Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
MODIFICATION

D -- Audio Visual System for Mobile Command Post

Notice Date
3/4/2004
 
Notice Type
Modification
 
Contracting Office
M67400 Camp Smedley D Butler FPO, APO
 
ZIP Code
00000
 
Solicitation Number
M6740004R0012
 
Response Due
3/24/2004
 
Archive Date
6/24/2004
 
Point of Contact
011-81-6117-45-2193 (0730-1630 Monday- Friday Japan Time) E-Mail: schmidsj@mcbbutler.usmc.mil Fax Inquiries: 011-81-6140-45-0963.
 
Description
Statement of Work For Audio Visual System for Mobile Command Post SECTION I DESCRIPTION OF SERVICES GENERAL DESCRIPTION: The Regional Contracting Office, Far East intends to procure an Audio/Visual (A/V) system for a mobile command post (CP) consisting of either five or six nodes. Each of the nodes of the CP will have an audio/visual presentation system that can be viewed by any of the watch standers in that node. This audiovisual presentation system will become the core enabler for shared situational awareness within each node and within the entire command post. Contractors may submit proposals for a five or six node system, or both. If proposals are submitted for both sizes, each proposal must be separate and complete. 1.1 SCOPE OF WORK: The contractor must provide all the equipment and the personnel necessary to train Government personnel in setting up and operating a complete audio visual display system that meets the following requirements: 1.1.1 Must be rugged enough to deploy in a military field environment. 1.1.1.1 Because the system will be used to support a mobile CP, the entire system must be contained in deployment cases to guard against breakage. The system must be designed to facilitate rapid set up and rapid break down. 1.1.1.2 The system must be optimized for the following configuration of five or six: A main combat operations center (COC) in a J series Drash shelter (34.2? x 35?) and 4 or 5 CP nodes in 6XB Drash shelters (35.3? x 15.3?). The smaller CP nodes will be connected to the main COC with a standard Drash connector kit. Although the system must be optimized for this configuration, it must be capable of being set up in a variety of facilities to include tents and buildings. The design must allow for at least 4 00? of separation from one node of the CP to the next. 1.1.1.3 To facilitate changing configurations, video-switching technology that uses CAT5 cable is preferred. 1.1.1.4 The video equipment should be commercial off the shelf (COTS) and standardized for sparing and ease of replacement and maintenance. 1.1.2 Video Teleconference (VTC) equipment integration 1.1.2.1 Each node of the CP must be capable of integrating existing (Government furnished) VTC systems. 1.1.2.2 VTC audio and video must be capable of presentation in all nodes of the CP. 1.1.3 Video switching and presentation 1.1.3.1 The number of displays and presentations must support the following CP nodes: COC/Fires (collocated in the drash configuration, but may be separated in other configurations), G2, LNO, CG, OPT. To allow for flexibility of design within funding constraints, the exact number of displ ays and presentations will not be specified in this SOW; however, the desired configuration is as follows: COC ? 1 large video wall capable of 4 presentation elements Fires ? Optimum: the same configuration as the COC. Adequate: Do not provide a separate video wall, instead, combine this node with the COC. G2 ? 1 small video wall capable of 2 presentation elements LNO ? 1 small video wall capable of 2 presentation elements CG ? 1 small video wall capable of 2 presentation elements OPT ? 1 small video wall capable of 2 presentation elements 1.1.3.2 Rear screen projectors are preferred over other forms of displays. 1.1.3.3 The display systems must be designed to support continuous (24 hours/day) operations. 1.1.3.4 The system must be able to display multiple video sources from a variety of hardware and software applications. Hardware input must incl ude computers, DVD/VHS, VTC and television. Output must include the video wall in each node of the CP and additional government furnished monitors. 1.1.3.5 The video system must provide the capability to display four-in-one display capability (video controller capability). 1.1.3.6 Multiple computers (Government furnished) in each node of the CP must be capable of presentation on any screen within that node and in any other node of the CP. 1.1.3.7 Video switching, from one source to another, must be accomplished by an operator without having to physically reconfigure any part of the system. This switching will normally be accomplished by a watch officer and not by a technician. Therefore, the system must be simple to operate and easily learned. 1.1.3.8 Video switching can be accomplished from a front panel or from a Graphical User Interface (GUI), so long as it meets th e previous requirement. 1.1.3.9 Each node of the CP must be capable of controlling its own video switching. 1.1.4 Audio integration. 1.1.4.1 In addition to the integration of VTC audio, the system must allow for audio from Voice over Internet Protocol (VOIP), telephone and single channel radio to be played in any node of the CP. 1.1.4.2 Each node of the CP must have a mutable microphone and a loud-speaker system capable of providing intelligible audio throughout all nodes of the CP. 1.1.4.3 Audio microphone(s) must be line connect or Infra-red (IR). 1.1.5 Commonality with other users The system must be designed to be interoperable with USFK systems. The following standards are must be met for VTC interoperability with USFK: Video Teleconferencing Codecs: (ITU-T recommendations) H.320 (Narrow-band visual telephone systems and terminal equipment) o Video : H.263, upgradeable to H.264 o Audio: G.722 o Control: H.230; H.231 o Communication Procedure: H.241 and H.245 Video inputs and outputs must meet NTSC standards Audio inputs and outputs must be at mic and/or line level per AES standards Communications connections must be able to utilized both 100Base-TX (EIS/TIA-568b; IEEE802.3u) and serial (EIA/TIA-449) standard interfaces connected through a secure network.Installation and Training 1.1.6 Installation and Training 1.1.6.1 The contractor will provide on site technical support during the initial development phase at the installation site (Okinawa Japan) dring the period of 11-30 June 2004. 1.1.6.2 Contractor instruction for installation and operation will be provided upon delivery of the Audio/Visual equipment system at the installation site (Okinawa, Japan). Instructors must be on site after confirmation of equipment ( AV system) delivery and desired training date(s) time schedule is set. 1.1.6.3 Complete installation instructions for the entire system will be provided along with complete owners operating manuals for all A/V equipment. 1.1.7 Support 1.1.7.1 The cost of the system will include design, fabrication, delivery, initial on-site integration, training, complete equipment documentation and integrated system installation and operating instructions. 1.1.7.2 Contractor support for operation of the Audiovisual system will be provided via 24 hours 7 day on call technical support via telephone technician. SECTION II 1 GOVERNMENT-FURNISHED PROPERTY AND SERVICES 1.1 FACILITIES: 1.1.1 Tents: Initial installation will be done during III MEF Exercise inside Government furnished tents. Tents will not be a component of the A/V system. 1.1.2 Lodging: The Government will provi de the contracted technician with field lodging while involved in system installation and testing in the field. When in the field the Government will provide field rations/messing to the contracted technicians. Contractor personnel may stay in Government lodging, on a space available basis, at contractor expense when not involved in installation and testing. Additionally, when not in the field the contractor may use base restaurants for meals at contractor expense. 1.2 EQUIPMENT: Laptop personnel computers (PC) with standard video card hardware (ATI Mobility Radeon 7500) and Windows operating systems. All laptops in each node must be able to be plugged into the A/V through CAT 5 transmission system. Laptop PC(s) with ATI Mobility Fire GL 7800 video cards. Servers: dual Intel XEO 2.4 Ghz with ATI Rage XL (PCI) video card, Dell Dowredge 2550 VTC 1.3 MATERIAL: Expendable materials, such as; CD-R, diskets, note paper, needed for evaluation and installation of the system will be provided by the Government. Any expendable material required for the initial installation and operation of the system, such as; Cleaning components (canned air, brushes, etc) hardware (screws, pins) will be provided by the contractor. 1.4 Services: The Government will provide personnel for training and installation of the system at the direction of contractor personnel. Proper functioning of the system at the conclusion of initial testing is the sole responsibility of the contractor. The contractor will take responsibility for any damage of equipment resulting from installation by Government personnel following the directions of contractor personnel. 1.5 Utilities: The Government will provide all power systems and electrical technicians for the inst allation of the power supplies for the operation of the AV equipment in a deployed environment for initial testing. The Contractor will provide the electrical usage requirements of the system. All equipment will plug into standard U.S. outlets (110v) and (grounded) power supplies. SECTION III 2 GENERAL INFORMATION. 2.1 Quality Assurance: Proper operation of the system at the end of initial installation and testing is the sole responsibility of the contractor. The contractor will provide a quality control plan that ensures all requirements of this contract are met, to include proper functioning of the system and the ability of Government personnel to operate the equipment at the conclusion of testing. 2.1.1 The contractor shall provide a copy of the quality control plan with the proposal. This quality control plan will provide requirements for number of personnel required for installation and a training plan of Government personnel as well as measures to be taken to safeguard equipment from damage in a field environment. Records of all difficulties encountered in installation and corrective action taken shall be made available to the government upon request. 2.1.2 The Contracting Officer?s Technical Representative will coordinate with the contractor all technical matters that arise in the administration of this contract. In addition, monitor the contractor?s progress and performance to assure compliance with the technical requirements of the contract in accordance with the stated contract terms. 2.2 Warranty: Manufacturer?s standard warranty on all equipment. 2.3 Exercise duration and hours of operation: The installation and testing of this equipment will be conducted before the exercise and will be completed according to ex ercise time lines. This may involve extended work hours +12 day. 2.4 Identification and Base Passes: The contractor shall obtain base passes for all employees and vehicles. Application shall be coordinated through the Contracting Officer or designated representative. At time of application, the Government may conduct a background check on employees. Upon conclusion of this agreement, the contractor shall return identification cards and base passes to the Contracting Officer?s Technical Representative within 24 hours. Contractors will need to be able to obtain classification clearances up to SECRET. Contractors will submit ?visit requests? before arriving at any exercises. 2.5 Contractor personnel: 2.5.1 Contract Manager: The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate, who shall act on behalf of the contractor when the manager is absent, shall be designated in writing to the Contracting Officer. 2.5.2 The contract manager shall have full authority to act on behalf of the contractor on all contract matters relating to the daily operation of this contract. 2.5.3 The contract manager, or alternate, shall be available during the entire period of equipment installation and testing. Will make himself available to meet with the Contracting Officer to discuss problems that may arise during the performance of the contract. 2.5.4 The contract manager and alternate or alternates must be able to read, write, speak and understand English. 2.5.5 The contractor?s employees shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the company?s name and employee?s n ame. 2.6 Delivery Requirements: All equipment must be shipped door to door to arrive at III MEF TMO MF 20380, Okinawa Japan no later than 7 June 2004. The Contractor is responsible for all customs and demurrage charges in relation to shipping any equipment required for this contract. SECTION IV 3 Instructions To Offerors. 3.1 Proposal submissions: All proposals must be submitted by FAX 81-611-745-0969 or E-mail to schmidsj@mcbbutler.usmc.mil no later than 0230 Eastern Standard Time on 24 March. Contractors will submit a firm-fixed price proposal for the audio visual (A/V) system described in this statement of work. If the contractor provides proposals for both the five node and the six node CP, these proposals must be submitted as separate packages. At a minimum, a technical plan, past performance information, and a quality control plan as described in the foll owing paragraphs must be included in contractor?s proposals. 3.1.1 Technical plan: The contractor will describe how their proposal will meet or exceed the Government?s requirement. At a minimum it must: --List all equipment with technical specifications and quantities that will be provided as part of the A/V system. --Provide warranty information on equipment. --Describe the power requirements for the operation of all equipment. --Describe the proposed layout of all equipment within the nodes and the capabilities of equipment in each node. --Describe the on call and on site technical support. --Provide a list of required GFE needed by the contractor for installation and operation of the system. --Provide a time line for design, configuration, delivery, installation and training. --Provide physical configuration layout of the rear projection configuration of the system. --Describe estimated times for setup and takedown of the system during exercises and operations. --Provide written standard operating procedures for the installation and maintenance of the system 3.1.2 Past Performance Information: Provide relevant past performance information on Government contracts for like systems to be used in a deployed or field environment. Information should contain basic understanding of the requirement filled, contract number and Government contact information for that contract. Award will be made to the best value contractor based on the evaluation criteria of ability of technical plan to meet or exceed the requirement, relevant past performance, delivery schedule (delivered on Okinawa no later than 7 June 2004), price (not to exceed $250,000). Proposals that cannot meet the required delivery date of 7 June and are greater than $250,00 0 will be considered non-responsive and will not be evaluated. 3.2 Correspondence or inquiries relative to this order shall be addressed to the following: Telephone Inquiries: Commercial telephone number, direct dial is: 011-81-6117-45-2193 (0730-1630 Monday- Friday Japan Time) E-Mail: schmidsj@mcbbutler.usmc.mil Fax Inquiries: 011-81-6140-45-0963. 3.3 Contractors may send questions relative to this RFP to the above POC no later than 17 March. All questions will be consolidated and answered in an amendment to this RFP no later than 20 March 4:30 JST. 3.4 Ship to address: UIC M20380 III MEF HQ Group, Unit 35607 Building 2859 Camp Hansen Okinawa, Japan ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Set Audio-Visual systemFFPAudio/visual system for a mobile command post [CP] as described in the statement of work. FOB: Destinatio n The following Provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Comm Items (Oct 2000), FAR 52.212.2 Evaluation-Comm. Items (Jan 1999, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for acceptability at the lowest price, FAR 52.212-3 Offeror Representations and Certification Comm Items ( July 2002), FAR 52.212-4 Contract Terms and Conditions Comm Items (Feb 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Comm Items (Apr 2003), FAR 52.232-33 Payment by Electronic Funds Transfer (May 1999), FAR 52.247-34 . Responsible offeror must be active in the Central Contractor Registration in accordance with DFARS 525.204-7004. (Nov 2001)DUNS, TIN and CAGE Code must be written on submitted quote. Far 52.211-6 Brand name or equal ( Aug 1999) Payment shall be made electronically by DFAS Yokota Japan. Full text of these provisions may be accessed on-line at http://www.arnet.gov or http://farsite.hill.af.mil. Offers can be faxed to 011-81-611-745-0963 mailed to the Regional Contracting Office Far East, PSC 557 Box 2000, FPO AP 96379-2000 or email with an electronic attachment to E-Mail: schmidsj@mcbbutler.usmc.mil
 
Record
SN00536944-W 20040306/040304223625 (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.