Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

R -- MULTIMEDIA FOR APS6 2ND FLOOR EXPANSION FOR DEFENSE SECURITY SERVICE ACADEMY

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
DASW01-02-R-0021
 
Response Due
6/18/2002
 
Archive Date
7/18/2002
 
Point of Contact
Joyce Bland, 410-865-2552
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(joyce.bland@mail.dss.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Defense Contracting Command-Washington on behalf of the Defense Security Service is issuing a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information inc luded in this notice. This announcement constitutes the only solicitation; proposals are hereby requested and a written solicitation will not be issued. The solicitation is issued as a request for proposal (RFP), Number DASW01-02-R-0021, which incorpora tes provisions and clauses in effect through Federal Acquisition Circular 2001-07, dated April 30, 2002. The NAICS code will be 513340. Size standard $18.5 million annually. DESCRIPTION OF SERVICES TO BE ACQUIRED: MULTIMEDIA FOR APS6 2ND FLOOR EXPANSIO N IN ACCORDANCE WITH THE BELOW STATEMENT OF WORK (SOW). Please provide prices for the following CLINs: CLIN 0001 - CLIN for 1 lot each in accordance with the attached SOW $__________________; CLIN 0002 - Warranty First Year Premium Service Contract - not separately priced NSP. In accordance with Federal Acquisition Regulation (FAR) 32.202-1, Commercial Item Financing is not authorized and advanced payments will not be made. APPLICABLE PROVISIONS. FAR 52.212-1, Instructions to Offerors-Commercial Items, Addendum Paragraph (d) Product samples-Delete in its entirety, Paragraph (h) Multiple Awards-Delete in its entirety, and substitute -- Award. The Government plans to award single contract resulting from this solicitation., -- Add Paragraph; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, all offerors are to include a completed copy of FAR 52,212-3 (Copies of FAR 52.212-3 are available upon request from the Program Analyst at the below e-mail address or the Contracting Officer at e-mail address BrownMC@hqda.army.mil; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 with the following clauses included by reference 52.222-35, 52.222-36, 52.222-37 and 52.232-33. Offerors shall include a list of at least thre e contracts and/or subcontracts completed or currently in process within the past 3 years of similar and related work covered by this solicitation. Offerors shall include the following information for each contract and subcontract: (a) Project or Contract Name (b) Name and address of Contracting Activity (c) Procuring Contracting Officer's Name and telephone number (d) Contracting Officer's Representative (COR) name and telephone number (e) Contract number (f) Type of Contract (g) Period of Performance (h) Brief description of scope of work under contract. The contract type will be fixed price and award will be made to the lowest price technically acceptable offer. Offers shall be submitted NLT 12:00 noon EST June 18, 2002, to Defense Contracting Command- Washington, c/o Defense Security Service, ATTN: Joyce Bland, 881 Elkridge Landing Road, Suite 220, Linthicum, MD 21090. E-mail offers will be accepted and shall be submitted to joyce.bland@mail.dss.mil. E-mail offers must arrive by the time specified abo ve. All offers shall be clearly identified with the offeror's name and the RFP Number. Defense Security Service Academy 938 Elkridge Landing Road Linthicum, MD 21090 STATEMENT OF WORK MULTIMEDIA 2ND FLOOR EXPANSION Overview: With the completion of the remodeling of the second floor expansion, the Defense Security Service Academy has a requirement to replicate on the second floor the multimedia services that currently exist in classrooms on the first floor and to have the syste ms control tied to new IRIS routing and control units with extended Radio Frequency control. Description: The purpose of this contract is to acquire media equipment and installation services for new classrooms on the second floor of the Defense Security Service Academy. All equipment shall be procured for and installed in the DSS Academy, Airport Square Build ing 6, 938 Elkridge Landing Road, Linthicum, MD 21090 in the following conference rooms: ? Large conference room (201AB), that can be divided into two by pull-out wall partition. ? Medium conference room (202). Task 1: Hardware/Software Installation: Unless otherwise stated, large conference room (201AB) and medium conference room (202) will be identically wired to interface with the existing IRIS Commander video routing system (Government Furnished Equipment (GFE)). Ceiling microphones are to be wired to the ASPI Vortex Echo Cancellor. The output of the Vortex will become the input on the IRIS audio router (GFE). Microphones are to be wired to the RDL microphone preamplifiers in each room. The output of the preamplif iers will become the inputs to the existing IRIS audio router (GFE). All camera feeds will be wired to the first floor DSS Academy Television Control Room, looped through 5-inch color preview monitors and then into the IRIS Video router (GFE). The Contractor shall provide and install a 56-inch rack with sides, top, pedesta l and casters. This rack will hold Sony 5-inch color monitors for each of the cameras. All camera control will be InfraRed (IR) from the IRIS IR Smart Port located in the DSS Academy 2nd floor telecommunications closet. The conference rooms will each have rear Projection Smart Boards (GFE), provided by DSS Academy and integrated with the IRIS system. The contractor shall provide each conference room with an Equipment Podium containing: Extron Crosspoint, Extron Scan Converter, Extron Video Scaler, Surgex Power Strip, Aspi Vortex echo cancellor, a microphone preamplifier and an audio amplifier. Both podiums must be capable of sending and receiving Audio-visual signals from th e head end control unit. The control for the podiums will be RS232 from the IRIS Smart Port located in the 2nd floor telecommunications closet. The large conference room (201AB) will have three Sony digital cameras. Two cameras will be new EVI-D100 cameras for the partitioned area of Room 201B. The partitioned area of Room 201A will have one new ParkerVision Cameraman Presenter System. One exis ting Sony EVI D30 camera (GFE) from classroom 106 will be removed and reinstalled in Room 201A. Classroom 106 will be refitted with one new ParkerVision Cameraman Presenter System to replace the relocated Sony EVI D30 camera. Medium conference room (202) will have two Sony EVI D100 cameras. The large conference room (201AB) will have two 32-inch video monitors positioned to face the presentation area of the 201B section. The Smartboard computer (GFE) in Room 201A will be required to feed these 32-inch monitors with audio, super VGA signal, as well as Radio Frequency cable system (GFE) signals. The large conference room (201AB) must be wired and controlled to operate as both two independent rooms and as one room, when not divided. The podium (contractor provided) and SmartBoard cables shall contain integrated quick release connectors to plug into wall plates and to allow the podium to be rolled out to other rooms or to be electronically isolated from all outside signals. A physical disconnect is required through integrated connectors for IRIS, audio (including microphone and speaker) and video to allow the SmartBoard system (GFE) to operate independently. The podium and SmartBoard cables will be at least 25 feet in length. Both conference rooms will have ceiling microphones and speakers wired through the podium and integrated with the IRIS system. The Contractor shall provide and install IRIS Smart Port units to reside in the DSS Academy 2nd floor telecommunications closet. These units will be TCP/IP controlled from PC/ Laptops (GFE) networked with the DSS Academy IRIS iNED server (GFE) located in t he first floor television control room. The Contractor shall provide two (2) additional client seats for the existing IRIS Commander routing system will be purchased for DSSA as part of this contract. IRIS control software will be loaded onto t wo IBM ThinkPad A20 laptops (GFE) for controlling each room. Software macros are to be designed by the Contractor and loaded onto the laptops, such that upon logging into the iNED Server (GFE), the laptops will state their related rooms and will be visibl e only to their respective rooms. Routing to/from each room will be controlled from the Television Control Room IRIS system (GFE) Rooms will be able to route within, controlling devices assigned to the individual room, but will not route external sources to/from the rooms. The Television Control room will be able to route external sources via IRIS. Task 2: Documentation The Contractor shall provide individual component operation manuals and system documentation. Task 3: Training: The Contractor shall provide system user training to four DSS Academy personnel for three days upon completion of Task 1. Names of individuals attending this training will be provided by the COR no later than 50 calendar days after contract award. Period of Performance: All work for Tasks 1 and 2 shall be completed within 60 calendar days of award of the contract. Task 3 training shall be coordinated with the COR but shall be completed within 75 calendar days of contract award. Government Furnished Equipment: IRIS Commander Video Routing System (1) IRIS Audio Router (1) IRIS Video Router (1) Rear Projection Smart Boards (2) Sony EV1 D30 Camera (1) Radio Frequency Cable System (1) IBM ThinkPad A20 Laptop Computers (2) IRIS iNED Server (1) Television Control Room IRIS System hardware (1) Access to First Floor Duplicate Rooms: For proposal preparation purposes, the contractor may schedule access to the DSS Academy first floor classrooms (which are to be duplicated on the second floor via the requirements of this Statement of Work) by contacting Mr. Robert Crepeau at 410-865-3120 between the hours of 8:00 a.m. and 3:00 p.m., Monday thru Friday, prior to the closing date of the request for proposal/solicitation.
 
Place of Performance
Address: DEFENSE SECURITY SERVICE 938 ELKRIDGE LANDING ROAD, APS6, 2ND FLOOR LINTHICUM MD
Zip Code: 21090
Country: US
 
Record
SN00086146-W 20020602/020531213404 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.