Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

R--R -- Conference Room Upgrade

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Acquisition Operations Service, (049A3), 810 Vermont Avenue, N.W., Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
101-74-05
 
Response Due
9/9/2005
 
Archive Date
10/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Note: This requirement is the exact same solicitation as RFQ101-74-05, and this announcement serves as its amendment. Due to technical difficulties the Government was unable to amend the original solicitation to reflect the following changes, due date extension, and response to vendor submitted question: (1) To change the Federal Acquisition Circular reference from ?2001-03? to be 05-05. (2) To change the RFQ# from ?101-71-05? to be 101-74-05. (3) To extend the solicitation due date to 2:00 PM Eastern Time, Friday September 9, 2005. (4) To answer vendor submitted question: Question: You require two ICIA CTS specialized certifications, CTS-D and CTS-I. We do not currently have staff with those specializations. I would like to clarify whether or not our bid submission would be considered if we do not meet this specific requirement. If so, I would enjoy an explanation of why this is a hard and fast requirement. Answer: As long as the Offeror has the necessary manufacturer certifications and is CTS rated, there would be no barrier to responding or performing this requirement. All other terms and conditions included in this solicitation remain unchanged. Please contact Shaundra Duggans at Shaundra.duggans@va.gov for Attachment 2. Original Solicitation 1. Type of Document: Combined Synopsis/Solicitation 2. Provide a Classification Code: Audio and Video Equipment Manufacturing 3. Provide a NAICS Code: 334310 4. Title: Conference Room Upgrade 5. Response Date: September 2, 2005 6. Point(s) of Contact: Shaundra Duggans, Contract Specialist, phone: 202-273-8827, fax: 202-273-7448, E-mail: shaundra.duggans@va.gov 7. Solicitation or Reference Number: 101-71-05 8. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. Responses reflecting availability of the service as described are requested in the form of a proposal. This requirement is a small business set-aside. The NAICS code is 334310 with a small business size standard of no greater than 750 employees. The due date for proposals is Friday, September 2, 2005 at 2:00 p.m. Eastern time. Proposals shall be submitted electronically to shaundra.duggans@va.gov. The Department of Veterans Affairs requires contractual services to provide audio visual equipment and associated installation and integration for the Office of Administration in an effort to upgrade their present conference room, Room 201. Their vision incorporates the use of teleconferencing technologies, along with audio-visual room presentations. The system will incorporate remote wireless control, wireless microphone (s) along with sound reinforcement. The successful Offeror will be responsible for supplying, installing and integrating a Video Display System, Video Conferencing System, Audio System, and Control System. Miscellaneous equipment, system training, warranties, and on-site service will also be required. The Statement of Work (Attachment 1) and Product List (Attachment 2) is attached. Site Surveys will be available for those in need via appointment on Tuesday, August 30, 2005 between the hours of 10:00 AM and 12:00 PM Eastern time. Submit offers in two separate volumes as follows: Volume I, Technical Proposal - Include all technical information required for evaluation, excluding any reference to cost/price. Divide the technical volume into the following areas, Technical Approach Area, Past Performance, and Qualifications/Experience of staffing proposed. Demonstrate compliance with all minimum technical requirements. Past performance ? include a minimum of 3 points of reference for customers of comparable size, and whose requirements are similar in nature. Volume II, Price Proposal - Offerors must identify the labor category(s) to be utilized for this effort and the hourly rate(s) proposed, and any other proposed associated costs, for calculating the proposed cost for this effort. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and no addenda are included to the clause. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Evaluation will be made on a best value basis where technical merit is more important than price. Technical merit will be determined on the basis of the following: (1) Understanding of the work, including creativity and thoroughness shown in understanding the objectives of the SOW and specific tasks, and planned execution of the project; (2) the currency, quality and depth of experience of individual personnel in working on similar projects; and (3) evidence that the organization has current capabilities; and for assuring performance of this requirement. Offerors shall provide firm fixed price quotes for this effort. The best value determination will consist of a paired comparison of proposals received comparing technical merit and the proposed price to determine the greatest value to the Government. All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. Contact person: Shaundra Duggans at 202-273-8827; email: shaundra.duggans@va.gov. Please cite reference number 101-73-05 in the quotation. Quotations must be received by September 2, 2005. Length of contract: 30 days from date of award. 9. Place of Performance: Department of Veterans Affairs, Washington, DC 20240, USA 10. Set Aside Designation: Small Business - N/A - Total HBCU - Partial Small Business - 8a Competitive - Total HUB-Zone - Partial HUB-Zone - Total Small Business - Partial Women-owned Business - Partial HBCU - Total Small Disadvantaged Business - Partial Small Disadvantaged Business - Total Women-owned Business Attachment 1 Statement of Work Conference Room Upgrade Office of Administration August 24, 2005 1. OBJECTIVE The Office of Administration wishes to upgrade their present conference room, Room 201. Their vision incorporates the use of teleconferencing technologies, along with audio-visual room presentations. The system will incorporate remote wireless control, wireless microphone (s) along with sound reinforcement. The display device will be a wall mounted plasma display monitor. 2. TASKS 2.1 Video Display System 50 inch Plasma Monitor o Capabilities: accepts RGB computer graphics (with a resolution capability of 1280 X 768 WXGA), with composite video and RGB input capability with corresponding wall mount bracket. 2.2 Video Conferencing System: The Contractor will provide the following video conferencing equipment and all necessary components and cables needed to ensure the complete and proper operation: Integrated Video Conferencing CODEC: o The Codec for VTC will be rack-mounted within the equipment enclosure. o One camera will be provided to send video to the far site. o The specified CODEC (similar to the Tandberg 3000) is configured for connection to both a (CFE) 3 BRI communications service as well as IP network. o The CODEC will receive local video images through the external camera. o The CODEC, as specified, will allow for connection to four remote sites at up to 384kbps (excellent quality, full motion video) ISDN, or 1 Mbps IP. o Bridging Software will be supplied for high quality multi-point calls. o System must support internal audio conferencing capabilities. Wall mounted Graphics interface card with audio input, and input cable connected to AV system for use by teleconferencing system. DVD/VHS combo unit for playback and record. Remote controllable camera, capable of room coverage. 2.3 Audio System: The contractor will furnish an audio system capable of providing audio playback speech reinforcement through two ceiling mounted amplified speakers for sound reinforcement. The system will be capable of reproducing audio from the following sources: o Two tabletop wireless boundary microphone systems and receiver package o DVD/VCR combo unit o Videoconferencing system o Computer audio input via the wall mounted interface 2.4 Control System: The contractor will provide a software-driven control system to facilitate operation of the various features of the A/V system. The government will use a remote 10.4? color WiFi tablet touch panel to control the equipment. This will provide an easy to understand and effective user interface to the system. The system can be controlled from anywhere in the conference room. The touch panel features integrated 802.11b/g technology for 2-way communications across a LAN. The touch panel will be capable of accessing e-mail, streaming multimedia, and browsing the internet. The following system functions will be controlled: o Plasma monitor (on/off/source select) o DVD/ VHS VCR Combination Unit/ with tuner (play, pause, stop, rewind, forward, skip, scan, menu navigation, TV channel up/down) o Video Conferencing CODEC (dialing, privacy, volume up/down/mute, pick-up/ hang-up, camera pan/tilt/zoom, menu navigation, near/ far select) o Playback Volume (up/down/mute) o Speech Reinforcement Volume (up/down/mute) o Any switching, router or signal controlling equipment inherent to the system design o Any audio source included in the system design (up/down/mute) A convenient docking station will be provided to serve as a holding and recharging location for the touch panel. Control of the audiovisual system will also be performed remotely via a standard web browser. The central controller will be equipped with an Ethernet module to allow this capability. To network the WiFi tablet touch panel and the central controller to the GFE LAN network, a multi-port wireless router will be provided. 3. MISCELLANEOUS EQUIPMENT Contractor will provide surge protection equipment for protecting sensitive rack and display equipment. One small equipment enclosure will house rack-mountable AV equipment. The enclosure will conform to the existing wood style furniture in the room. 4. SYSTEM TRAINING 4.1 Contractor will conduct a comprehensive training program to provide information regarding system operation and basic preventive maintenance procedures. 4.2 This program will provide the personnel selected by the Government an in-depth introduction to the Audio/Visual/Video systems installed, along with hands-on training to ensure a basic system understanding. 4.3 Course Outline: System Overview: o Capabilities of the system o Identification of major items of equipment Control Tutorial/Operating Instructions System Power up and Shutdown System Maintenance Questions and Discussion 5.4 This training shall be provided after acceptance testing. Upon successful completion of this training program, the student will be able to demonstrate competency in basic system operation. 6. WARRANTY Contractor warrants that each item of its own manufacture delivered there under shall, at the time of delivery and for a period of ninety (90) days thereafter, be free from defects in material or workmanship under normal intended usage and maintenance during the warranty period. If, upon examination by Contractor an item is found to be defective during this period, then Contractor shall repair or replace at its sole option, such defective item at its own expense; provided, however, that the owner shall be required to ship such defective item, freight prepaid, to Contractor?s plant. 7. ON-SITE SERVICE In addition to the warranty covering the equipment not manufactured by Contractor, the Contractor will provide the following additional service at NO Charge for a period of ninety (90) days from the completion of equipment installation: Pick up any equipment deemed defective by Contractor Delivery and installation of replacement equipment 8. ADDITIONAL REQUIREMENTS a. Contractor must submit their proposal no later 2:00 pm Eastern Time, September 2, 2005. b. Site Surveys will be available for those in need via appointment on Tuesday, August 30, 2005 between the hours of 10:00 AM and 12:00 PM Eastern time c. Contractor must complete project within 30 days of contract award. d. No Substitutions or ?Or Equals? will be accepted. e. No used/discontinued equipment will be accepted. f. The written proposal that includes a detailed Statement of Work, as well as the project pricing to insure the scope of work is satisfied. g. The selected Contractor cannot subcontract the installation and/or control system programming. This project must be completely installed by Contractor employees. h. All engineers/installers must be factory certified through the manufacturer to insure proper installation and integration. i. All products must be purchased directly through the manufacturer to insure the original manufacturer?s warranty, support and spare parts. Proof will be required. j. Contractor must have at least 5 years audiovisual industry experience. k. Contractor must submit three past performance proof of work examples (to include Name and Telephone) that were completed within one year and specific to this project. l. Contractor is required to provide detailed system drawings in AutoCAD or VISIO after completion of the project. m. Contractor will provide written manuals for the system. n. Contractor must be Crestron Authorized dealer. o. Contractor will provide an experienced Program Manager to oversee the project. A resume will be required for review. p. Contractor will provide 3 copies of past touch panel designs for review. q. Contractor must have a certified ICIA CTS-Installer and CTS-Designer on staff. r. Contractor must use Plenum cable throughout the installation. s. Contractor must provide a 1 hour service response time. 9. PERIOD OF PERFORMANCE The period of performance shall be from date of award for a period of 30 days. 10. PLACE OF PERFORMANCE Department of Veterans Affairs 810 Vermont Avenue, NW, Room 201 Washington, DC 20420 11. DISCLOSURE OF INFORMATION It is agreed that the Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. The contractor shall release no information. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response. Press releases, marketing material, or any other printed or electronic documentation related to this project shall not be publicized without the written approval of the Contracting Officer. 12. LIMITED USE OF DATA The Department of Veterans Affairs shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, recommendations, logos, charts, brochures, work plans, back-up documentation and work-sheets, data, software, and any other deliverable. This includes the deliverables provided under the basic task and any optional additional deliverables that are exercised by the Contracting Officer. The definition of ?unlimited rights? is contained in Federal Acquisition Regulation (FAR) 27.401, Definitions. 13. CLAUSES 52.217-8 Option to Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 852.233-71 Alternate Protest Procedure: As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materi?l Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or, for solicitations issued by the Office of Facilities Management, the Chief Facilities Management Officer, Office of Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. 852.237-70 Contractor Responsibilities: The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting therefrom. (End of Clause) 852.270-1 Representatives of Contracting Officers: The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervise the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee?s authority. A copy of the designation shall be furnished the contractor. (End of Provision) 852.270-4 Commercial Advertising: The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause)
 
Place of Performance
Address: 810 Vermont Ave, NW
Zip Code: 20420
Country: United States
 
Record
SN00885910-W 20050904/050902211957 (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.