Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

99 -- Audio/Visual Technical Services

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
443112 — Radio, Television, and Other Electronics Stores
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, RI, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-06-Q-5874
 
Response Due
9/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line(NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 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. Request For Quotation (RFQ) number is N66604-06-Q-5874. NUWC Division Newport intends to purchase the following items: Audio/Visual Technical Services 1 JO. Signal Flow Diagram and Room Layout along with list of Government Furnished Property will be made available upon award. Required delivery is date of award through 60 days. F.O.B. Destination Naval Station Newport; Newport, RI. This is 100% set-aside for small business. Size standard is 500 employess. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2000-07. FAR 52.212-1 Instructions to Offerors--Commercial Items applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items. Evaluation factors are technical capability, price and past performance. Each is equally important. A completed copy of FAR 52.212-3 Offeror Representations and Certifications--Commercial Items must be submitted with quote. FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, and DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply. The following addenda or additional terms and conditions apply: none. Offers should include price and delivery terms and the following additional information: none required. Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies. Offers must be submitted to Commercial Acquisition Department, Building 11, Naval Undersea Warfare Center Division Newport, Code 591, Simonpietri Drive, Newport, Rhode Island 02841-1708 or may be faxed to 401-832-4519. Offers must be received by 2:00 p.m. on September 26, 2006. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Nancy Strickland at 401-832-1884. For further information about all NUWC Division Newport acquisitions visit our web site at http://www.npt.nuwc.navy.mil/contract/. Statement of Work - 1.0 Background - NUWCNPT Code 252 (System Engineering and Integration Division) needs to upgrade and expand their current Audio Video capabilities in Bldg 1258, room 297, due to new requirements in support of collaboration efforts and VIP/Sponsor briefings for the AN/BYG-1 Combat System. Currently there is only a manual pull down projection screen with no fixed projector installation and no other Audio/Video capabilities within the room. 2.0 - Scope - The contractor shall provide an Audio/Visual system in the Code 252 Conference/Strategy Room located in building 1258 to enhance their current communication and visualization capabilities. The system will be comprised of a single ceiling mounted projector capable of displaying video and computer images from a variety of input sources, including a dedicated personal computer (GFE) located in the room, a separate hookup for laptops, a DVD/VCR player with integrated TV tuner, a PolyCom VTC unit, and a GFE cable TV video feed. The PolyCom unit video must be configured to allow viewing on either the projection screen or a new 37 inch LCD TV/Monitor mounted on a tilt/swivel arm to the left of the projection screen, with the audio to follow on the displaying device. This Audio Video system upgrade requires the procurement and installation of a wireless conference room telephone to improve current audio intelligibility issues as well as possible Safety hazards due to cords stretched across the floor possibly providing a trip hazard at times. The Conference/Strategy room is a non classified environment; therefore the contractor does not need to have a classified clearance. 3.0 Government Furnished Information - For reference, the contractor will be provided all existing software/documentation needed to complete the audio/visual installation. In addition, the contractor will have access to the unclassified GFP, a PC on which any application software is to be installed as described in this SOW. A signal flow diagram and room layout is provided as enclosure (1). 4.0 Requirements. Contractor is required to meet the following criteria: Be a dealer for all specified products that are contractor provided; Be a International Communications Industry Association (ICIA) certified company; Have a Rhode Island TST (Telecommunication System Contractor Technician) Installer license as mandated by the state of RI to perform any site work.. 4.1 Tasks. 4.1.1 Projection System. 4.1.1.1 Projector - The contractor shall provide one ceiling mounted XGA/DLP projector in the center of the room projecting onto a single front projection screen surface centered on the south wall of the room as shown in the enclosed sketch. The projector shall be mounted to the existing 2 foot x 2 foot ceiling tiles or a suitable substitute material approved by the onsite government representative. Projector minimum specifications are furnished in Enclosure (2). The projector shall be powered with a government furnished 120 VAC outlet mounted on the existing suspended ceiling. There shall be a safety chain from the projector attached to the second floor slab or other suitable above ceiling structure as required to meet safety regulations. 4.1.1.2 Projection Screen. The contractor shall provide a new 100 inch diagonal electric matte white projection screen mounted on the center of the south wall, with an up/down control switch mounted at a comfortable height on the east wall where it meets the front (south) wall of the conference room. The contractor shall remove the existing projection screen and dispose of it. 4.1.1.3 Electronic Whiteboard. The contractor shall provide and install an electronic whiteboard (6 foot x 4 foot minimum) (touch screen capability) on a mobile stand and place it in a designated spot (see diagram) alongside the east wall. The whiteboard shall be interfaced to a government furnished personal computer, which will have the whiteboard application software installed and configured properly. This whiteboard shall be located on the opposite side of the room that the PC resides, and therefore may require a contractor furnished extension device on the RS-232 connection in order to function properly. 4.1.1.4 Audio Conference Telephone - A wireless audio conferencing phone with an extra replacement microphone is required. A government furnished, analog phone line will be provided for this system. An adequate Base Station location will be provided near the telephone outlet within 150 foot of the intended wireless transmitter location. 4.1.1.5 Electronic Document Camera/Visualizer - The contractor shall provide an electronic document camera for the electronic projection of paper documents as well as solid objects onto the front projection screen. Scanning and control software for this document camera is to be installed on the GFP PC. This document camera shall meet the minimum specifications in enclosure (2) and reside on the top of the audio/visual rack system described in 3.1.1.6 below. 4.1.1.6 Audio/Video Rack System and computer Desk - The contractor shall provide and install a 4 foot black equipment rack with a Plexiglas front door, vented rear door and solid top next to the contractor furnished computer desk (approx width 60 inches) in the room. The contractor shall provide (and house in the rack) a 7 input RGB and video switcher with Auxiliary video and RGBHV inputs located on the face of the unit along with a built-in scaler that will control the ceiling mounted projector. Volume level will also be controlled by this device. The switcher will control the following functions: 1. Projector Power On/Off; 2. Source selection (PC, DVD/VCR, Document camera, or laptop); 3. Volume up/down; 4. Display mute; 5. Picture Controls Horizontal & vertical shift controls, tint, brightness, contrast, detail. The contractor shall also provide and install under desk adjustable keyboard holder. Also mounted in this A/V rack will be an audio amplifier (if necessary), and a combination DVD/VCR player with cable-tuner capability. A drawer to hold documentation/supplies/remotes shall also be provided in the rack along with enough open space at the bottom of the rack to house the government furnished pc. Power strips (as required) and all audio/video interface cables shall be provided by the contractor. The audio system will automatically follow the video selection. Note: Two (2) speakers will provide the stereo audio, one each, mounted on the upper left and upper right sides of the front conference room wall just outside of the electronic projection (40? LCD) screen. 4.1.1.7 Remote Control System. The contractor shall provide a primary control of the video projector, video source selection, and audio levels shall be from a front panel on the switcher that is mounted in the equipment rack described in section 3.1.1.6. Secondary control of the system shall be via an RS-232 port cabled to the serial port on the government furnished pc. A projector remote will also be provided. Control functions defined are power on/off, projector(s) on/off, source selection , VCR transport controls (RS232), and volume up/down/mute. 4.1.1.8 40 Inch LCD TV/Monitor. The contractor shall provide a new 40 inch LCD high definition capable TV/Monitor which will replace the existing 27 inch CRT that the VTC system is currently used with. This flat panel monitor shall be wall mounted six (6) feet centered off the floor immediately to the left of the front projection screen on an extension arm to allow the monitor to tilt/swivel. The existing PolyCom unit will be mounted on the wall below the LCD monitor on a shelf at the proper angle to view local participants seated at the conference table. 5.0 Place of Performance. All work is to be performed in the Code 252 Conference/Strategy room located in building 1258 room 297 at the Naval Undersea Warfare Center, Newport, RI 02840. 6.0 Period of Performance. Work shall be completed within 60 days of contract award. The level of effort onsite will be during normal business hours Monday through Friday, 0800 to 1700. 7.0 Security Classification. Onsite contractor personnel do not need a security clearance since they will not be in a classified environment while onsite. Salient Characteristics. The projector (1 UNIT) BRAND NAME OR EQUAL MITSUBSHI MODEL XD-490U must have the following characteristics as a minimum: a) Native XGA (1024 x 768) resolution; b) Minimum 3000 ANSI Lumens; c) DLP Technology; d) Minimum 2500:1 contrast ratio; e) Zoom; f) Focus; g) Two computer inputs; h) One composite video input; i) HDTV input; j) 2000 hours lamp life (minimum); k) Picture in Picture capability; l) HDTV ready; m) Digital Keystone correction; and n) 2 year warranty minimum. The Electronic Document Camera BRAND NAME OR EQUAL WOLFVISION VZ-8 PLUS. (1 UNIT) must have the following characteristics as a minimum. A) Native XGA (1024 x 768) output signal; B) Progressive scan CCDs for Live Motion video display; C) Remote control (infared); D) Scanning capability via the dedicated personal computer; E) 24x zoom capability; F) Capability of image capture outside of working surface for large objects; G) Minimum stray light; H) For information on this acquisition contact Nancy Strickland at 401-832-1884. External control via the PC (USB or RS-232 connectors); and I) Picture memory.
 
Record
SN01148474-W 20060921/060919221438 (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.