North Carolina Bids > Bid Detail

67--PAO Camera Sets

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 67 - Photographic Equipment
Opps ID: NBD00159686659166549
Posted Date: Jun 23, 2023
Due Date: Jul 10, 2023
Solicitation No: 82ADSB-PAO
Source: https://sam.gov/opp/0701d43201...
Follow
67--PAO Camera Sets
Active
Contract Opportunity
Notice ID
82ADSB-PAO
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 22, 2023 09:17 am EDT
  • Original Date Offers Due: Jul 10, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6760 - PHOTOGRAPHIC EQUIPMENT AND ACCESSORIES
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Building C-1140 Fort Bragg , NC 28310
    USA
Description
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. The solicitation number is 82ADSB-PAO and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-07-10 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Bragg, NC 28310

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 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 SensorUp to 10 fps Shooting, ISO 100-512004K 60p Video in 10-Bit, S-Cinetone3.68m-Dot EVF with 120 fps Refresh Rate3" 1.03m-Dot Vari-Angle Touchscreen LCD759-Pt. Fast Hybrid AF, Real-time Eye AFFocus Breathing Compensation5-Axis Steady Shot Image StabilizationCreative Looks and Soft Skin Effect4K 15p UVC/UAC Streaming via USB Type-C, 7, EA;
LI 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 FormatAperture Range: f/4 to f/224 Aspherical Elements, 3 ED ElementsNano AR and Fluorine CoatingsDirect Drive Super Sonic Wave AF MotorOptical Steady Shot Image StabilizationInternal Focus DesignFocus Hold Button; AF/MF SwitchRounded Nine-Blade Diaphragm77mm UV Filter, 7, EA;
LI 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;
LI 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;
LI 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;
LI 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 CamerasSwitch for In-Body Image StabilizationSupport for Phase- & Contrast-Detect AFSmooth Iris with Select Adapted LensesControl Aperture from Camera BodyProgrammable Fn Button; Status LED LightTransfers Exif Data to CameraWeather-Resistant Rubber Mount GasketCompatible with Sony PXW-FS7 Mark II, 1, EA;
LI 007: Sony MRW-G2 CFexpress Type A/SD Memory Card Reader or equivalent quality external memory card reader, 7, EA;
LI 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 TechnologySuper/Uni/Omni Pickup Patterns3.1" Compact DesignDigital Audio Transmission to CameraDSP with Auto Level & Noise SuppressionShock- and Vibration-Resistant DesignCable-Free and Battery-Free OperationDust-/Moisture-Resistant, Windscreen, 1, EA;
LI 009: Sony XLR-K3M Dual-Channel Digital XLR Audio Adapter Kit with Shotgun Microphone or equivalent., 1, EA;
LI 010: Rode Wireless GO II 2-Person Compact Digital Wireless Omni Lavalier Microphone System/Recorder Kit or equivalent kit., 1, KIT;
LI 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;
LI 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;
LI 013: Sensei DOC-CK Deluxe Optics Care and Cleaning Kit or equivalent quality, 1, KIT;
LI 014: PolarPro Brass Step-Up Ring (77-82mm) or equivalent quality, 1, EA;
LI 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 FormatAperture Range: f/4.5-5.6 to f/32-40One Super ED Element and Two ED ElementsNano AR Coating and Fluorine CoatingDirect Drive Super Sonic Wave AF MotorOptical Steady Shot Image StabilizationZoom Torque Adjustment RingInternal Focus; Focus Range LimiterDust and Moisture-Resistant Construction77mm UV Filter, 1, EA;
LI 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 FoamBG30 Grip, Briefcase Handle, CablesRS Focus Motor, Gear, Rod Mount KitRonin Wireless Image TransmitterQuick Release Plate, Lens SupportExtended Grip/Tripod, 1, KT;
LI 017: DJI R Twist Grip Dual Handle for RS 2 & RSC 2 or equivalent quality handle. must be compatible with item 016, 1, EA;
LI 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;
LI 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;
LI 020: DJI R Phone Holder for RS 2 & RSC 2 or equivalent quality phone mount. must be compatible with item 016., 1, EA;
LI 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;
LI 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;
LI 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;
LI 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;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: 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.

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.

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.

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.

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 is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) codefor this procurement can be found. The small business sizestandard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

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 CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe 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.

"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 GovernmentBuildings, 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, Materialinspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

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.

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 will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis.

Wide Area WorkFlow Payment Instructions

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.

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*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 22, 2023 09:17 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >