Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2002 FBO #0354
SOLICITATION NOTICE

70 -- Audio visual System

Notice Date
11/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th Contracting Squadron, 350 Tully Street P.O. Box 9190, Hurlburt Field, FL, 32544-9190
 
ZIP Code
32544-9190
 
Solicitation Number
Reference-Number-WENRICK012
 
Point of Contact
Michael Wenrick, Contract Specialist, Phone 850-884-3264, Fax 850-884-5372, - Twila Beasley, Contracting Officer, Phone (850) 884-1269, Fax (850) 884-5372,
 
E-Mail Address
Michael.Wenrick@hurlburt.af.mil, twila.beasley@hurlburt.af.mil
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation number WENRICK012 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This solicitation is 100% set-aside for Small Business and is under North American Industry Classification System Code 421430, with a small business size standard of 100 employees. Hurlburt Field intends to purchase Audio Visual presentation system for the USAFSOS School. This system shall have the capability display large, highly resolved, bright, clear images, with clean, high quality sound through integration into existing infrastructure. The sources to be provided for selection shall be: DVD/VCR, two (2) videoconference cameras, two (2) computers, laptop CPU, and the VTC main, aux in/out. The sources are provided by USAFSOS and shall be integrated into the system. The system shall be designed to allow for growth and upgrade. The equipment location/layout in the room shall be as follows: In the front of the room, a movable multimedia lectern will house the computer systems and annotation monitors, keyboard, CPU interfacing, laptop interfacing, DVD/VCR, audio amplifier, EXTRON matrix switcher, EXTRON source router, control panel, scalers, down converters, CRESTRON remote control system, power conditioning and VTC connection patch panel. A color, backlit two-way touch panel will be located into the multimedia lectern for source to plasma selection and control. Additionally, a four button hand held wireless CRESTRON remote control with integrated laser pointer shall also be provided for control of the base supplied computers, mouse and keyboard. Mounted to the wall shall be two (2) high brightness, high resolution 61? plasma panels mounted side by side on tilt wall brackets for ease of viewing by the assemblage. A presentation audio mixer will be located into the multimedia lectern. The audio system will utilize the existing house audio system equipment. An EXTRON laptop interface will be mounted in a user-defined location for easy access to connect a laptop computer with audio. A laptop cable w/audio and 90 degree connection shall be provided. An EXTRON 12 x 8 high-resolution matrix switcher w/audio shall be mounted into the multimedia lectern. Two (2) 15? WACOM CINTIQ interactive LCD displays with XGA resolution shall be integrated into the lectern for annotation by the presenter over each of the two computer signals. Additionally, all labor, tools, materials, transportation required to install, training and setup are to be included in the quote. GSA items shall be noted as well as the GSA Contract Number. Prospective bidders shall provide all necessary product literature. This information will be used to determine if product meets the following minimum requirements; The control of the system shall utilize a backlit color touch panel for source selection and control. The system control code programming shall be documented and optimized for the best set-up, and functionally approach regarding the requested and desired control parameters. The control panel layout shall be representative and approximate the existing touch panel screens for continuity and ease of use by the presenter. Previously designed and utilized templates will be integrated to the fullest extent possible. The ?If-Then? logic string shall allow for seamless operator control interaction. By the utilizing touch screen display, the presenter needs to only touch the particular icon on the screen that represents the desired plasma screen and source(s) to select those source(s) for display and control. The source(s) will then be simultaneously displayed on the plasma screen discrete to that device and the information will be presented to the audience. Any combination of sources shall be able to be addressed. For example, the presenter can select any of the sources to display, so you can mix, match, and swap information on either display. When any source (computer, laptop, DVD/VCR, VTC, 2 spare inputs, etc.) is selected for display, the control commands for that source (if applicable) shall be present on the touch panel for selection by the operator. Any applicable sources that utilize preset controls shall be accessible pertinent to the control configuration mode. When any RGB source (computer, laptop, etc..) is selected to be routed to the display systems, the source will be automatically routed to the proper scaler as required to assure tat the highest signal resolution of the display screen can be utilized. When any Video source (VCR, camera, etc..) is selected to be routed to the display systems, the source will be automatically routed to the proper scaler as required to assure that the highest signal resolution of the display system can be utilized. When computer sources are selected for display, the forward and reverse control of the ?power point? presentation will be controlled by the RF hand held 4-button remote with integrated laser pointer. Both computers shall be addressable so the presenter can control two simultaneous presentations with ?previous? and ?next? controls independent and discrete to the particular computer. Additionally, mouse control with standard ?click? functions shall be applicable. Touch panel audio volume and muter control shall be available for all applicable sources. Also control characteristics for other room functions such as lighting shall be optionally available. The switching system shall be of a matrix type that will accommodate all of the required sources and route the desired selected source(s) to their final destinations. Control of the matrix switch shall utilize macro commands to determine the proper route for signals to take. This feature will enable the operator to simply select the source by touching an icon on the touch screen panel and the final signal destination by touching another icon on the touch screen panel. Through the use of presets the operator will be assured that the signal has been properly routed to the desired destination without having to make active routing decisions. The audio signals and video signal present of the matrix shall have the capability of tracking together or breaking away. Additionally, the capability to route a desired selected signal to other existing audio-visual equipment located within the facility shall be designated and planned for. The signal switching shall be accomplished as follows: A total of eleven (11) inputs shall be provided for RGBHV outputs for two (2) displays and two (2) composite outputs for VTC send feeds. An EXTRON sown converter shall be utilized for feeding the RGBHV inputs to the VTC Aux send feed. Two (2) EXTRON scalers shall be utilized for feeding composite inputs to the display devices allowing the signal to be converted to the maximum resolution of the plasma panels. Audio shall be mixed from outputs 1 & 2 to feed an existing mono audio system and VTC main send feed. The podium mounted 15? WACOM CINTIQ interactive LCD displays shall be utilized by the presenter to annotate over the information of the CPU systems. The display shall combine the advantages of an LCD monitor with the control, comfort and productivity of a pressure sensitive tablet. The unit shall work seamlessly with the existing mouse and shall be installed as a multi-monitor installation. The source to be selected for display shall be provided by the base and shall be planned for and integrated into the system. The system shall be designed to allow for growth and future expansion. A site visit will be held on 2 Dec 02 at 0900 (9:00 AM.CST). The purpose of the site visit will be to visit the USAF Special Operations School on Hurlburt Field, Florida. The site visit is expected to last approximately 2 hours. You are requested to submit your company business size, name, address, telephone number, and the name of attendees to Michael Wenrick by fax (850-884-5372) or email notification (michael.wenrick@hurlburt.af.mil) NO LATER THAN 27 Nov 02, so we can make arrangements for access to the installation. Please try to limit your number of attendees to two. Questions from the site visit must be submitted in writing within 2 working days after the site visit. All questions and answers will be posted as an amendment to this solicitation. Required delivery shall be on or before 30 days after receipt of award. Place of delivery shall be USAF Special Operations School, 357 Tully Street, Bldg. 90503, Hurlburt Field FL. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors_Commercial Items (OCT 2000). It applies to this acquisition and is amended to read: FAR clauses and provisions can be located via the Internet at: http://farsite.hill.af.mil. Submit signed and dated quotations on company letterhead or quotation form. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation _Commercial Items (Jan 1999), which is incorporated into this Request for Quote, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Past performance; (ii) technical capability of the item(s) offered to meet the Government requirement as stated in this synopsis; (iii) price. The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government. Past performance and technical capability have slightly more important than price. Each proposal shall provide recent and relevant information regarding an offerors action under previously awarded contracts. Offerors shall identify past or current contracts (including Federal, State, local government and commercial) for efforts similar in size, scope, type, and complexity to the requirements stated in this synopsis. Provide references for all recent and relevant work performed in the last three (3) years or not to exceed 10 projects. PPI obtained will be used both for the responsibility determination and the best value determination. When technical and past performance are evaluated essentially equal, price may be the deciding factor. Each offeror shall include a completed copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications_Commercial Items (July 2002), with the quotation. Submit signed and dated offer to 16CONS/LGCY, Attn: Michael Wenrick, Michael.Wenrick@hurlburt.af.mil, 350 Tully St, PO Box 9190, Hurlburt Field FL 32544-9190 at or before 1600 (4:00 PM CST), 13 Dec 2002. The clause at 52.212-4, Contract Terms and Conditions_Commercial Items (Feb 2002), applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contractor Registration (Nov 2001). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2002), applies to this acquisition and is incorporated by reference. 52.237-1 Site Visit (April 1984). 52.232-33, Payment by Electric Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). A Firm-Fixed Price Order will be issued in writing. NO TELEPHONIC OR FACSIMILE RESPONSES WILL BE PROCESSED. All questions must be in writing and may be faxed to (850) 884-5372. All answers to questions will be posted to EPS.
 
Place of Performance
Address: USAF Special Operations School, 357 Tully street, Building 90503, Hurlburt field, Florida
Zip Code: 32544
Country: USA
 
Record
SN00207498-W 20021121/021119213350 (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  © 1994-2020, Loren Data Corp.