Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

58 -- Audio Video Upgrade to Multipurpose Conference Rooms

Notice Date
9/12/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Office of the Secretary of Defense, TRICARE Management Activity, 16401 East Centretech Parkway, Aurora, CO, 80011
 
ZIP Code
80011
 
Solicitation Number
H94002-06-Q-0100
 
Response Due
9/15/2006
 
Archive Date
10/31/2006
 
Point of Contact
Dan Poturalski, Contract Administrator, Phone 303-676-3694, Fax 303-676-3987, - Patricia Harvill, Contracting Officer, Phone 303-676-3428, Fax 303-676-3554,
 
E-Mail Address
dan.poturalski.ctr@tma.osd.mil, patricia.harvill@tma.osd.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 to the combined synopsis solicitation no. H94002-06-Q-0100 provides the following additional information: 1. THe AMX Point of Contact is: Mr. Blake Jackson, Regional Sales Manager, Tele. No. 303.805.2520. Email blake.jackson@amx.com. Mr. Jackson will provide information relating to the AMX source code. 2. THe selected contractor will be responsible for furnishing the source code to TRICARE Managemnt Activity's (TMA point of contact, Mr. William Orchard. The source code will become the intellectual property of TMA. All other terms and conditions remain unchanged. The solicitation due date remains to be 9/15/06. Combined Synopsis Solicitation Audio Video Upgrade of Multipurpose Rooms This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will be forwarded to interested parties. The solicitation number is H94002-06-Q-0100 and will be issued as a Request for Quotation (RFQ). The Government will choose the quotation that is most advantageous. This requirement is set aside 100% for small businesses. The solicitation has a response due date of September 15, 2006, not later than 12:00 pm MST. A site visit will be available to interested parties on September 08, 2006 at 8 am MST. Those companies interested in taking part in the site visit shall contact Dan Poturalski at 303-676-3694 or email dan.poturalski.ctr@tma.osd.mil not later than September 06, 2006 by 3pm MST. The cut off date for questions regarding the solicitation is September 12, 2006. FOB Destination shall be Aurora, CO, 80011 and the contract action will result in a Firm Fixed Price contract. The Contractor shall be registered in Central Contractor Registration (www.ccr.gov) before award can be made. Send quotations to Mr. Daniel H. Poturalski, Office of the Assistant Secretary of Defense Health Affairs, TRICARE Management Activity, 16401 East Centretech Parkway, Aurora, Colorado 80011-9066, by email at dan.poturalski.ctr@tma.osd.mil or by facsimile to 303-676-3987. Facsimile quotes should be followed by signed, hardcopy forwarded to the address stated above. The quotation submitted by the contractor against this requirement shall clearly state the following: Request For Quotation Number; the time specified for receipt of offers; Name, address, telephone number of the Offeror s point of contact; Terms of warranty; price; and discount terms and acknowledgement of all quotation amendments (if applicable). Interested parties must submit in writing their technical capabilities and other information that demonstrates their ability to meet this requirement. An example of this would include applicable design drawings of your solution describing your integration plan. Provide certification that your company will have access to AMX to design, integrate, and implement any software modifications to the existing AMX system. Identify all hardware that is being proposed by your company in support of this RFQ and any applicable information regarding warranties affecting hardware your company is proposing. Acceptance by the User organization will consist of verification that the complete system is operational and that all intended functionalities are performing satisfactorily. TRICARE requires the following: 0001 Design and implement Audio Video upgrades to the Multipurpose Conference Rooms (MCR) in accordance with the requirements stated below. Include cost associated with the implementation including but not limited to: hardware, software, consultation services, labor, travel, shipping, training, and clean-up of the noted areas. I. GENERAL The TRICARE Management Activity (TMA), located in Aurora, Colorado, requires the existing Multipurpose Conference Room (MCR) at this facility to be upgraded. The upgrade will enhance the audio input and output capabilities and integrate the improvement with the audio/visual (AV) system currently installed in the MCR. II. EXISTING ENVIRONMENT The MCR consists of five adjacent sections that can be separated by partitions into individual rooms. The overall room dimension for the MCR is 92 ft. length and 26 ft. in width (2,340 sq. ft.). Broken into individual rooms, the dimensions are as follows: Room #139: 18 ft. x 26 ft. (468 sq. ft.) North End of Building Room #141: 18 ft. x 26 ft. (468 sq. ft.) Room #143: 18 ft. x 26 ft. (468 sq. ft.) Room #144: 18 ft. x 26 ft. (468 sq. ft.) Room #145: 18 ft. x 26 ft. (468 sq. ft.) South End of Building The existing AV system consists of: A. Room 145 1. The AMX Controller: Has an AMX Axcent 3 Integrated Axcess Controller, five (5) ATW-R12 Audio Technica, five (5) TOA-900 Series Amplifier (A-901A), five (5) Audio-Technica ATW T36HE (hand-held) microphones, two (2) Audio-Techinca ATW-T35 Transmitters, an Extron SW AV Series Video/Audio Switcher, and a Gentner AP800. The touch panel enables the user to select the media source, lighting and audio settings for: a) Two Computer Selections, network or laptop computers, via a ceiling projector and retractable screen*. b) DVD/VCR player/recorder via ceiling projector and retractable screen*. c) Satellite television via ceiling projector and retractable screen*. (* The ceiling projector and retractable screen can be activated without the various media sources.) d) The Video Teleconferencing System (Polycom VS4000) in Room 145 is not accessible via the AMX Control Center. e) Lighting Controls - Room 145 has four preset selections and an off-button in the touch control panel. B. Room 139 1. An AMX touch panel enabling the user to select the media source, lighting and audio settings for: a) One computer selection, network or laptop computers, via a ceiling projector and retractable screen*. b) DVD/VCR player/recorder via ceiling projector and retractable screen*. (* The ceiling projector and retractable screen can be activated without the various media sources.) c) Lighting Controls (for each room) with four preset selections and an off-button for each room. d) The Video Teleconferencing System (Polycom VS 4000) in Room 139 can be manually turned on via Sony Digital AV Control Center, selection #2, via the ceiling projector and retractable screen or via room monitor. The AV control system equipment consists of the Sony Digital AV Control Center. e) Lighting Controls - Room 139 has four preset selections and an off-button in the touch control panel. f) Speakers - In addition to the two ceiling speakers in each room, Room 139 also has two wall-mounted speakers providing audio output for VTC, PC, and DVD/VCR. C. All Rooms: 1. Lighting Controls All rooms have their own wall-mounted light control panel with six preset buttons. This arrangement enables the user to select individual room lighting when access to the AMX touch panel is not available. 2. Ceiling Speakers Each room also has two ceiling speakers with volume control and six preset selections that are controlled via the central system. III. ENHANCEMENT REQUIREMENTS A. MCR: Sufficient individual wireless microphone pods at each table that will ensure ability for any participant to communicate with the keynote speaker. The system will incorporate an automatic gain control whereby voice levels will be maintained at a constant volume. Integrate VTC audio input through the wireless microphones used in the new audio system. There shall be no dead spots in communication, either by way of input by either key speaker or table participants; or by way of output by either key speaker or table participants. The pods will have an on/off control that will be easily accessible by any participant. The logistical set up of the overall room will accommodate eleven rows of tables, each row consisting of 3 ea. 6 ft. tables to be set up end to end along the width of the room. There will be two participants at each table. The total number of table? participants will be 66 persons. B. Room 145: 1. Integrating the VTC system (Polycom VS 4000) audio output through ceiling mounted speakers from the VTC. 2. Modifying the existing AMX Controller to add the VTC system as a selection on the touch panel with video output via the ceiling mounted projector or the table top monitor. C. Room 139: 1. Furnishing a computer/video interface outlet in the equipment cubical. This must be cabled to the ceiling mounted projector and source selected from the AMX touch panel. 2. Modifying the existing AMX Controller to add the VTC system as a selection on the touch panel with video output via the ceiling mounted projector or the table top monitor. D. Miscellaneous: 1. Furnishing one (1) ea. 15 pin male-to-male HR 25 ft cable. NOTE: Any enhancements to be made will not affect the current software s ability control multiple room AV configuration requirements. IV. CONTRACTOR RESPONSIBILITIES A. Coordinating power requirements, i.e. cabling, fixtures, etc. Bundling and concealing cables to be as inconspicuous as possible; B. Control System Programming; C. Engineering Labor; D. Documentation Labor; E. Installation Labor; F. Miscellaneous cables, connectors, supplies, materials; G. System training; H. Installation warranty. TRICARE is the name of the Department of Defense?s managed health care program for active duty military, active duty service families, retirees and their families, and other beneficiaries. For more information about TRICARE, please feel free to visit: http://www.tricare.osd.mil. Offeror may not artificially manipulate the price of a transaction by any means. It is unacceptable to place bad faith bids, to use decoys in the bidding process or to collude with the intent or effect of hampering the competitive bidding process. The selected contractor must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications Commercial Items, MUST be completed and submitted by the offeror with the response to the RFQ; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation. Pursuant to FAR Clause 52.212-5 the following clauses are incorporated by reference: FAR 52.203-6, Restrictions On Subcontractor Sales To The Government; FAR 52.213-2, Invoices; FAR 52.213-3, Notice To The Supplier; FAR 52.232-33, Payment By Electronic Funds Transfer Central Contractor Registration; FAR 52.247-34, F.O.B. Destination.
 
Place of Performance
Address: TRICARE Management Activity, 16401 E. Centretech Parkway, Aurora, CO 80011-9066
Zip Code: 80011-9066
Country: UNITED STATES
 
Record
SN01141421-W 20060914/060912221819 (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.