Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
MODIFICATION

58 -- Video Teleconference System for CO Conference Room

Notice Date
5/20/2005
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-05-Q-0041
 
Response Due
5/23/2005
 
Point of Contact
Christine Anderson, Contract Specialist, Phone 757-492-7960 X2210, Fax 757-492-7954,
 
E-Mail Address
canderson@mail.nswdg.navy.mil
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE DUE DATE FOR PROPOSALS TO MONDAY, 23 MAY 2005 AT 4:00PM EASTERN STANDARD TIME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, 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. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: CLIN 0001 1. Scope of Work. The Contractor shall provide complete installation of all equipment procured in the conference room identified. The Contractor shall connect to existing A/V Equipment as identified by the government. The Contractor shall schedule a walk through with the government to identify any additional equipment requirements. The Contractor shall provide equipment specific factory manuals and complete CAD and/or Line Drawings showing all previous installed equipment, their connections to the new system and any new equipment installed with all I/O’s labeled on both ends. All cable runs shall be installed using approved hangers and fire rated panduit where applicable, cable ends properly terminated, tied and labeled on both ends. Floor plan shall be provided by the government customer for each room indicating existing cable trays and room power connections. The Contractor services shall include all hardware, software, cables, programming and accessories and any additional equipment or parts required to perform a professional turn-key installation. The Contractor shall provide user training and regular periodic scheduled maintenance on all installed systems. The Contractor shall provide installation functionality testing documentation showing test data for all VTC equipment and functions where applicable. Installation must pass user acceptance tests. 2. Support Requirements. 2.1 Maintenance. The Contractor shall perform periodic scheduled maintenance on all installed equipment. Maintenance visits shall be in accordance with manufacturer specifications and use manufacturer specified techniques and supplies. 2.2 On-Site Technical Support. The Contractor shall provide next day on-site technical support to repair, service, add, upgrade, and/or replace any VTC related equipment or resolve any technical issues that may arise. The Contractor shall assist the customer when requested in resolving difficulties as they incur while using the VTC and ancillary equipment. Customer service calls shall be addressed within twenty-four (24) hours and considered priority calls. 2.3 Off-Site Repairs. When equipment cannot be repaired on-site, the Contractor shall coordinate off-site repairs with original equipment manufacturer or third party vendors. 2.4 Engineering and Technical Support. The Contractor shall provide on-site engineering and technical support. Examples of supported activities include testing of interoperability with current and new addition VTC systems integration of new technologies into current VTC architectures (i.e., new format hardware, programming, video upgrades, etc.) 2.5 Technical Guidance. The Contractor shall provide technical guidance to NSWDG VTC staff concerning software/hardware requirements and updates as they affect the VTC system. 3. Documentation. 3.1 The Contractor shall document any critical mainteannce information necessary to provide continuity to replacement personnel. For example, this documentation shall include critical telephone numbers (including vendors, suppliers, contractors, and other helpful contacts) and all copies of all service agreements and contracts. 3.2 Technical Library. The Contractor shall maintain a technical library of all installed equipment to include manufacturer data sheets, schematics, user’s guides, and operations manuals. Updates to the technical library holdings shall be posted as received. The Contractor shall provide the government a copy of each manual, CAD Drawing and/or blue print of equipment installation. 4. Customer Training. 4.1 The Contractor shall provide customer training on all aspects of the installed VTC system including the following related tasks: 4..1.1 Contractor shall develop, teach, and provide a basic and intermediate level class for proper setup and use of each installed equipment. This training shall cover proper use of all menu functions and equipment setup procedures. The Contractor shall provide hardcopy handouts and post electronic copies in a standard Microsoft Office application format. 5.0 Equipment/Software Ownership. All installed equipment, software programs, Source Codes, Dongles, applications, programming, and supporting documentation developed under this contract by the Contractor in support of identified needs and/or requirements of government shall be the sole property of the U.S. government for which the government shall receive unlimited data rights. 6.0 Contractor Security Information/Clearances. All Contractor personnel working at NSWDG shall be listed on a contractor supplied Security Access Request with a Company Letterhead cover sheet. This shall be provided in hard copy and electronic format to the VTC Coordinator. The Access Request shall contain the full name, place and date of birth, citizenship, nationality, social security number and any security clearance held for each employee working at NSWDG. 7.0 Equipment. 7.1 Use of the following equipment is required: (all equipment should be black in color; some equipment may be substituted for higher quality equipment only, pending government approval) 1) 3 – Tandberg 3000 MXP Codec’s 1.5Mbps IP with Multipoint, Digital Clarity, Duo Video and Natural Presenter Package Options (One Codec for each network) 2) Tandberg Wave II Camera (Wall Mounted between Plasma Displays) 3) Extron Matrix Switcher’s and Scalers 4) Crestron Controller 5) Wireless Touch Pad (no video preview) – 2 way 6) 2 – Extron RGB 10901 PC Interfaces 7) 2 – PC Video Cable/Interface with Crestron programming to support pushing slides from Docking Stations over VTC 8) XGA Portable Document Camera on a roll around cart. This will interface to A/V, VTC system via wall mounted Extron interface 9) Required interfaces to connect Tandberg Camera Video and Microphone Audio to Internal Command Cable TV system 10) DVD Player Recorder (must be able to record all A/V sources) pro/prosumer 11) SVHS/DV Player Recorder (must be able to record all A/V sources) 12) All cables will be labeled on both ends, neatly routed and fire rated 13) Automatic (self-hiding) Tab Tensioned Projector Screen, largest recommended for room (40” AFF 4’ x 6’ no switch) 14) High-Lumen/High Contrast XGA DLP projector (ceiling mounted) 15) BOSE Acoustimass or MA 12 Black – Speakers 16) Crown 19” rack mounted audio amplifier suitable for efficient amplification of all audio sources 17) Two audio-technica boundary microphones 18) Microphone mixer with noise cancelling circuitry 19) Custom Crestron Programming to control all system devices 20) 19” movable and lockable fan ventilated equipment rack with Caster wheels 21) Rack Mounted APC UPS 2500 120VAC for critical equipment protection 22) Two Panasonic 65” Wall Mounted Plasma Displays (flat mount) 23) Wall Reinforcement and Bracing as necessary to support plasmas 24) Surge protection for all powered devices 25) Hard and soft copy of all System schematics and/or CAD drawing of installed system components, to include I/O for every connection 26) Copy of all software, programming source codes and equipment manuals 27) Turn Key installation 28) 1 Year On-Site next day service 8.0 Government Points of Contact: 8.1 The Technical Points of Contact are Clyde Blackwell at (757) 492-7960 extension 2081 or email cblackwell@mail.nswdg.navy.mil or Tim Dailey at (757) 492-7960 extension 2449 or email to tdailey@mail.nswdg.navy.mil. 8.2 The Contractual Point of Contact is Christine Anderson at (757) 492-7960 extension 2210 or email to canderson@mail.nswdg.navy.mil. The Request for Quote (RFQ) H92244-05-Q-0041 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders shall not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03 effective 11 April 2005. North American Industrial Classification Code (NAICS) 334310 applies to this procurement. The DPAS rating for this procurement is DO. FOB Point: Destination. The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contractor Registration (Oct 2003); FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2005); FAR 52.212-2 Evaluation Commercial Items (Jan 1999); The following factors shall be used to evaluate offers: Technical Competence, Past Performance and Price. Vendors shall submit Past Performance Information to include Contract Number, Government Agency Name and Point of Contact Information, Nomenclature of Supplies/Services, Unit of Issue, Unit Price and Extended Price. Past Performance Information submitted shall not exceed three (3) fiscal years. In addition, the contractor shall provide their proposed technical approach to satisfying the solicitation requirements. Technical and past performance when combined weighs more heavily than price. However, technical weighs more heavily than past performance. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Jan 2005). An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2005) (Deviation); DFARS 252.212-7000 Offeror Representations and Certifications (Nov 1995). A copy of the Representations and Certifications can be viewed and downloaded at: http://www.arnet.gov/far. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005) shall be completed and submitted with vendor proposal. Should industry have any questions, contact Christine Anderson at canderson@mail.nswdg.navy.mil. Proposals must be sent to the attention of Christine Anderson either by fax (757) 492-7954, email canderson@mail.nswdg.navy.mil or United States Postal Mail to NSWDG, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 by 20 May 2005 at 2:00pm Eastern Standard Time (EST). Proposals received after this timeframe shall not be considered for award. The Government will award a contract based on best value resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based upon the evaluation factors above. Vendors must be registered in Central Contractor Registration (CCR) at http://www.ccr.gov prior to award. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-05-Q-0041/listing.html)
 
Place of Performance
Address: 1636 Regulus Avenue Virginia Beach, Virginia
Zip Code: 23461-2299
Country: USA
 
Record
SN00813339-F 20050522/050520220115 (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.