To place a bid or register go to Unison Marketplace

View Details for Buy # 972409

View Other Versions: 972409_01 

General Buy Information

Buy #: 972409  
Solicitation #: HHBN4ID15APR19a
Buy Description: Band Ligthing System
Category: 59 -- Electrical and Electronic Equipment Components
Sub Category: 5999 -- Miscellaneous Electrical and Electronic Components
NAICS: 0 -- N/A
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 04/18/2019
End Time: 13:30 ET
Seller Question Deadline: 4/18/2019 - 11:00 ET
Delivery: 10 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires 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 Martin Rush MH 5 Profile Must meet or exceed the following: •Compact 75 W LED moving head profile •One rotating and one fixed gobo wheel •Two color wheels •2 x color wheels •Electronic dimming and strobe •3-facet prism Length: 290 mm (11.5 in.) Width: 187 mm (7.4 in.) Height: 416 mm (16.4 in.) Weight: 9 kg (19.9 lbs.) 4 EA
002 Global Truss SQ4113 Must meet or exceed the following: 8.2FT (2.5M) SQUARE SEGMENT •Length: 8.2 ft. (2.5 m) •Overall Width: 11-7/16" (290mm) •Outer Diameter Tubing: 2" (50mm) •Diagonal Bracing: 0.75" (20mm) •Wall Thickness: 0.008" (2mm) •Unit Weight: 36 lbs. 4 EA
003 Global Truss Crank Stands ST180 Must meet or exceed the following: 18Ft Heavy Duty Crank Stand W/outriggers 2 EA
004 Global Truss STSB006 Must meet or exceed the following: Truss Adapter Set for ST-180 2 EA
005 Global Truss ST132 Must meet or exceed the following: 13FT Medium duty crank stand. 2 EA
006 Elation EWDMXIP Must meet or exceed the following: IP65 Rated EWDMX Transceiver •(1) 3-pin IP to 3-pin Edison power cable •(1) 3-pin IP to 5-pin DMX input cable •(1) 3-pin IP to 5-pin DMX output cable •(1) Clamp mounting bracket and (2) screws •(1) Safety cable 5 EA
007 Global Truss GTLB132 Must meet or exceed the following: 2" ROUND T-BAR FOR ST-132/ST-157 2 EA
008 COS 50352B Must meet or exceed the following: NARROW HALF COUPLER W/M10 BOLT, 440LBS LOAD - BLACk 27 EA
009 American DJ SCABLE60 Must meet or exceed the following: Safety Cable 60LB Rated 24in Length 27 EA
010 Chauvet COLORdash Par Hex 12IP Must meet or exceed the following: The COLORdash Par H12IP LED Fixture from Chauvet Professional is a compact IP65-rated RGBAW+UV LED wash light delivering soft fields of saturated colors. It features a user-friendly OLED full text display with password protection and touchscreen interface. It has an IP65-rated connection for power and DMX. The attached double-bracketed yoke can be used as a floor stand. The fixture includes a gel frame holder. Rugged RGBAW+UV LED for indoor/outdoor events Use at home in any weather conditions with IP-rated power and DMX connections Adjustable PWM (Pulse Width Modulation) to avoid flickering on camera RDM (Remote Device Management) for added flexibility Selectable, smooth dimming curves eliminate flicker and choppiness in fades Easy to read OLED display with password protection and touchscreen interface Advanced optics provide exceptional color mixing and high efficiency Double-bracketed yoke doubles as floor stand 16 EA
011 Elation DW PAR Z19 IP Must meet or exceed the following: IP65 Rated 5° to 36° Motorized Zoom Dynamic White Color Temperature Control (2,700K - 6,000K) Rugged Die-Cast Aluminum Exterior Multiple Unit Power Linking IP Rated DMX and powerCON TRUE1 Connections Flicker Free Operation for TV and FILM 8 EA
012 Cool Cables™ TRUE1 Compatible + DMX Combo (6ft/5-pin) Must meet or exceed the following: 6FT 5pin DMX / Powercon ip Rated • DMX Signal/Data: • IP65 rated • Double (foil and braid) shield • Conductors: 2 • 120 ohm impedance • Low capacitance • High quality true DMX cable • Power Cable: • powerCON® TRUE1 compatible in/out connectors • Heavy-Duty 14AWG • Lockable 16A single phase connector (USA: 20A) • Dust and water resistant • Easy and reliable twist lock system • Extremely robust and reliable • UL recognized components 14 EA
013 CHAUVET PROFESSIONAL IP65-Rated 5-Pin DMX Extension Cable (10') Must meet or exceed the following: 10ft IP65 Rated 5 pin DMX Cable 2 EA
014 Elation NX2 Lighting Console Must meet or exceed the following: ◾Portable and compact fully featured lighting console ◾Adjustable 15.6” Full HD multi touch screen, 2x external 4K Touch Displays ◾64 Universe integrated processing ◾10 Playbacks, 8 Encoders, Keypad and internal 3.5” touchscreen ◾Network, DMX, Timecode and Midi Connectivity 1 EA
015 Chauvet COLORband PiX USB Must meet or exceed the following: •Full-size LED strip light functions as a pixel mapping effect, blinder or wall washer •D-Fi USB compatibility for wireless Master/Slave or DMX control •Create amazing animations and video effects with individual LED control •Convenient access to multiple pre-built programs with or without DMX •Easily generate complex shows with ShowXpress Pixels •Includes multiple DMX personalities for a wide variety of programming styles •Nearly eliminate multicolor shadows with high-power, tri-color LEDs •Achieve flicker-free video operation with high-frequency LED dimming •Save time running cables and power cords by power linking multiple units •Ideal for quiet applications due to silent operation and no moving parts •Point-and-shoot operation of static colors and automated programs with the optional IRC-6 remote •Easily transports in the optional CHS-60 VIP Gear Bag Specifications •DMX Channels: 3, 4, 6, 7, 8, 9, 12, 18, 36 or 41 •DMX Connectors: 3-pin XLR •Light Source: 12 LEDs (tri-color RGB) 3 W (1,000 mA), 50,000 hours life expectancy •Strobe Rate: 0 to 24.5 Hz •PWM Frequency: 1.22 kHz •Beam Angle: 27° •Field Angle: 45° •Illuminance: 2,245 lux @ 2 m •Power Linking: 11 units @ 120 V; 21 units @ 230 V •Input Voltage: 100 to 240 VAC, 50/60 Hz (auto-ranging) •Power and Current: 50 W, 0.7 A @ 120 V, 60 Hz 47 W, 0.4 A @ 230 V, 50 Hz •Weight: 4 lb (1.8 kg) •Size: 38.9 x 2 x 6.2 in (987 x 49 x 157 mm) 2 EA
016 Blizzard DMX5PCTRUE3 Must meet or exceed the following: 3FT POWERCON,TRUE1 COMPATIBLEMALE, TO FEMALE 14 AWG POWER + cable. 6 EA
017 Blizzard DMX50Q Must meet or exceed the following: 50' 3-PIN XLR(M) – XLR(F) 120OHM DMX CABLE 1 EA
018 Blizzard DMX15Q Must meet or exceed the following: 15' 3-PIN XLR(M) – XLR(F) 120OHM DMX CABLE 1 EA
019 Blizzard DMX5PIN25Q Must meet or exceed the following: 25' 5-PIN XLR(M) – XLR(F) 120OHM DMX CABLE 4 EA
020 Blizzard Must meet or exceed the following: 3-PIN DMX FEMALE TO 5-PIN MALE ADAPTOR 1 EA
021 Neutrik NAC3MXW Must meet or exceed the following: CABLE END - POWERCON MALE - POWER IN - SCREW TERMINA 5 EA
022 Neutrik NAC3FXW Must meet or exceed the following: CABLE END - POWERCON FEMALE - POWER OUT - SCREW TERM 5 EA
023 Neutrik NC5MXXHDD Must meet or exceed the following: CABLE END XX-HD SERIALE - NICKEL/GOLD WITH RUBBER 5 EA
024 Neutrik NC5FXXHDD Must meet or exceed the following: CABLE END XX-HD SERIEMALE - NICKEL/GOLD WITH RUBBE 5 EA
025 Flight Case For MH5 Profile. Must meet or exceed the following: Each case should hold two fixtures. Case are to include the following, 2 Foam lined compartments. Stacking cups on lid. 3in casters. 2 EA
026 PELICAN #IM2750-00000 iM2750 Storm Case (No Foam) /Internal Must meet or exceed the following: Dimensions: 22" Length x 17" Width x 12.70" Depth - 20.57 ga Hard plastic waterproof case. 2 EA

Bidding Requirements

Instructions
In addition to providing pricing through the marketplace, Sellers have the OPTION to include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) should include the following non-pricing information:
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.
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
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.)

Buy Terms

Name Description
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, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
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 "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to 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 20 working 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. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. 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.
Unfunded Requriement 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.
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 more important than price.
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@mail.mil or call 315-772-5582.

Shipping Information

City State   Zip Code
Fort Carson CO   80913

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
There are no attachments.