Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2004 FBO #0884
SOLICITATION NOTICE

70 -- SNCOA Auditorium Upgrade

Notice Date
4/26/2004
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F70SCV40961100
 
Response Due
5/10/2004
 
Point of Contact
Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2856, - Aaron Kasza, Contract Specialist, Phone 334-953-5611, Fax 334-953-3527,
 
E-Mail Address
toxie.courtney@maxwell.af.mil, aaron.kasza@maxwell.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 the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F70SCV40961100 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-22 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20040323. The North American Industry Classification System code is 334310 with a small business size of 750 employees. This acquisition will be issued as a 100% Small Business set aside. This requirement is for the purchase of equipment and installation of audio/visual systems in the Auditorium and Control Booth in the Senior Non-Commissioned Officer Academy (SNCOA) schoolhouse on Maxwell Air Force Base/Gunter Annex, AL 36112. Requirements for Integrated Audio/Visual Systems in SNCOA Auditorium: Provide and install a commercial grade digital audio/visual system in the SNCOA Auditorium. The system should be compatible with current audio/visual technology and be upgradeable to future component or system innovations. Components should NOT be proprietary and integration should be modularly engineered for easy replacement due to upgrade or failure. Reutilization of existing components, cabling, wiring shall be used where possible/applicable, but not at the expense of quality, performance or warranty issues. The timeframe of the installation will be coordinated with the Senior NCO academy staff to facilitate the class schedule. Depending on the length of installation time, preferred timeframe will probably be after the 15 December 2004 graduation. Contractor must provide all building modifications required (electricity, structure changes, etc.) at least 60 days before installation to facilitate coordination with other base agencies to provide the infrastructure changes. CLIN 0001 - The main screen projector shall be able to project a high quality display to a 43-foot diagonal screen from an 88-foot throw distance under normal auditorium lighting. It should integrate with all the current input/output capabilities of the existing system as well as additional components. The current primary projector will be configured as a redundant backup with one button switchover. CLIN 0002 - A high quality surround audio sound system will be engineered, provided and installed. The sound system must provide a quality, consistent and even coverage throughout the auditorium with no dead spots. System should be able to auto level audio signals. It should allow all audio sources to be distributed through the system. All speakers should be able to be utilized during microphone use, account for, and eliminate microphone feedback. Speakers must be mounted to blend with ceiling/walls or very little visibility to the audience. White noise generators will be installed at all rear entry/exit doors. CLIN 0003 - Provide and install (5) digital video cameras, camera control units, and pan and tilt devices. CCU?s will be able to send SDI as well as composite video out. Cameras shall be capable of low lux (.3 lux). Camera control unit?s (CCU?s), CCU cables, pan & tilts, wall mounts and appropriate lenses will be provided by the contractor. SNCOA personnel will determine camera location. All cameras will possess the ability to zoom anywhere in the audience to a minimum half-body shot. The (2) front cameras should be as inconspicuous as possible without sacrificing quality. Additionally, video input jacks should be mounted on the front, center of the stage and integrated into the video system for possible redundant portable camera use. CLIN 0004 - Provide and install stage floor-mounted condensing microphones or boom microphones to facilitate sound capture of un-micro phoned mobile speakers. CLIN 0005 - Installation of (2) 21? LCD displays mounted on the stage front facing the speaker. The ability will exist to pipe any video source to either or both of these displays while concurrently playing a different video source to the main screen. Both monitors must be mounted with the ability to be easily removed. CLIN 0006 - The control booth and equipment console will be ergonomically redesigned and streamlined to enable effortless operation by a single technician under most presentation situations. Controls and common input/output devices will be accessible from a single console. Components will be integrated into the technician console for both workability and aesthetics. The new console must fully integrate with or replace current audio/visual countertop. The infrequently used components will be integrated into the existing or new equipment racks. The following minimum capabilities must be provided: Video Switching capability- New digital video switcher o Must have ability to accept analog and digital signals- 8 input minimum o Provide all analog to digital converters and digital to analog converters o Must work with Polycom VS4000 VTC codec Control of remote cameras and preset programming Automatic sound leveling from audio sources to speakers Provide confidence speaker in control room Audio mixer of sufficient size to accommodate all required inputs. o Must control a minimum of 12 wired stage microphones simultaneously o Mixer must be able to switch input from balance to unbalance sources o Must work with Polycom VS4000 VTC codec New lighting controls with preset programming One button power on/off (most components) Dual PC input and supporting equipment Provide (2) VCR/DVD combination components & I/O to booth Provide (2) DVD recorders & I/O to booth Interface with existing overhead scanner Input/outputs for integration of future video teleconferencing Additional inputs/outputs for expansion Capability must exist to integrate future 2 way audio/video teleconferencing. Integrate with current closed circuit TV system to allow for viewing of incoming signal and relay of outgoing signals Provide (1) Polycom VS4000 VTC codec and integrate I/O to booth CLIN 0007 - Lighting will be upgraded or replaced giving a significant increase in brightness of the stage and increase the brightness in the audience. Install a single remote controlled spotlight with the ability to follow a mobile speaker throughout the auditorium. CLIN 0008 - Contractor must provide HQ AU/SCVE with complete drawings of the installation. Drawings must include, at a minimum, audio and video wiring diagrams, equipment placement drawings, microphone and speaker zone layouts and control wiring diagrams. Drawings should be in AutoCAD or Visio format. AutoCAD preferred. CLIN 0009 - Contractor must label all cables with source/destination. Cable numbers can be used provided contractor provides a detailed listing referencing cable numbers to source/destination. Labels must be permanent and clearly readable. Contractor must label all patch panels (if used), amplifier controls, audio and/or video mixer inputs/outputs and switcher/router inputs/outputs. All wiring must be done in a neat and professional manner. Plastic tie-straps will be used to tie all cables. CLIN 0010 - Contractor will provide AUTV with all books, manuals, literature, CD's and DVD's that the equipment provided. Contractor will provide complete on-site operating training when installation is complete. CLIN 0011 - Removal of old/unused components will be accomplished by the vendor to a specified location in the current facility specified by SNCOA staff. CLIN 0012 - MATERIALS: Vendor will provide all materials needed for installation including cables, connectors, distribution amps, switches, line amps, control interfaces, tools, equipment, lifts and any other materials needed to complete the installation. CLIN 0013 - LABOR: Total amount will include labor to install and integrate all components, cables, etc. necessary to complete the installation and provide a turnkey solution. Provide labor to program the entire system as described above to allow for seamless, user-friendly operation of entire system via the control booth. Post construction cleanup of material and packaging will also be performed. CLIN 0014 - WARRANTY: All manufacturers? warranties apply for the products supplied by the vendors. A 90-day quality of installation warranty insures that the installation is satisfactory and if any errors were made or any problems occur, the customer will have 90 days to identify the issues. In addition, the following warranties must be provided: - Telephone technical support must be provided M-F, 0730-1630 central time - One-year complete on-site service warranty including parts, labor and equipment exchange in the event a component must be removed for off-site service. - One-day response for service and support, following vendor notification for a period of one-year For a period of one year, all repair services, both during and after the manufacturer?s warranty period, must be accomplished by an authorized service center for the manufacturer and model of the item in need of repair at the vendor?s expense. {end CLIN description} Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price, delivery, and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price, delivery, and past performance. Each offeror's quoted price will be evaluated for reasonableness. The offeror must submit at least two references that can provide relevant past performance information with quote to the contracting officer. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). Award may be made to other than the low offeror when, after evaluating delivery, and past performance. The contracting officer will make an award as determined to be in the government's best interest. Award will be made to a single source. Delivery will be coordinated with Richard Smith at (334) 416-1829. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jan 2004), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jan 2004); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Apr 2004), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001, Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Jan 2004). NOTE: Wide Area Work Flow (WAWF) registration can be obtained by accessing the Internet, https://wawf.eb.mil or by calling 866-618-5988. Registration must be completed before award. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2003) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Alternate A (Nov 2003). NOTE: Contractor Central Registrar (CCR) can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. A site visit will be held on Maxwell Air Force Base/Gunter Annex to aid in fulfilling layout and design requirements. The site visit will be on 30 April 2004 at 9:00 A.M. central time. Please contact MSgt Toxie Courtney at (334) 953-3516 or A1C Aaron Kasza at (334) 953-0530 to schedule. All quotes must be for all items, as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 P.M. CDT) on 10 May 2004. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-3527 attn: MSgt Toxie Courtney, e-mailed to toxie.courtney@maxwell.af.mil (subject: F70SCV40961100), or mailed to 42 CONS/LGCB, attn: MSgt Toxie Courtney, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation. Feel free to call (334) 953-3516 for a copy of the requirements entailed above.
 
Place of Performance
Address: 42 Contracting Squadron, 50 LeMay Plaza South, Bldg. 804, Maxwell AFB, AL 36112
Zip Code: 6334
Country: USA
 
Record
SN00572852-W 20040428/040426214135 (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.