAINING ON UPGRADES TO VISE MEDIA MANAGEMENT SYSTEM. TRAINING TO BE CONDUCTED AT VISE, BLDG 3266, KLEBER KASERNE, MANNHEIMERSTRASSE 200, 67655 KAISERSLAUTERN, GERMANY AFTER COMMISSIONING OF MEDIA MANAGEMENT SYSTEM UPGRADES. Avid Education, NX216 NEXIS System Administration, 1 Day, On-site including Travel Expenses (AVID & IRON BOW PN# 0550-30859-00); USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.1 DAY, ON-SITE INCLUDING TRAVEL EXPENSES, KAISERSLAUTERN GE;
2EA AVID P/N# 0550-03540-01 TRAINING ON UPGRADES TO VISE MEDIA MANAGEMENT SYSTEM. TRAINING TO BE CONDUCTED AT VISE, BLDG 3266, KLEBER KASERNE, MANNHEIMERSTRASSE 200, 67655 KAISERSLAUTERN, GERMANY AFTER COMMISSIONING OF MEDIA MANAGEMENT SYSTEM UPGRADES. Includes the following training services: Avid Education, Customized Training, On-site including Travel Expenses - What's New in Avid Interplay (AVID & IRON BOW PN# 0550-03540-01). USA PART NUMBER ELIGIBLE FOR USA MANUFACTURER WARRANTY, NO GRAY MARKET ITEMS, AUTHORIZED DISTRIBUTOR ONLY.

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
SEE ATTACHED FOR A FULL DESCRIPTION OF THE LOCATIONS AND QUANTITIES TO BE DELIVERED.
DMA RIVERSIDE
TELEVISION-AUDIO SUPPORT ACTIVITY
14855 6TH STREET BLDG 2725
RIVERSIDE, CA 92518-2221

M/F VISUAL INFO SVCS - EUROPE
Bldg. 3266, Kleber Kaserne
Mannheimer Str. 200
67655 Kaiserslautern, Germany
c/o Ms. Sonja Brehm, CP: +49-631-411-8845
 
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 (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.)
Technical and past performance, when combined, are less than when compared to price. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.)
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
FAR 52.202-1 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 52.222-51 Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014)
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 52.223-16 Alt I Acquisition of EPEAT - Registered Personal Computer Products -
Alternate I (JUN 2014)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
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 (April 1984)
FAR 52.232-23 Alt I Assignment of Claims (May 2014) - Alternate I (APR 1984)
FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (JUL 2013)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
FAR 52.233-1 Disputes (MAY 2014)
FAR 52.233-3 Protest After Award (AUG 1996)
FAR 52.243-1 Changes - Fixed Price (August 1987)
FAR 52.247-34 F.O.B. Destination (NOV 1991)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
FAR 52.253-1 Computer Generated Forms (JAN 1991)
DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
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 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors
DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
DFAR 252.233-7001 Choice of Law (Overseas) (JUN 1997)
DFAR 252.243-7001 Pricing Of Contract Modifications (DEC 1991)
DFAR 252.247-7023 Transportation of Supplies by Sea (APR 2014)
DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013)
DFARS 252.246-7000 Material Inspection and Receiving Report (MAR 2008)
DFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015)
DFARS 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation
Support Contractors
DFARS 252.204-7012 Safeguarding of Covered Defense Information and Cyber Incident Reporting (Dec 2015)
DFARS 252.203-7998 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 (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)
52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP
SHIP AND DIRECT SHIPMENT (DMA) (FEB 2017)
The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown.  Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document.
The packing list shall contain the following information:
(a) Contract number/Purchase Order number or Delivery Order number
(b) Package number and set number (if any) of the container.
(c) A list of the contents which shows the quantity by item, item description, part
number, type and size, unit of issue if other than each.
NOTE*
The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense.
INCOMPLETE DELIVERIES
Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such Incomplete, or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and subitems, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item.
Note*
The government WILL NOT ACCEPT items shipped as incomplete unit of issue of an individual
j. QUOTATIONS ARE DUE BY 12:00AM PACIFIC STANDARD TIME ON 1 August 2019 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 HQ002891352165" 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: 951.413.2381
Contracting Officer Point of Contact:
Shanah L. Pendleton
Contracting Officer
Raushanah.l.pendleton.civ@mail.mil
Phone: 951.413.2371

Contracting Office Address:
DMA -CONTRACTING
23755 Z Street
Riverside, California 92518-2031

Vendor's Name ______________________________________

Vendor's Address: ______________________________________
                             ______________________________________
                              ______________________________________
Phone Number:________________________________________

E-mail address: _______________________________________

Opportunity closing date
01 August 2019
Value of contract
to be confirmed

About the buyer

Address
Other Defense Agencies DMA Acquisition and Procurement CA United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?