Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOLICITATION NOTICE

58 -- MULTIMEDIA ASSETS FOR COMPUTER CLASSROOM AND MULTIMEDIA CONTROL ROOM

Notice Date
8/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Army, National Guard Bureau, 184 ARW/LGC, 57330 MUSTANG DRIVE, SUITE 13, McCONNELL AFB, KS, 67221-9013
 
ZIP Code
67221-9013
 
Solicitation Number
Reference-Number-FU615132310400
 
Response Due
9/15/2003
 
Point of Contact
Darin Brun, Contracting Specialist, Phone 3167597640, Fax 3167597521, - Contracting Office, Entire Office, Phone 316 759 7591, Fax 316 759 7588,
 
E-Mail Address
Darin.Brun@ksmcco.ang.af.mil, contracting@ksmcco.ang.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a Request for Quotation is being requested and a written solicitation will not be issued. The reference number for this procurement is FU615132310400 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15 and DFARS, Defense Change Notice (DCN) 20030821. The SIC code is 7819, the NAICS code is 512191, the size standard is $25 million. The Contractor quote shall include pricing for a complete solution as outlined by the attached statement of work. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation of Commercial Items (evaluation factors are: Price ,Technical Proposal, and Past Performance); FAR 52.212-3 Offeror Representations and Certifications Alternate I; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2002) (Deviation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52. 222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts & Compliance Report; 52.22-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36 Affirmative Action for workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-33 Mandatory Information for Electronic Funds Transfer; FAR 52.233-3 Protest After Award; DFARS 252-204-7004 Required Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.227-7015 Technical Data-Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data. All contractors must be Central Contractor Registration (CCR) registered to receive a DOD award or payment. All quotes timely received will be considered. The contractor quote will be evaluated based on price, technical proposal, and past performance. To evaluate past performance the quoter will send a minimum of three contracts performed in the last two years with points of contact and phone numbers, preferably from Government contracts. Price will be evaluated approximately equal to all other evaluation factors combined. Quotes failing to submit completed FAR 52.212-3, Offeror Representations and Certifications, may be considered non-responsive. To view FAR clauses see http://www.arnet.gov/ or DFARS see http://farsite.hill.af.mil/. If you are unable to access the web site, call Darin Brun at (316) 759-7591, Fax: (316) 759-7588 or email contracting@ksmcco.ang.af.mil. Quotes are due on or before 1:00pm CDT 15 Sep 2003. Site visit will be 3 Sep 2003, 10:00am CDT for those interested. Coordinate site visit with Capt Price 316.759.7501 or james.price@ksmcco.ang.af.mil or MSgt Fogg 316.759.7561 or neil.fogg@ksmcco.ang.af.mil. STATEMENT OF WORK SUPPLY MULTIMEDIA ASSETS FOR COMPUTER CLASSROOM AND MULTIMEDIA CONTROL ROOM KANSAS AIR NATIONAL GUARD, McCONNELL AFB, KANSAS PROJECT NUMBER FU615132310400 14 AUGUST 2003 SW-1 LOCATION: McCONNELL Air Force Base, Wichita, KS, building 54, rooms 210, 210a, and 214. Coordinate with the 184th Communications Flight between the hours of 7:30 a.m. and 4:30 p.m., Monday through Friday, prior to site visit, to obtain temporary badges/pass and vehicle registrations. Contract personnel shall comply with established security procedures for entering an installation and its facilities, including special security procedures for entry to restricted or controlled areas. SW-2 SCOPE OF WORK: This statement of work defines the need/requirements to furnish all multimedia equipment and materials for video production capability in building 54, computer classroom (rm 210), control room (210a), and video teleconferencing room (rm 214). Minimum equipment requirements are listed in section sw-5. SW-3 SUMMARY OF WORK: The vendor will engineer and determine the necessary hardware need to provide production quality video recording and editing capability to computer classroom and video teleconferencing rooms. The vendor will provide an itemized list of hardware and software required. Minimum equipment capability requirements are listed in section sw-5. Finalized orders will be determined and issued based on the quoted list of materials and associated prices. SW-4 MATERIALS: The materials shall conform to specifications, applicable industry codes and standards and the manufacturer's recommendations, which ever is more stringent. Certificates of compliance and Technical Data Sheets are required for all materials supplied. SW-5 MINIMUM EQUIPMENT SPECIFICATION AND EXAMPLES: 1. Touch Panel Matrix Switcher with video recorder (quantity 1): A turnkey solution with touch panel matrix switcher with 16 video inputs & outputs and 16 unbalanced audio inputs & outputs. Digital video recorder will interface with matrix switcher; have automated video playback, automated video recording capabilities for at least 130 hours of video. Example: Video Commander and Video Tizer by Iris Technologies. 2. Automatic Microphone Mixer (1 quantity): 8 channel, horizontal rack mountable with XLR inputs. Example: Shure SCM-810 with RKC800 XLR connector kit 3. Portable Robotic Tripod Head (2 quantity): Weight not to exceed 9 lbs. Load capacity of 20 lbs. Included items as follows: Remote control for pan & tilt, 500 feet of remote control cable in 50 foot sections, heavy duty hard carrying case, compact remote control for zoom & focus that uses Control L and Desktop support station. Example: Varizoom VZ-MC100, VZ-EXTMC50, VZ-Rock and VZ-CS1. 4. Tripod (2 quantity): Professional Tripod Legs (black), fluid head, padded tripod bag, on-ground tripod spreader, tripod carry strap, 100mm half ball, quick release camera plate and heavy duty tripod dolly. Load capacity of 35 lbs. min. Examples: Bogen tripod kit 3193, Bogen Heavy Duty Tripod Dolly 319 5. Tripod Dolly (5 quantity): Must be able to support tripods with a 20 inch radius, 3 inch wheels and black finish. Example: Bogen Portable Tripod Dolly 3127. 6. Digital A/V mixer (1 quantity): Mixer needs to have 8 input switcher, digital video effects and audio mixer all in one unit. Switcher has 8 composite video inputs, digital video effects include: 600 2D effects, 1600 3D effects and 4 stereo XLR inputs plus 2 auxiliary mono RCA inputs, one which can be a mic input. Example: Panasonic AG-MX70 DME switcher and Panasonic 3D DVE Board f/AG-MX70 7. Portable DVCPRO VTR (1quantity): Portable DVCPRO player/recorder with fire wire capabilities and external wired remote. Example: Panasonic AJ-D230 DVCPRO Compact Desktop Recorder VCR, Panasonic AJ-YAD230 IEEE 1394 interface Board, Panasonic AG-11 Wired remote controller 8. Omni-directional Lavaliere Condenser Microphone (3 quantity): Professional quality omni-directional lavaliere condenser microphone. Items included: holder clips, windscreen, and protective carrying case. Example: Sony ECM-77B Omni-Directional Lavaliere Condenser Microphone or Shure MX-183 9. 8 inch Portable Color video Monitor (10 Quantity): Monitor needs to have composite inputs with loop through capabilities, monitor size 7-9 inches, be able to fit in 19 inch rack, 2 side by side. Rack mount kits need to be included. Example: Sony PVM-8040 and PVM-9L2. Rack mount kits: Sony MB-512. 10. 14 inch Rack Mountable Video Monitor (1 quantity): Monitor has to be rack mountable, composite input with loop through capability, 800 line of resolution, rack mount kit included. Examples: Sony PVM-14L5/1 and Sony MB-521. 11. Portable Soft Light Kit (1 quantity): Items included in kit as follows: 2, 500 watt combo lights complete w/2 barn doors, 2 heavy duty light stands, 4 gel holders, 2 gel frames, 1 gel pack, 2 safety glass and clips, 2 AC cords, 3, 250 watt key lights complete w/barn door and light stands. 2 AC dimmers with 500 watt rating, 2 AC ground plugs, 1 carrying case with foam. Minimum wattage is 1785. Spare bulbs for each lamp style will be included. Example: Cool-Lux LK-2332 12. Robotic VTC Camera (3 quantity): Camera needs to be remote controlled for pan, tilt and zoom. Camera has to interface and be controlled by a Tandberg 8000 codec. Example; Tandberg Wave Cam II. 13. VTC Remote Control (1 quantity): Remote needs to contol all functions of a Tandberg 8000 VTC unit. Example: Tandberg Remote Control part # 111750 . 14. 6 line telephone system (1 quantity): System should be able to handle 6 phone calls with expansion capability and able to route the phone call to talent in a studio environment. Example: Comrex TS612. 15. Corel Draw 11 software upgrade (2 quantity): software upgrade compatible with Corel Draw 9 software. 16. Scan Converter (4 quantity): System requirements: IBM PC or Mac computer, NTSC/PAL compatible. Resolution up to 1280 X 1024 @ 60 Hz. Video output NTSC or PAL (switch selectable): composite and s-video. Connectors: input VGA HD15. Output: VGA DB15, composite: RCA or BNC. Example Black Box Video Scan Converter Plus AC098A or Scan Do Pro II 17. Portable Mini DV deck (1quantity): Mini DV tape deck with 4 inch LCD screen, analog and fire wire in/output. Example: Sony GVD-1000 18. Professional Turnkey Workstation (1 quantity): System will consist of either a Intel P 4 3.0GHz single processor or Dual AMD 2.6GHz processors, 1.5 gig of DDR400 RAM, a Matrox video board with 128mb dual display capabilities, 36 GB system drive, 240 GB RAID video drive, 120 GB storage drive, Windows XP os, 3 years warranty, lifetime tech support, Matrox RT.X100 Xtreme editing package, Adobe Premiere 6.5 editing software, 2 - 19 inch flat panel monitors. Entire system will be black in color. Example: ProEdit P4 Xtreme Professional Turnkey Workstation. 19. Adobe Video Collection (1 quantity): Items included: Adobe Premiere Pro, Adobe After Effects Pro, Adobe Encore DVD, Adobe Audition. 20. 3 chip Mini DV video camera (2 quantity): Video camera needs to have 12X optical zoom with 48X digital zoom, 3 chip, each chip is 1/3 inch, 2.5 inch color viewfinder and 4 batteries. Example: Sony VX 2000 and Sony NPH 960. 21. 10 inch, indoor & outdoor portable teleprompter (2 quantity): Teleprompter needs to be 14 lbs or less, have SVGA capabilities, portable, include carrying case. Image size is 10 inch; teleprompting software is included, as well as prompter remote controls. Example: Mirror Image LC-110TF. 22. IFB System: System will have 2 channels allowing 2 way conversation between 1 director and 2 camera operators and on another channel 1 way communication from director to up to 3 talent. Talent needs to have small earpiece. Communication between director and camera operator will be through headsets. The entire system will be hard wired. A wireless solution is a possible option. 23. Coax cable: A quantity 2000 feet of RG6 coax cable in 500 ft increments. Example: COMSCOPE RG6-NP-FR-FN-R-CM 24. Connectors: A quantity of 500 coax cable connectors will match the above-mentioned RG6 cable. Example: Thomas & Betts SNS6 25. Microphone Cable: A quantity of 600 feet, 4 pair. Example: West Pin WES-539 26. XLR wall plates (quantity 2 male, 2 female): A total of 4 wall plates. Two wall plates need to have 4 XLR male plugins. Two wall plates need to have 4 XLR female plugins. Example: Horizon; HOR-DP4D3F, HOR-DP4D3M. 27. Power strips (quantity 15): Horizontal rack mounted power strip. Consist of 10-12 electrical inputs. 28. Shelves (quantity 5): Rack mounted shelves able to hold up 30 lbs. Rack size is standard 19-inch width.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA14-2/Reference-Number-FU615132310400/listing.html)
 
Place of Performance
Address: KANSAS AIR NATIONAL GUARD 52010 JAYHAWK DR MCCONNELL AFB KS
Zip Code: 67221
 
Record
SN00412237-F 20030827/030825223104 (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.