Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
MODIFICATION

70 -- Electronic Presentation System

Notice Date
9/11/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street Suite 100, Carswell ARB, NAS JRB FT Worth, TX, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
Reference-Number-F267SC32310400
 
Response Due
9/17/2003
 
Archive Date
10/2/2003
 
Point of Contact
Ali Marshall, Contract Specialist, Phone 817-782-7315 x240, Fax 817-782-5371,
 
E-Mail Address
Alisa.Marshall@carswell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The 926th Fighter Wing Squadron in Belle Chasse, LA intends to purchase an electronic presentation system for their command post. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Please place purchase request number F267SC32310400 on quotes submitted. A mandatory site visit is required before submission of quote. This acquisition is Set-Aside for Small Businesses in accordance with FAR Part 19. The North American Industry Classification System (NAICS) code is 421490, size standard 100 Personnel. The contractor shall provide the following: Minimum System Requirements: The contractor/vendor must provide all material, equipment, installation, training, labor, shipping, transportation, and maintenance for an electronic presentation system. The system shall be assembled in the 926 Fighter Wing Command Post, Building 192, Room 137, at the Naval Air Station Joint Reserve Base, New Orleans, LA. The audiovisual projectors must possess VCR and DVD capability, true XGA (minimum1024 x 768) resolution, 1:1.3x manual zoom lens, dual computer inputs, "auto SYNC" for automatic image perfection, wireless IrCOM input for "cable free" presentations, wireless remote w/mouse control and laser pointer, advanced presentation software, digital keystone correction, 3000 ANSI lumens. Four audiovisual projectors will project through wide-angle lens upon four ceiling mounted (flush with the wall) electric (low voltage single motor) screens (87" high x 116" wide with 150" diagonal) in the normal Command Post duty section. The remaining audiovisual projector will project upon a ceiling mounted screen (57.5" high x 77" wide with 96" diagonal) canted from the North wall of the Battle staff room in the Command Post. All projectors must possess split screen capability. The matrix-switching component of the electronic presentation system must be capable of minimum 16 inputs and 5 outputs. Planned audiovisual inputs consist of thirteen computer PC connections along with two (2) VCRs (Professional Series Quality) and one (1) DVD (Professional Series Quality), and 8mm Tape Player capabilities. The electronic presentation system must integrate with the existing local television cable company (CMA) system. After routing through the matrix-switching complex using remote control command system, audiovisual output will display from minimum of five XGA projectors. Custom-control presentation system will handle input selections, direct selected sources, and send projected signal to specific multi-media projectors. Customized computer software will meet 926FW Command Post programming requirements for remote control command of the electronic presentation system. The matrix switching system should allow for future system growth/modification. Presentation control system must include the following remote control equipment and hardware as a minimum: control package, touch panel-ST1700C (2 ea.), TPS6000 (1 ea.), C2COM-3 communication port cards (2 ea.), receiver, sensors, blocks, power controllers, VC card and rack kit. The presentation sound system must include at a minimum, commercial mixer/amp TOA-A506, mounted speakers (6), speaker cabling, and miscellaneous hardware required for the installation. The sound system shall be sufficient so that sound quality and loudness is the same for every seat in the room. The sound system shall be installed permanently, and it shall be regulated through the remote control system. For quick service, repairs, reprogramming, or replacement of items associated with system, the contractor/vendor for maintenance shall be located within 50-mile radius of NAS JRB New Orleans. During unit inspections, exercises, or mobilizations, the vendor must possess demonstrated capability to respond to system failures within 2 hours after notification by Command Post personnel. During normal weekday operations, vendor must possess demonstrated capability to respond to system failures within 48 hours after notification by Command Post personnel. The vendor must provide loaner equipment if critical equipment fails during unit inspections, exercises, or mobilizations. The audiovisual projectors must include a three-year service warranty, to include parts/labor and unlimited free adjustment. Contractor/vendor must be a manufacturers-authorized dealer to perform warranty and out of warranty repairs/service on system and products. The vendor must provide on-site product training upon system acceptance to normal duty members of the 926FW Command Post. The vendor shall provide instruction manuals covering system components, operation of the electronic presentation system, and custom computer programming of remote control system. Suggested Items: 5 each Projectors, Sharp XG-C50X Super bright, VCR capability, true XGA (1024x768) Resolution, 1:1.3x manual zoom lens, dual computer inputs, ?auto SYNC? for automatic image perfection, wireless IrCOM input for ?cable-free? presentations, Wireless remote with mouse control and laser pointer, Sharp Advanced Presentation Software, digital keystone correction, 3000 ANSI Lumens, portable weight 11 lbs, with extended warranty (three years parts/labor, lamps only ? 90 days) 4 each Wide Angle Lens, Sharp AN-C12MZ 5 each Ceiling Mounting Package Hardware Mounting package kit, extension pole, and accessories * Sharp items available under GSA contract 4 each Front Electric Projection Screens, Da-Lite part #40789 Cosmopolitan Electrol, matt white, wall-mounted 87? high x 116? wide with150? diagonal part#40789 4 each Low voltage control single motor, Da-Lite part #40973 1 each Da-Lite Da-Snap (57 ?? high x 77? wide with 96? diagonal) Da-Mat fixed projection screen * Da-Lite Items available under GSA contract 1 each Panasonic DVD Player, Professional Series, DVDRV32K 2 each JVC-S-VHS VCR, Professional Series, HR-S-3901U 1 each Middle Atlantic Equipment Rack Enclosure, ERK-2725 with accessories As required: Presentation Sound System Includes commercial mixer/amp TOA-A506, JBL Control 25 wall-mounted speakers (6), cabling, and miscellaneous hardware. 2 each Equipment Matrix Switcher Extron 128HVA ? 12 in x 8 out switcher * Extron items available under GSA contract 13 each Extron Computer Interface, RGB 192 3 each Extron Video Scaler with rack kit, DVS-204 As required: Presentation Control System Equipment and hardware to include: control package, touch panel - ST1700C - Qty. 2, TPS6000 - Qty. 1, C2COM-3 communication port cards - Qty. 2, receiver, sensors, blocks, power controllers, VC card, and rack kit As required: Control System Custom Computer Programming As required: Equipment Needed for System Distribution amplifiers, custom wall plate interface, guest PC connections, power supply units, connectors, cables, terminators, and miscellaneous materials. As required: Complete System Integration/Installation Structural ceiling installation of (5) XGA projectors, (4) front manual projection screens, (1) fixed screen, along with accessories and hardware to complete an electronic presentation system. Presentation system will consist of (13) computer PC connections along with VCR, DVD, and 8mm tape player capabilities. Custom-control presentation system will handle input selections and be able to direct selected sources and send projected signal to specific multi-media projectors. Computer software program will be tailored to meet client?s requirements, and will call for an on continuing relationship between the computer programmer and the assigned end user at the facility. This Control System can be called and referred to, as a ?work in progress? engineered and design between the two respective parties. Audio will be handled via installed presentation sound system. As required: Sub-Contracting Charges to install Metal Conduit Piping Qty. 4 of 2? empty conduits approximately 30 feet each. Period of Performance: Installation shall be complete and system must be operational by October 31, 2003. Site Visit is Mandatory before quote submission. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil . In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 ( FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offeror?s, commercial Items (AUG 1998), with the following; the terms of any expressed warranty, price and any discounts, and delivery times; FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award shall be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: Best value to the government and delivery date. Offers must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items (JAN 1997) with their quote. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JUN 1998). As prescribed in FAR 52.212-5, the following clauses are applicable: FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-26, Equal Opportunity (APR 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination (Nov 1991). Also apply DFARS 252.212-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As prescribed in DFARS 252.7001, the following clauses are applicable: 252.225-7036, Buy American Act, North American Free Trade Agreement Implementation Act, Balance of Payments Program, DFARS 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998). In accordance with DFARS 252.204-7004, Required Central Contractor Registration (MAR 1998), prior to receiving any contract award, contractor must be registered in the Central Contractor Registration (CCR). If not already registered you shall immediately register with CCR on the Internet at http://www.ccr.gov . confirmation of CCR registration must be obtained before award can be made. Quotes are due NLT 4:30 P.M., Wednesday, September 17, 2003. Quotes must be sent to the 301st Operational Contracting Office, 1710 Burke Avenue, NAS JRB Fort Worth TX 76127. FAX quotes shall be accepted at 817-782-5371. Email quotes shall be accepted at alisa.marshall@carswell.af.mil. Points of contact are Ms. Ali Marshall, 817-782-7315 x240, (alisa.marshall@carswell.af.mil) or Ms. Pat Jackson, 817-782-7315 x238 (patricia.jackson@carswell.af.mil). Items are for delivery, installation, and training to the 926th Fighter Wing, NAS JRB New Orleans, LA. Require F.O.B. Destination pricing. If items are covered under a GSA Federal Contract please include contract information with quote.
 
Place of Performance
Address: Building #192, Room 137, Naval Air Station Joint Reserve Base, New Orleans, LA
Zip Code: 70143
Country: USA
 
Record
SN00432230-W 20030913/030911213316 (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.