To place a bid or register go to Unison Marketplace

View Details for Buy # 1155168_02

View Other Versions: 1155168  1155168_01 

General Buy Information

Buy #: 1155168_02  
Solicitation #: DrumMICCMJH0001
Buy Description: Portable Camera Gear
Category: 67 -- Photographic Equipment
Sub Category: 6720 -- Cameras, Still Picture
NAICS: 334310 -- Audio and Video Equipment Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 09/14/2023
End Time: 16:30 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)
Repost Reason: No Repost Reason provided.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

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 6K Full-Frame Camera System with 28-135mm f/4 G OSS Lens, Full-frame 6K sensor Camera with Auto focus, Dual Base ISO, XQD Recording slots. 2x SDI Out; 12G-SDI, 3G-SDI Level A/B. HDMI Video Out. BNC Genlock IN/Out switchable. TimeCode BNC IN/OUT Switchable. Recording format must include, XDCAM and XAVC Intra. Minimum 4 channels of LPCM 24bit 48Khz audio 2x XLR Line/Mic/mic +48 V Selectable. E Mount Camera Lens capable. 28-135mm f/4 Lens 2 ea
002 4K Full-Frame Camera System with 24-105MM Lens, 4K Full-frame 10.2MP sensor Camera with Auto focus, Dual Base ISO, XQD Recording slots. 15 stops of dynamic range. SDI Out; 12G-SDI, 3G-SDI Level A/B. HDMI Video Out. Recording format must include, XDCAM and XAVC Intra. Minimum 2 channels of LPCM 24bit 48Khz audio 2x XLR Line/Mic/mic +48 V Selectable. E Mount Camera Lens capable. 24-105mm f/4 Lens 3 ea
003 B4 Lens Mount Adapter for FX9, E Mount to B4 Mount adapter, for use of standard ENG lenses on a Cinema Camera 2 ea
004 Extension Unit for PXW-FX9, Camera Extension Unit for selected 6K Camera, REF, Raw Video and Timecode BNC Outputs. 4-Pin XLR 10 to 12.5 VDC Power Output. V-Mount Battery plate 2 ea
005 E mount 70-200MM f/2.8 Lens, 70-200mm f2.8 E-Mount Lens 2 ea
006 E mount 85MM f/1.4 Lens, 85mm f/1.4 E-Mount Lens 2 ea
007 E mount 24-70MM f/2.8 Lens, 24-70mm f/2.8 E-Mount Lens 2 ea
008 E mount 50MM f/1.4 Lens, 50mm f/1.4 E-Mount Lens 5 ea
009 E mount 12-24MM f/2.8 Lens, 12-24mm f/2.8 E-Mount Lens 2 ea
010 4K Live Production Switcher, Portable All In One 4K Live Video Switcher. 5 SDI/HDMI Switchable Inputs. SDI/HDMI Switchable Output. At least 40 hours of internal recording. Integrated Multichannel Audio Mixer with XLR inputs. Buitlin graphics, chroma key and DSK. Built in RTMP Streaming encoder. 1 ea
011 Cfexpress Type A Memory Card, 640Gb, 640Gb Cfexpress memory card for in Camera Use 9 ea
012 G Series XQD Memory Card, 240GB, 240GB XQD Memory Card for in Camera Use 9 ea
013 Cfexpress Type A Memory Card Reader, CF express Type A/SD Memory Card Reader with USB 3.1 Interface, include Type C and A Cables 12 ea
014 Sony XQD Card Reader, Cfexpress Type B/XQD Memory Card Reader with USB 3.1 interface, include Type C and A Cables 3 ea
015 2-Channel Wireless mic Slot-In receiver, True Diversity Dual Channel Slot-In Digital Audio Receiver, 140MHz Wideband Tuning Range, AES 256-bit Encryption. 15-Pin Camera Adapter for use in Sony Cameras. 470-615MHz Band. 1 ea
016 Wireless bodypack transmitter, Compact Digital Wireless Bodypack Transmitter that works with Selected Receiver. AES-256 Encryption. 2/10/25mW Adjustable RF Output. 470 to 616 MHz Frequency Band 2 ea
017 Audio Interface Adapter with 15 pin connector and sleeve, Slot Mount Wireless Audio Interface Adapter with 15-Pin Connector and Adapter Sleeve, for use in Sony Shoulder mount Cameras 2 ea
018 Digital Wireless adapter for Sony DWR receivers, Adapter for Selected Digital Wireless Receiver. AES Digtal and Analog Outputs. 4-Pin DC Power cable. 2 ea
019 Stereo Camera mount Shotgun Microphone, Stereo electret condensor Shotgun Microphone, Switchable Low-Cut Filter, Swictable Mono/Stereo. XLR-5 Pin out, with cable. Windscreen 3 ea
020 Portable Wirless Lav System, Camera-Mount Wireless Omni Lavalier Microphone System. 470 to 516MHz A1 Band. Body Pack Transmitter and Camera Mount Receiver along with Omnidirectional Lav Mic. Full Kit 10 ea
021 Shotgun Mic Kit, Microphone, BoomPole, shockmount, Windshield, Shotgun Microphone location recording Kit, includes; Shotgun Microphone, Shoe/Pole Shockmount & Furry Windshield, Aluminum Cabled Boompole & Pistol Grip, XLR & XLR to 3.5 mm Cables and Boompole bag 2 ea
022 100MS Tripod System, Tripod System for ENG Cameras, includes; 35.3 lb capacity Fluid Head, Dual-stage carbon fiber 100mm bowl tripod legs, total system weight support up to 66 lbs, brake levers at the top of each leg for quick deployment of carbon fiber legs, Mid-level spreader, dual spiked tripod feet with quick relaese rubber feet, magnetic leg locks, and padded carry case. 3 ea
023 100MS Tripod System, Tripod System for ENG Cameras, includes; 26.5 lb capacity Fluid Head, Dual-stage carbon fiber 100mm bowl tripod legs, total system weight support up to 66 lbs, brake levers at the top of each leg for quick deployment of carbon fiber legs, Mid-level spreader, dual spiked tripod feet with quick relaese rubber feet, magnetic leg locks, and padded carry case. 3 ea
024 Dolly Wheel for Flowtech 75 Tripod, Dolly wheels for selected tripod systems, foot brake operated, 88.2lb payload 1 ea
025 Quick-Draw Camera Case for PXW-FX9, Quick Draw camera case for selected 6K camera 2 ea
026 Camera Case for FX9, Small size camera case for selected 6k camera 6 ea
027 Unified Accessory Kit for FX9, Unified Camera accessory Kit, includes 2 15mm Rods, UVF Mount Top plate, Top Handle with NATO Rail, 12" Safety Dovetail for selected 6K Camera 2 ea
028 Unified Accessory Kit for FX6, Unified Camera accessory Kit, includes 2 15mm Rods 15"long, Baseplate with 15mm Rod Clamps, V-Mount Battery Plate, 12" Safety Dovetail for selected 4K Camera. 3 ea
029 Camera Unified VCT Wedge Plate, VCT Wedge Plate, Dovetail Top & Shoulder Pad Bottom, Two ARRI Rosettes for Handgrips 5 ea
030 Camera Battery Slide Pro V Mount, Camera Battery v-Mount Slide for selected 6K Camera, 3 D-Tap Ports & Protective Digital Fuse, 2 ea
031 Camera Battery Slipe for FX6, Camera Battery v-Mount Slide for selected 4K Camera, 3 D-Tap Ports & Protective Digital Fuse, 3 ea
032 Camera Unified VCT Tripod Plate, VCT-14 Tripod Plate 5 ea
033 Dual Handle Gimbal Support System, Lightweight Dual-Handle Gimble Support System, Vest support of up to 22lbs, must work with selected Gimbal System 1 ea
034 7" 4K HDMI/SDI Monitor, 7" 4K HDMI/SDI Monitor with Touchscreen, minimum 2200 cd/m2 Brightness 5 ea
035 Color Checker, Display calibrator, Display Calibration Tool, must work with all modern displays, up to 2000 cd/m2 light sensitivity, must interface with rotating diffuser arm and tripod mount, must include calibration software and be able to handle HDR 2 ea
036 Monitor Mount for small 5 inch monitor, Friction arm for mounting monitors to camera body using 1/4"-20 male thread, must include 3/8"-16 adapters. 5 ea
037 Titon SL 90 95Wh 14.4V Battery V Mount, Lightweight 95Wh Lithium-Ion 14.4V Battery, V-Mount, Support up to a 10A Continuous Draw, 12A Peak Draw, LCD Battery Gauge, P-Tap and USB power ports 16 ea
038 Battery Charger for V Mount Battery, 4 battery, Quad V-Mount Battery Charger for selected Camera Batteries 4 ea
039 Lithium-Ion Battery Pack, Lithium-Ion 97Wh Capacity Battery for Selected Camera 5 ea
040 Lithium-Ion Battery Pack, Lithium-Ion 72Wh Capacity Battery for Selcted Camera 5 ea
041 Dual Bay Battery Charger, Dual-Bay Battery Charger for Selected Camera Batteries 5 ea
042 Small format Gimbal, Gimbal Stabalizer, One handed opertation, 4.4lb max load, 3 axis motorized, battery grip must last upt to 11 hours, 2 ea
043 Gimbal Stabilizer Combo, Gimbal Stabilizer Combo, includes; 10lb payload capacity, Phone Holder and focus motor, 1.8" OLED Touchscreen, Auto-Lock Axes, Wireless Shutter Control, carbon fiber body 2 ea
044 iPhone Gimbal, Mobile Smartphone Gimbal, Magnetic Phone Clamp, up to 10.2 oz load, 8.5" Extension Rod 2 ea
045 Remote Extension Kit for Sony FX9, Remote Extension unit for selected 6K Camera, adjustable extension of 6-8 inches, ARRI compatible rosette 3 ea
046 Drop in Hawklock Mini Quick Release Monitor Mount, Quick Release Monitor Mount with Shoe adapter, tilting bracket, 3.3lb Payload Capacity, 1/4"-20 and shoe mount adapter 6 ea
047 All in one video kit for Smart Phones, All in one smartphone Mobile/Vlogging Video Kit, includes; Smartphone cage and desltop Tripod, Power Bank holder and dual side handles, LED Light, Microphone and Shoe Mounts, multiple 1/4"-20 Accessory threads, mic Shock Mount, foam cover and windshield 4 ea
048 Microphone for IOS devices, iOS Directional Shotgun Micorphone, with Lightning and 3.5mm Audio connections 4 ea
049 Microphone Holder, External Camera Microphone holder for selected Cameras 6 ea
050 6 Channel portable audio mixer/recorder, 6-Channel/8-Track Multitrack 32-bit Audio Field Recorder, 192kHz recording, 4xXLR-1/4" Combo jacks with High Gain Low Noise Mic Preamps, Internal Timecode Generator with 3.5mm I/O, SD Card slot for recording, 142db of Dynamic Range, USB Audio Interface 2 ea
051 Audio Mixer bag for Sound Devices mixer, Carry Bag for Audio Field Recorder, must have room for mixer/recorder, transmitters and batteries, multiple pockets for various accessories 2 ea
052 Timecode Generator with Bluetooth, External Timecode Generator with Bluetooth, Dual Set, 3.5mm Mic Lack and USB Type-C Port, up to 35 hour runtime on full charge, Builtin Mic for reference Sound 2 ea
053 1x1 Soft RGB LED Light Panel, 1ftx1ft Soft RGB LED Light Panel with a Standard Yoke and US Power cord; 2700 to 10,000K CCT RGB Control, 95 degree beam angle, 157 degree field angle, CCT SHI and Gel color modes. 3 ea
054 LED Fresnel Light, 4 inch LED Fresnel Light; 5600K Daylight Balanced, Beam control of 15 to 71 Degrees, 575W HMI Equivalent, 4 Way Barn doors, US power 3 ea
055 Astra 6X Bi-Color LED Light Panel, Bi Color LED Light Panel; 3200 to 5600K color control, Output of 6330 Lux at 3.3', standard yoke with US Power 6 ea
056 Softbox for 1x1 Light, Softbox for Selected 1x1 LED Panel 3 ea
057 Battery Plate for 1x1 Light, V-Mount Battery Plate for Selected 1x1 LED Panel 3 ea
058 Softbox for Astra 1x1, Softbox for Selected Bi Color LED Panel 6 ea
059 Carry Case for 1x1 Light Fixture, Soft Carry case for Selected Bi Color LED Panel 6 ea
060 Battery Plate for Astra 1x1, V-Mount Battery Plate for Selected Bi Color LED Panel 6 ea
061 36" Powertap to 4-pin XLR Power cable, PowerTap to 4-Pin Female XLR cable, 36 inch 3 ea
062 Light Stand with Boom Arm, Load Capacity 11lbs, Air Cusioned Light Stand with Boom Arm; Load Capacity 11lbs, Must be able to reach up to 9.2', 3.1 to 5.5' Boom Arm Length Range, 1/4"-20 Threaded 3 ea
063 Lighting Stand, 6.5', Compact Portable Light Stand; Must rise to 6.5', minimum working height of 20.5", must weigh 3lbs or under, Load capacity of 8lbs, must com with 5/8" stub with both 1/4"-20 and 3/8"-16 Threads 16 ea
064 Scissor Mount for Drop Ceiling, Scissor mount for drop ceilings, for use with small lights 12 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
FAR 52.204–27 Prohibition on a ByteDance Covered Application

Shipping Information

City State   Zip Code
Washington DC   20310

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision

Buy Attachment(s)

No. Document Name   Document Size
001 Salient_Characteristics_-_Portbale_Camera_Gear.xlsx   99 KB
002 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   14 KB