Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2006 FBO #1654
SOLICITATION NOTICE

N -- Purchase and Installation of Video Teleconferencing (VTC) Equipment.

Notice Date
6/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0022A06RC095
 
Response Due
6/9/2006
 
Archive Date
7/1/2006
 
Description
PERFORMANCE WORK STATEMENT BACKGROUND 1.1 General. This Performance Work Statement (PWS) identifies and defines the tasks required for a contractor to build a new audiovisual (A/V), video teleconferencing (VTC), briefing and display (B&D), and multimedia systems to form a fully integrated system. All work must be completed no later than 30 June 2006 The contractor shall provide all management, personnel, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform this work. The contractor shall deliver, install, test, and provide training for the operation and care of the consolidated and fully integrated system. All equipment and workmanship to be provided shall conform to specific requirements and the general conditions of these specifications. 1.2 Location. The components will be installed in two conference rooms of the AFLOAT Training Group Atlantic (ATG), 8952 First Street, Suite 200, Room 235, in Norfolk, VA. 1.3 Objective. The Accomplishment of this project shall provide for a consolidated and fully operating system. For the remainder of the document, the term ?integrated system? will be the same as the consolidated and fully integrated system mentioned above. The completed integrated system must allow for the government the capability to conduct unclassified and classified (up to the SECRET level) VTCs and briefings. The contractor shall meet this objective by ensuring that all system components are compatible to form a complete and operable system. DESCRIPTION OF SERVICES 2.1 Requirements. The contractor shall provide and install Audiovisual Equipment to form one consolidated and fully integrated system in two Conference Rooms of ATF. Attachment 2 (See Below) is a suggested list of equipment that may be needed to support this requirement. The equipment listed in Attachment 2 is provided as a reference only and listing may not form a complete system or list all components required. The contractor shall review this list and ensure all components are compatible to form a complete and operable system. 2.2 Standards. All applicable work shall be performed in accordance with the latest Requirements established by the National Electric Code (NEC) and the National Fire Protection Association (AFPA). All materials and equipment shall be listed, labeled, or certified by Underwriters Laboratories, Inc., where such standards have been established. Equipment and materials which are not covered by Underwriters Laboratories, Inc., (UL) Standards will be accepted, provided equipment and materials have been determined to meet safety requirements of nationally recognized testing laboratory. 2.3 Installation. The contractor must coordinate with William Bunting at (757-581-3165) to schedule times and access to the installation areas. Contractor personnel will be escorted while on site. The contractor shall leave the work areas in a clean condition at the end of each day?s work. After completion of the task in this PWS, but before the government acceptance, the contractor shall clean the facilities removing all debris left by the contractor from the walls, floors, or ceiling or from other areas of the building used or traversed by the contractor. 2.4 Materials. The contractor shall provide all materials essential to making the integrated system operational. Component lists, installation drawings, and wiring diagrams shall be delivered to the government at the conclusion of the project. 2.5 Equipment. All systems components shall be compatible. All audio and video support equipment will be rack mounted and capable of displaying both classified and unclassified material. 2.6 Incidental Equipment/Materials. The contractor shall furnish all wiring, cables, connectors, and components necessary to connect the various components of the integrated system as required for a complete and operable system, even if not specified or shown on the drawings without claim for additional payment. 2.7 Deliverables. All deliverables identified in the PWS shall be provided to and accepted by the government prior to final acceptance. 2.7.1 The contractor shall deliver to the government installation drawings, ?as-built? schematics, wiring diagrams, component lists, and software programming codes and particulars to the integrated system. 2.7.2 The contractor shall deliver to the government all warranty information, manufacturer references, maintenance, and user documentation for all products and services provided under this PWS. 2.7.3 The contractor shall deliver to the government a copy of the Test and Acceptance Plan used to demonstrate complete functionality of all components and capabilities of the integrated system. 2.8 Training. The contractor shall provide training on the operation of the integrated system onsite. The training shall encompass normal operation and first line troubleshooting. TEST AND ACCEPTANCE The contractor shall test the systems installed under this PWS and demonstrate to the government the complete functionality of all components and capabilities of the integrated system. 3.1 As a prerequisite to acceptance, VTC test calls will be accomplished in unclassified and classified modes. 3.1.2 The work area will be inspected for workmanship, completeness, and cleanliness. All work must meet professional standards. WARRANTY 4.1 All contractor-provided equipment and installation workmanship shall be guaranteed in accordance with the offeror?s commercial practices. The Contractor shall repair, replace, and correct defects occurring during the warranty period without cost to the government according to those commercial practices. The Contractor employees shall have access to the equipment system from 0730 to 1530. Any hours before 0730 and after 1530 must be coordinated and approved by the Government Representative. SERVICE DELIVERY SUMMARY 5.1 The contractor shall incorporate the capabilities and characteristics identified in this document into a completely integrated system. The contractor shall install the integrated systems in Conference Room No. 245 and Commodores Office. The contractor shall install and integrate all equipment (as described in this PWS) associated with each integrated system in both conference rooms. The Contractor shall ensure the integrated systems perform, at a minimum, in accordance with the PWS. VIDEO TELE-CONFERENCING SYSTEM Please note that equipment listed below is recommended brands and that is not required to be brand name specific, but should have the same or similar functional characteristics. 5.2 Two each 50? Panasonic Plasma Screens 5.3 Two each Stereo Speaker Kits 5.4 Four each ?High Quality? Ceiling Microphones 5.5 Two each Pull and Tilt Wall Mounts 5.6 Two each Tandberg 880 MXP. 5.7 Two each Tandberg 880 MXP 384 KBPS 5.8 Two each Maintenance Packages 5.9 Two each Tandberg 880 MXP Nat Pres Package 5.10 Two each Tandberg 880 MXP Multisite 5.10 Two each Triple NT-1 Network Term. 5.11 Miscellaneous Cabling, Connectors, and Hardware 5.12 Installation of Audio Visual Equipment 5.13 Control System Programming (Design & Test) 6.0 GOVERNMENT-FURNISHED PROPERTY AND SERVICES 6.1 The contractor shall remove any remaining unused equipment in the way of the new integrated system. However, the contractor shall leave unused mounted equipment in the old racks. Unused equipment and materials will remain the property of the government. The following clauses are hereby incorporated: 52.204-7 Central contractor Registration OCT 2003 52.247-34 F.O.B. Destination NOV 1991 252.204-7004 Central Contractor Registration (52.204-7) Alternate A NOV 2003 Alt A 252.232-7003 Electronic Submission of Payment Requests JAN 2004 52.237-1 Site Visit APR 1984 ADDENDUM TO FAR 52.237-1, SITE VISIT Individually scheduled site visits will be held (if needed) prior to receipt of offers so that all prospective contractors may see a complete inventory of existing equipment and materials. Contractors are limited to two representatives for the site survey. Dates: Per scheduled appointment with William Bunting, Technical Point of Contact Time: TBD Location: AFLOAT Training Group Atlantic (ATG), 8952 First Street, Suite 200, Room 235, Norfolk, VA 23521 Interested offerors must contact either William Bunting, (757) 462-8225, Ext 100, email at William.bunting1@navy.mil to set up an appointment. Offerors shall provide names, social security numbers, and date and place of birth of individuals who will attend the site survey to William Bunting so that access to the Naval installation may be granted. Directions to the location will be provided by phone, return facsimile or e-mail. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) FOR ATG 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) is a Government developed and applied document used to make sure that systematic quality assurance methods are used in the administration of the Performance Based Service Contract (PBSC) standards included in this contract and in subsequent task orders issued there under. The intent is to ensure that the Contractor performs in accordance with performance metrics set forth in the contract documents, that the Government receives the quality of services called for in the contract and that the Government only pays for the acceptable level of services received. 2. AUTHORITY Authority for issuance of this QASP is provided under Contract Section E ? Inspection and Acceptance, which provides for inspections and acceptance of the articles, services, and documentation to be accomplished by the Contracting Officer or his duly authorized representative. 3. SCOPE The Quality Assurance Surveillance Plan (QASP) is put in place to provide Government surveillance oversight of the Contractor?s quality control efforts to assure that they are timely, effective and are delivering the results specified in the contract or task order. The QASP is not intended to duplicate the Contractor?s Management Plan. 4. GOVERNMENT RESOURCES The following definitions for Government resources are applicable to this plan: Contracting Officer - A person duly appointed with the authority to enter into, administer, or terminate contracts and make related determinations and findings on behalf of the Government. 5. RESPONSIBILITIES The Government resources shall have responsibilities for the implementation of this QASP as follows: Contracting Officer ? The Contracting Officer ensures performance of all necessary actions for effective contracting, ensures compliance with the terms of the contract and safeguards the interests of the United States in the contractual relationship. It is the Contracting Officer that assures the Contractor receives impartial, fair, and equitable treatment under the contract. The Contracting Officer is ultimately responsible for the final determination of the adequacy of the Contractor?s performance. 6. METHODS OF QA SURVEILLANCE The below listed methods of surveillance shall be used in the administration of this QASP. Customer Feedback ? Customer feedback may be obtained from random customer complaints. Customer complaints, to be considered valid, must set forth clearly and in writing the detailed nature of the complaint, must be signed and must be forwarded to the Contracting Officer. The Contracting Officer will maintain a summary log of all formally received customer complaints as well as a copy of each complaint in a documentation file. 7. IDENTIFIED QA SURVEILLANCE ITEMS The following PBSC items are identified within the Statement of Work in Section C of the solicitation under this QASP. STATEMENT OF WORK ? DELIVERY OR SERVICE REQUIREMENT ITEMS 1.1 THROUGH 1.3 Measurement/Metric ? Functionally and timeliness Performance Standard ? Functionally - no rejection of a fully integrated audio visual, video teleconferencing, briefing and display, and multimedia system due to non- compatibility or performance of the completed services required . Timeliness ? after completeness of work and the final test and acceptance plan is approved Maximum Error Rate ? Accuracy ? 0% Timeliness ? 0% ITEMS 2.1 THROUGH 2.8 Measurement/Metric ? Accuracy and timeliness Performance Standard ? Accuracy - no rejection of Test and Acceptance due to major discrepancy Timeliness ? after the installation and completeness of all work Maximum Error Rate ? Accuracy - 0% Timeliness ? 0% ITEMS 3.1 THROUGH 3.1.2 Measurement/Metric ? Completeness and timeliness Performance Standard ? Completeness - no rejected reports or services due to major discrepancy Timeliness ? after the installation and completeness of all work Maximum Error Rate ? Accuracy - 0% Timeliness ? 0% 8. DOCUMENTATION The Contracting Officer will maintain all Quality Assurance documentation in the contract file. All such records will be retained for the life of this contract. Information in the Quality Assurance file will be considered when completing the annual CPARS report. 9. QASP MATRIX ATG QASP MATRIX Deliverable or Service Requirement Measurement/Metric PerformanceStandard Maximum Error Rate Method ofSurveillance Procedures to be taken when performance standards are not met 1.1 through 1.3 functionallytimeliness no rejection a fully integrated audio visual, video teleconferencing, briefing and display, and multimedia system due to non- compatibility or performance of the completed services required after the completeness of work and the final test and acceptance plan is approved 0% 0% inspection (Government Representative Review)customer feedback FAR Clause 52.246-4 Inspection of Services ? Fixed Price, paragraphs (d) and (e). Ex.: reduction in fee for non-performance and/or termination for default, and re-performance for no additional fee. 2.1 through 2.8 accuracytimeliness no rejected reports due to major discrepancy after the installation and completeness of all equipment 0% 0% inspection (Government Representative Review)customer feedback FAR Clause 52.246-4 Inspection of Services ? Fixed Price, paragraphs (d) and (e). Ex.: reduction in fee for non-performance and/or termination for default, and re-performance for no additional fee. 3.1 through 3.1.2 accuracytimeliness no rejected reports due to major discrepancy after the installation and completeness of all equipment 0% 0% inspection (Government Representative Review)customer feedback FAR Clause 52.246-4 Inspection of Services ? Fixed Price, paragraphs (d) and (e). Ex.: reduction in fee for non-performance and/or termination for default, and re-performance for no additional fee.
 
Record
SN01062790-W 20060607/060605221715 (fbodaily.com)
 
Source
FedBizOpps 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.