Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2005 FBO #1179
SOLICITATION NOTICE

59 -- Procurement of Baseball scoreboard and video display for the US Naval Academy

Notice Date
2/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-05-Q-G501
 
Response Due
2/18/2005
 
Archive Date
3/5/2005
 
Description
FISC Norfolk Detachment Philadelphia intends to a procure a baseball scoreboard and video display to include design, fabrication, delivery, installation and training, for the us naval academy in Annapolis, MD in accordance with the following specifications. Request for Quotation (RFQ) N00140-05-Q-G501 contemplates a firm fixed price contract with a delivery date of six (6) weeks after date of contract (ADC). This is a combined synopsis/solicitation for commercial items prepared in accordance with Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS Code is 339950. THE SPECIFICATIONS FOR BASEBALL SCOREBOARD AND VIDEO DISPLAY ARE AS FOLLOWS: ONE (1) MAIN SCOREBOARD SYSTEM ? SHALL INCLUDE: ONE (1) MAIN FIXED DIGIT BASEBALL SCORING SYSTEM, ONE (1) 80 BY 304 23MM VIDEO DISPLAY, TWO (2) 4 FOOT 4 INCHES BY 6 FOOT BACKLIT ADVERTISING PANELS, ONE (1) 2 FOOT BY 6 FOOT SPEED OF PITCH DISPLAY, ONE (1) 2 FOOT BY 6 FOOT TIME OF DAY DISPLAY, ONE (1) PRIMARY VIDEO/MATRIX CONTROLLER ONE (1) VIDEO PROCESSOR, TWO (2) SCOREBOARD CONTROLLERS, ALL NECESSARY STRUCTURE AND COMPLETE INSTALLATION, ALL REQUIRED DATA CABLE. SPARE PARTS PACKAGE SHALL INCLUDE: TWO (2) LED MODULES FOR VIDEO DISPLAY, TWO (2) POWER SUPPLIES FOR LED VIDEO DISPLAY, ONE (1) OF EACH SPARE PRINTED CIRCUIT CARD FOR ALL ACTIVE FIBER OPTIC DEVICES AND VIDEO PROCESSOR, ONE (1) LED SCOREBOARD DRIVER, ONE (1) OF EACH SIZE DIGIT UTILIZED IN BASEBALL SCOREBOARD. THE MAIN SCORING SECTIONS SHALL BE COMPRISED OF LINE SCORE FOR TEN (10) INNINGS, RUNS, HITS, ERR, AT BAT, BALL, STRIKE, OUT, AND H/E (HIT/ERROR) DIGITS. EACH OF THE MAIN SCORING CABINETS SHALL BE APPROXIMATELY 9 FOOT TALL BY 36 FOOT WIDE. DIGIT SIZES SHALL BE AS FOLLOWS: THE LINE SCORE DIGITS SHALL BE 18 INCHES HIGH, 7 LED SEGMENTS EACH. ALL OTHER DIGITS ARE 24 INCH HIGH, 7 LED SEGMENTS EACH. HOME AND GUEST CAPTIONS SHALL BE 15 INCHES HIGH, VINYL, RUNS, HITS AND ERR CAPTIONS SHALL BE 10 INCHES HIGH, VINYL; ALL OTHER CAPTIONS SHALL BE 10 INCHES HIGH, VINYL. DIGIT SIZES DISPLAYED BELOW: 18 INCH LED, MAX. DISPLAYABLE 0-9, LINE SCORE (10 INNINGS), ERR 18 INCH LED MAX. DISPLAYABLE 00-99, RUNS, HITS 24 INCH LED MAX. DISPLAYABLE 00-99, AT BAT, HITS/ERRORS 24 INCH LED MAX. DISPLAYABLE 0-9, BALL, STRIKE, OUT TIME OF DAY AND SPEED OF PITCH DISPLAYS SHALL BE RED 18 INCH HIGH DIGITS. MPH CAPTION 12 INCHES. THE CONTROL SYSTEMS SHALL INCLUDE TWO (2) SCOREBOARD CONTROLLERS FUNCTIONING AS PRIMARY AND BACKUP. CONTROL SYSTEMS MUST INTEGRATE SEAMLESSLY WITH VIDEO CONTROLLER. VIDEO DISPLAY SPECIFICATIONS ARE AS FOLLOWS: LUMINANCE INTENSITY OF 6,000 CD/M (2) (FULL INTENSITY SETTING, COLOR CORRECTED TO 6,500 DEGREES KELVIN (PURE WHITE) LUMINOUS INTENSITY AT 6,500 DEGREES KELVIN SHALL NOT FALL BELOW 5,000 NITS AFTER 10,000 HOURS OF OPERATION DISPLAY?S INTENSITY SHALL BE ADJUSTABLE TO A MINIMUM OF 16 LEVELS. ADJUSTMENT METHOD SHALL BE MANUAL, AUTOMATIC OR SCHEDULED MINIMUM 4,096 LEVELS OF INTENSITY FOR EACH COLOR (RED, BLUE, AND PURE GREEN) 12-BIT PROCESSING 6,500 DEGREE ? 9,000 DEGREE KELVIN (+/-500) COLOR TEMPERATURE OF DISPLAY AT 100 PERCENT PURE WHITE. COLOR TEMPRATURE SHALL REMAIN CONSTANT ACROSS SPECIFIED HORIZONTAL AND VERTICAL VIEWING ANGLES. REFRESH RATE GRATER THAN 240HZ, VIDEO FRAME RATE AT OR GREATER THAN 60 FRAMES PER SECOND, 100 PERCENT DIGITAL SYSTEM ARCHITECURE MUST EXHIBIT THE FOLLOWING VIDEO ENHANCEMENTS: COLOR SPACE CONVERSION, ADJUSTABLE GAMMA CORRECTION, ADJOINING MODULES TO EXHIBIT NOT MORE THAN +/- 4 PERCENT VARIATION OF COLOR TEMPERATURE AND INTENSITY. ENTIRE DISPLAY MUST EXHIBIT LESS THAN 10 PERCENT VARIATION ACROSS HORIZONTAL AND VERTICAL EXTENTS. UNIFORMITY REQUIREMENTS TO APPLY ACROSS SPECIFIED HORIZONTAL AND VERTICAL VIEWING ANGLES. 140 DEGREE (+/- 70 DEGREE) HORIZONTAL VIEWING ANGLE. DEFINED AT 50 PERCENT OF FULL INTENSITY AT STATED ANGLE MAXIMA. 60 DEGREE (=20 DEGREE/-40 DEGREE) VERTICAL VIEWING ANGLE. DEFINED AT 50 PERCENT OF FULL INTENSITY AT STATED ANGLE MAXIMA. 1,914 PIXELS/M (2) MINIMUM EFFECTIVE PIXEL DENSITY (MAXIMUM PHYSICAL PIXEL PITCH: 23MM). MINIMUM PHYSICAL RESOLUTION: 80 BY 304 (22,528 TOTAL PHYSICAL PIXELS) MUST BE CAPABLE OF PIXEL TO PIXEL AND MODULE TO MODULE OPTICAL COLOR CALIBRATION, SERVICEABLE FROM THE FRONT AND REAR REQUIRED VIDEO INPUTS: NTSC VIDEO INPUT STANDARD, VGA (640 BY 480), SVGA (1024 BY 768), DIGITAL TV (SDI OR HDTV). THE CONTROL SYSTEMS SHALL INCLUDE ONE (1) VIDEO DISPLAY CONTROLLER. VIDEO DISPLAY CONTROLLERS SHALL BE LOCATED WITHIN THE COTNROL ROOM. THE VIDEO CONTROLLER MUST SEAMLESSLY INTEGRATE WITH THE SCOREBOARD CONTROLLER. THE FINAL INSTALLATION SHALL BE A TURNKEY OPERATION. This solicitation requires the submission of: Price and Past Performance information. The provision at 52.212-1, Instructions to Quoters ? Commercial Items, is applicable with the Government considering both Past Performance and price. The quoter(s) shall describe its past performance on similar contracts it has held within the last three (3) years which are of similar scope, magnitude, and complexity to that which is detailed in the RFQ or affirmatively state that it possesses no relevant directly related or similar past performance. Quoters who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to requirements of the RFQ. The quoter should provide the following information regarding its past performance: A. Contract Number(s); B. Name and phone number of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed; C. Dollar value of the Contract; D. Detailed description of the work performed; E. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor(s); and F. The number, type, and severity of any quality, delivery, or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items, is applicable to this procurement. Offerors are advised to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The following clauses are applicable to this acquisition: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government (ALT I); 52.219-8, Limitations on Subcontracting; 52.222-21, Prohibition or Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Quotes shall be received at FISC Norfolk Detachment Philadelphia, Bldg. 2B, 700 Robbins Ave., Philadelphia, PA 19111 no later than 4PM (local time) on 18 February 2005. All responses may be e-mailed to Eric Hansen at: eric.hansen@navy.mil or faxed to (215) 697-5418, and reference control number 2005-1309. For additional information concerning this requirement, please contact Eric Hansen, Code 204.21D, at (215) 697-9687.
 
Place of Performance
Address: US Naval Academy, Annapolis, MD
Zip Code: 21402
Country: USA
 
Record
SN00751559-W 20050217/050215212343 (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.