To place a bid or register go to Unison Marketplace

View Details for Buy # 1133440

General Buy Information

Buy #: 1133440  
Solicitation #: 82ADSB-PAO
Buy Description: PAO Camera Sets
Category: 67 -- Photographic Equipment
Sub Category: 6760 -- Photographic Equipment and Accessories
NAICS: 334310 -- Audio and Video Equipment Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 07/10/2023
End Time: 11:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Sony a7 IV Mirrorless Camera or equivalent quality camera. Dimensions must not exceed 5.5 x 4 x 3.8 inches with an overall weight of no more than 2 lbs. Must meet or exceed the specifications below: 33MP Full-Frame Exmor R CMOS BSI Sensor • Up to 10 fps Shooting, ISO 100-51200 • 4K 60p Video in 10-Bit, S-Cinetone • 3.68m-Dot EVF with 120 fps Refresh Rate • 3" 1.03m-Dot Vari-Angle Touchscreen LCD • 759-Pt. Fast Hybrid AF, Real-time Eye AF • Focus Breathing Compensation • 5-Axis Steady Shot Image Stabilization • Creative Looks and Soft Skin Effect • 4K 15p UVC/UAC Streaming via USB Type-C 7 EA
002 Sony FE 24-105mm f/4 Lens with UV or equivalent quality lens. item must meet or exceed specifications below: • E-Mount Lens/Full-Frame Format • Aperture Range: f/4 to f/22 • 4 Aspherical Elements, 3 ED Elements • Nano AR and Fluorine Coatings • Direct Drive Super Sonic Wave AF Motor • Optical Steady Shot Image Stabilization • Internal Focus Design • Focus Hold Button; AF/MF Switch • Rounded Nine-Blade Diaphragm • 77mm UV Filter 7 EA
003 Sony NP-FZ100 Rechargeable Lithium-Ion Battery or equivalent. battery must have a capacity of 2280mAh or higher. Battery must be compatible with Item 001 7 EA
004 Sony 256GB SF-M Tough Series UHS-II SDXC Memory Card or equivalent. Card must come with adapter for standard SD Card. Card must have a minimum capacity of 256 GB. 8 EA
005 Jupio USB Dedicated Duo Charger for Sony NP-FZ100 Batteries or equivalent. Charger must be capable of charging a minimum of 2x Item 003 batteries 7 EA
006 Metabones Canon EF/EF-S Lens to Sony E Mount T Smart Adapter (Fifth Generation) or equivalent. Item must be compatible with Item 001. Item must meet or exceed below specifications: • Works with Full-Frame and APS-C Cameras • Switch for In-Body Image Stabilization • Support for Phase- & Contrast-Detect AF • Smooth Iris with Select Adapted Lenses • Control Aperture from Camera Body • Programmable Fn Button; Status LED Light • Transfers Exif Data to Camera • Weather-Resistant Rubber Mount Gasket • Compatible with Sony PXW-FS7 Mark II 1 EA
007 Sony MRW-G2 CFexpress Type A/SD Memory Card Reader or equivalent quality external memory card reader 7 EA
008 Sony ECM-B10 Compact Camera-Mount Digital Shotgun Microphone or equivalent quality. Microphone must be compatible and interoperable with Item 001. Item must meet or exceed specifications below: • Advanced Beamforming Technology • Super/Uni/Omni Pickup Patterns • 3.1" Compact Design • Digital Audio Transmission to Camera • DSP with Auto Level & Noise Suppression • Shock- and Vibration-Resistant Design • Cable-Free and Battery-Free Operation • Dust-/Moisture-Resistant, Windscreen 1 EA
009 Sony XLR-K3M Dual-Channel Digital XLR Audio Adapter Kit with Shotgun Microphone or equivalent. 1 EA
010 Rode Wireless GO II 2-Person Compact Digital Wireless Omni Lavalier Microphone System/Recorder Kit or equivalent kit. 1 KIT
011 Peak Design Slide Camera Strap or equivalent quality strap. Must have an adjustable length of 39" to 57" and capable of connecting to item 001. 7 EA
012 Tenba Tools-Series Reload SD Card Wallet or equivalent quality. Must be capable of storing no less than 9 SD cards and include a safety/security strap. 1 EA
013 Sensei DOC-CK Deluxe Optics Care and Cleaning Kit or equivalent quality 1 KIT
014 PolarPro Brass Step-Up Ring (77-82mm) or equivalent quality 1 EA
015 Sony FE 100-400mm f/4.5-5.6 GM OSS Lens or equivalent quality. Item must meet or exceed the specifications below. • E-Mount Lens/Full-Frame Format • Aperture Range: f/4.5-5.6 to f/32-40 • One Super ED Element and Two ED Elements • Nano AR Coating and Fluorine Coating • Direct Drive Super Sonic Wave AF Motor • Optical Steady Shot Image Stabilization • Zoom Torque Adjustment Ring • Internal Focus; Focus Range Limiter • Dust and Moisture-Resistant Construction • 77mm UV Filter 1 EA
016 DJI RS 3 Pro Gimbal Stabilizer Combo with Hard Case Kit or equivalent quality. Item must be a stablizer kit that is interoperable with all previously list cameras. the stablizer must have a minimum load capacity of 9.8 lbs. It must be capable of using three axes for adjustments (Pitch, Roll and Yaw). The rotational ranges of the axes must be at a minimum: 360 Yaw; 326 Pitch and 335 Roll. The kit must also include the following brand name or equivalent quality items: • Nanuk Hard-Shell Case with Custom Foam • BG30 Grip, Briefcase Handle, Cables • RS Focus Motor, Gear, Rod Mount Kit • Ronin Wireless Image Transmitter • Quick Release Plate, Lens Support • Extended Grip/Tripod 1 KT
017 DJI R Twist Grip Dual Handle for RS 2 & RSC 2 or equivalent quality handle. must be compatible with item 016 1 EA
018 DJI LiDAR Range Finder for RS 3 Pro or equivalent rangefinder. must be compatible with item 016. Must have at least two USB-C Female inputs. Must be capable of being powered by USB. 1 EA
019 DJI R Vertical Camera Mount for RS 2 and RS 3 Pro Gimbals or equivalent quality mount. must be compatible with item 016. 1 EA
020 DJI R Phone Holder for RS 2 & RSC 2 or equivalent quality phone mount. must be compatible with item 016. 1 EA
021 Peak Design Anchor Connector 4-Pack or equivalent quality connector. Must be capable of connecting additional items to current camera straps. Must have a load capacity of 200 lbs. 1 pack
022 Peak Design Carbon Fiber Travel Tripod or equivalent quality collapsible tripod. must have a ball head type. must utilize a 1/4"-20 male camera mounting screw. Must be capable of quick release. Must have at least one bubble level. must be capable of tiling 90 degrees vertically and panning 360 degrees. Must have a minimum of the following features: • Load Capacity: 20 lbs. • Maximum Height: 60" • Minimum Height: 5.5" • Folded Length: 15.5" 7 EA
023 SmallRig Lightweight Fluid Video Head or equivalent quality compact head. must use a 3/8"-16 female base mount. must utilize a 1/4"-20 male camera mounting screw. Must be capable of quick release. the base plate must be capable of sliding at least 3.9". must be capable of tiling 90 degrees vertically and panning 360 degrees. must have a load capacity of at least 11 lbs. 7 EA
024 Jobu Design Arca-Swiss Adapter 3/8"-16 or equivalent quality adapter. must 1be capable of adapting a 3/8" female thread to a Arca-Swiss mount utilized in items 001 & 015. must include all screws and allen wrench for installation. 7 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Unfunded Requirement 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.
Provisions 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.
Clauses 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.
SAM Registration 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 Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
AMC-Level Protest Program 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 Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The 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.
Service Terms: "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 Government Buildings, 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, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION 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.
Basis of Award 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 No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions 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.
Buy American Act 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*****
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Fort Bragg NC   28310

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 BUY_AMERICAN_ACT_Provision.docx   13 KB