Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

58 -- Planning, purchase and installation of VTC Equipment. MANDATORY SITE VISIT 12 SEPTEMBER 2006 0930, US ARMY GARRISON GRAFENWOEHR, GERMANY. BLDG 500, 2ND FLOOR CONFERENCE ROOM. PLEASE SEE DESCRIPTION BELOW FOR GATE CLEARANCE DETAILS.

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
ACA, RCO Grafenwoehr, Attn: AEUCC-G, Unit 28130, APO, AE 09114-8130
 
ZIP Code
09114-8130
 
Solicitation Number
W912PB06T0464
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
N/A
 
Description
OBJECTIVE AND SCOPE The USA Garrison Grafenwoehr needs a new functional conference room. The scope is for the contractor to plan and install all the technical audio/visual equipment, VTC (including Secure/Non-Secure-Option), cabling and other related accessories for this faci lity. All quotes should include the entire equipment, with installation and a 3 year maintenance/warranty period for technical equipment at no additional costs. All warranty and maintenance issues should be resolved with a free hotline telephone support sa me day contractor was informed about a warranty/maintenance issue and repair of malfunction equipment the next day on regular business days and should include hardware substitutes. SITE SURVEY AND RECOMMENDATIONS The contractor shall complete a site survey of the facility where the required equipment will be installed. This site visit will be held 12 September 2006 at 0930 at the U.S. Army Garrison, Grafenwoehr, Bldg 500, 2nd Floor, Conference Room. The contracto r will discuss the functionality, scalability and layout with the customer. The contractor shall then provide a schematic representation of the layout and information about the products recommended to satisfy the customers need. Deliverable: a. Concept and layout of the VTC Equipment for the new conference room b. Equipment layout schematic c. List of equipment needed d. Technical write up describing installation of the equipment e. Management of the project and rationale for the equipment needed (specifications, scalability, etc.). Contractors will be allowed to bring cameras and tape measures to this site visit, to assist in the preparation of the proposal that will be submitted for award consideration. All contractors will submit offers for this project no later than 22 September 2006 to the following contracting personnel: REGIONAL CONTRACTING OFFICE BAVARIA U.S. ARMY CONTRACTING AGENCY, USACCE ATTN: MS. MELISSA K. LYNN LAGER, GEBAEUDE 244 GRAFENWOEHR 92655 TEL: 09641-83-8741 FAX: 09641 83-7258 OR 7263 Email: melissa.k.lynn@us.army.mil Technical Inquiries should be addressed to the following: Mr. Hans-Peter Brunner, IT Specialist Command Group, USAG Grafenwoehr Phone: 09641-83-8101, E-Mail: hanspeter.a.brunner@us.army.mil PLEASE NOTE: All persons interested in attending this site visit must contact Ms. Melissa Lynn at the phone number above prior to 12 September so that arrangements can be made for gate clearance prior to arrival. This site visit is a mandatory requiremen t in order to be awarded the contract. NOTE The complete system should be based on a CONTROL operation system via one touch panel. This system should allow the user to control all CPU, VCR, DVD, sound, projector, VTC (Secure/Non-Secure) equipment by remote control system that is included in the proposal. The VTC dialing (Secure or Non-Secure) is required to be possible from the touch panel. The sound system is required for optimal quality to provide echo-cancellation for every microphone input. The system shall have minimum four sound zones with delay and separate equalization. Feedback killer for sound system is required. Touch panel programming will be done by desire and choice from the end user, up to one week ahead of the end of installation. Control system programming will require extensive level for best customers simplicity and usage. All equipment must be for PAL/NTSC versions and Alternate Currency (AC) 200Volt/50Hz. TRAINING Upon completion of the installation the contractor will provide 2 ea 3-4 hour blocks of instruction to the USA Garrison Grafenwoehr so that they understand how to operate the entire system. The training shall consist of technical and operational training that involves the key personnel concerned with all systems. The contractor will also provide written documentation in English. Deliverable: Training Materials (English language) DURA TION Work must be completed within 12 weeks after contract award. Deliverable: a. Contractor will provide a Schedule for installation services (Start Date, End Date, Status). b. This Schedule must be a MS Project data file. PLACE OF PERFORMANCE The installation will be performed on site during normal working hours (excluding holidays). Unless agreed upon by both parties. Location: USA Garrison Grafenwoehr, Bldg. 500, Conference Room, 2nd Floor, 92655 Grafenwoehr, Germany. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, SERVICES The Government will provide the following: a. Initial familiarization/orientation will be provided on site b. Access to the involved building/room c. Storage space for tools, equipment and materials d. Access to areas on base as needed e. All Personal Computers and KIV-7 for the VTC System f. A dedicated power group with at least 16 Amp. Capacity (220V) at the location TRAVEL The anticipated travel should be included in the proposal. This includes the travel to and from Home Station to the Site indicated in this SOW. PROGRESS REPORTS Contractor will submit a progress report to the COR every Friday upon award. The report will include all the items at List of Equipment needed of this SOW. The contractor will integrate a staffing report into this progress report. OTHER REPORT REQUIREMENTS In addition to the progress reports, the contractor will provide the following reports on Contractors letterhead: a. Task start dates actual b. a problem or potential problem report c. a 75% report when this level is achieved Deliverables: a. Completed Site Preparation b. Installation of all technical Components c. Installed of all cables and connectors needed d. Installation of all Conduit Identified during Site Survey e. Power to installed identified sites f. Required test results g. Required Training and Manuals in English h. Configurations drawings and connectivity PROJECT MANAGEMENT The contractor will provide overall project management to ensure smooth execution of this task and all subtasks. Project management in this case includes, but is not necessarily limited to, the following areas: a. Providing an administrative point of contact b. The contractor will request written Government approval of any change to schedule, system design, or deliverables. c. Ordering the items on the List of Materials (LOM). d. Ensuring timely delivery of all required deliverables. e. Managing subcontractors, if any. f. Coordinating testing and official Project Acceptance. g. Procure all required equipment and parts per Contractor developed List of Material. h. Install the equipment and parts as outlined in the Solicitation. i. Perform test and acceptance of all equipment. QUALITY ASPECTS QUALITY CONTROL PROGRAM The contractor will establish and maintain a Quality Control system that ensures the services are performed IAW this contract, applicable laws and regulations, and best commercial practices. The contractor will develop and implement a Quality Control Plan , which describes in detail an inspection system. An updated copy shall be provided to the Contracting Officer at least 5 days prior to implementation of any changes. QUALITY PROJECT MANAGEMENT will be coordinated through the contractor and then discussed and planned through solution partners. The management, timelines, requirements and needed assets will be planned and coordinated IAW with issued SOW, needed equipment will be acquired, operators trained or procured, equipment ordered and the needed personnel assigned. Inspection schedules will be developed and site quality inspectors will be dedicated to the task. The contractors personnel assigned to do the tasks and services indicated will be trained and certified where required and current on the technologies associ ated with its requirements. The contractors personnel will be capable of working independently and demonstrate working knowledge of the cable installation procedures, network hardware and software components. The contractor ensures that the following occurs on every task: a. All submittals are approved and submitted in a timely within the specified time b. The supplies delivered are same ones that were ordered c. Testing provisions are reviewed and testing equipment and personnel qualifications are reviewed and correct d. All tests are performed IAW with Army, 5th Signal Command and USAREUR specifications e. All test reports meet contract requirements f. Ensure all our products and systems are fit for their intended purpose g. Ensure all our products are safe for all the conditions for which they are specified h. Actively maintain and improve our quality systems on a continuous basis i. All work areas inspected and correct and that no work deficiencies are covered up by succeeding work j. All quality inspections are documented k. All deficiencies are corrected in a timely manner within 5 working days QUALITY ASSURANCE The Government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate. Repeated failures discovered during quality control inspections or repeated customer complaints will cause an increase in insp ections. Likewise, the Government may decrease the number of quality control inspections if performance dictates. In cases of disagreement, the contracting office shall make a final determination of the validity of the 100% complaint. QUALITY ASSURANCE AND INSTALLATION STANDARDS The contractor shall provide quality assurance to the extent that the equipment is installed to design specifications, in accordance with best commercial practices, and in an aesthetically pleasing manner. Any installation discrepancies identified by the government shall be corrected by the contractor and reported to the Government in the next periodic status report. The Government Quality Assurance Agent may randomly inspect the installation, and the contractor shall correct reported discrepancies. TEST AND ACCEPTANCE DEPLOYMENT, ELECTRONIC EQUIPMENT INSTALLATION, AND NETWORK CUTOVER The contractor shall install the complete equipment using the SOW documentation and applicable manufacturer guidance and instructions. This includes rack mounting of the equipment (if required and available), system configuration, and patch cabling. The contractor working in conjunction with the USA Garrison Grafenwoehr, Command Group, On-Site and Vendor Personnel shall verify before installation and make required adjustments, modifications to the planned Internet Protocol addressing schemes, and elec tronic configurations to provide a fully functional and operational system. The contractor will configure all new electronics and shall configure existing reused electronics and components as required providing a fully functional electronic network. This task shall include all necessary work required to connect existing network c lients. TESTING AND VALIDATION Upon completion of installation the contractor will test all systems to ensure 100% operability and compatibility with the customers needs. Deliverable: Test results PROVISIONS The contractor will provide all materials, tools and test equipment necessary for the performance of this installation. CODES All work will be in accordance with the latest edition of all-applicable German Government Standards (DIN, VdE, etc.). PERSONNEL The contractors personnel possess the necessary skills to perform this installation in accordance with commercial standards and practices and have experience in performing this type of work.
 
Place of Performance
Address: ACA, RCO Grafenwoehr Attn: AEUCC-G, Unit 28130, APO AE
Zip Code: 09114-8130
Country: EU
 
Record
SN01135221-W 20060908/060906225935 (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.