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
MODIFICATION

58 -- 58- AUDIO-VISUAL, COMMUNICATIONS PROJECT FOR THE EMERGENCY OPERATION CENTER (ECO)

Notice Date
9/19/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-06-T-0858
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; quotes are being requested and a written solicitation will not be issued. Solicitation number M00146-06-T-0858 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11 and Defense Acquisition Circular 98-78. This procurement is a 100% small business set-aside under the North American Industry Classification System code 334310, with a small business size standard of 750 employees. The Marine Corps Air Station, Cherry Point, NC has a requirement for a contractor to furnish and install communications, audio/visual and computer equipment in the Emergency Operation Center (EOC) located in Building 91. Attendance at the site visit, to be conducted at the date and time below, is mandatory in order to be considered for award. This requirement is for a firm fixed priced contract, for the following items: Item 0001, Equipment- Offers shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination, Cherry Point, NC) Item 0002, Installation of equipment. The Revised Scope of Work for this requirement is as follows: MCAS CHERRY POINT SCOPE OF WORK FOR EMERGENCY OPERATION CENTER (EOC) RAISED PLATFORM & A/V EQUIPMENT CONNECTIVITY & INTER-OPERABILITY MCAS Cherry Point?s installation project for it?s EOC will connect through a vendor provided Audiovisual (AV) system to allow inputs from: 18 GFE/NMCI laptop computers (which are to be provided by the government), a Tandberg 6000 MXP series, Video Conferencing System possessing a single camera and having the capabilities to be remote controlled and voice activated; cable television; 12 GFE/NMCI laptop computers in the back of building (to be added at a later time); Tandberg portable VTC system road traveler with video and computer network feeds (to be added at a later time). The AV system shall have a 64x64 matrix switch to allow for additional inputs/outputs of various types for future expansion as required. The vendor provided AV system will be able to feed the signals from the input equipment to one and/or all of 4 plasma screens (vendor supplied) and 4 LCD projectors (vendor supplied) with quad-view capabilities. These functions will allow for the ability to display four inputs on each screen for a total of sixteen displays (four on each of the four screens). The system shall also have audio signal outputs from each of the input devices to ceiling installed speakers. The control of this system shall be accomplished through one wireless and one hardwired control unit for the front room within the EOC. Capabilities shall be built into the system for a control device to be utilized in the rear room of the EOC. This second control system (rear room of EOC) will be utilized at a later date yet to be determined. The vendor shall also provide: A false floor with the following dimensions (23L x 31W). The false floor will be constructed in accordance with OSHA Standard Number 1910.24 (Walking-working Surfaces). The floor will be constructed of structurally sound material (noise reduction preferred) with ?? plywood covering the top (walking area). The entire floor to include all sides will be carpeted. This requirement replaces the need for a 3 tier raised flooring with 6? risers as indicated in the original statement of work. Tandberg 6000 VTC (portable ? Tandberg provided monitor not required) with a single camera having the ability to operate at and capture wide angles, operate via remote control, operate via multi-sites, and posses Natural Presenter Package attributes. All drawings and software codes must be delivered to the Government. (4) four, 50? Professional Grade Plasma Screens meeting the following; - Screen Size: 50? - HDTV - Audio = Stereo - Aspect Ratio: 16:9 - Display resolution: 1366 x 768 - Installation and secure mounting hardware required of each. AM/FM-TV Tuner to receive up to four television channels and display on all devices and two AM/FM radio tuners to be heard on overhead speakers. Volume Equalizer Control ability. (4) four LCD projectors with quad view capabilities meeting the following: - Brightness no less than 3500 ANSI Lumens - Input compatibility ranges from analog and digital RGB data up to SXGA resolution and video sources from composite through 1080i HDTV with a digital DVI connection - Contrast ratio: minimum 900:1 - Installation and secure mounting hardware required of each. (4) four LCD projection screens meeting the following; - Sized at 100? diagonally. - Each screen will be a manually operated retractable screen. (16x9). - The contractor will be required to install 2 of the four LCD screens in accordance with the outline provided (not to scale). The two remaining will be housed by Cherry Point for future use within the EOC. - Installation and secure mounting hardware required of each. (5) five Smart Panel Interactive Pen Displays meeting the following: - Drivers must be NMCI compatible. - 17? screen - Software compatible with NMCI The matrix switcher should be a 64 x 64 to allow for 18 inputs/outputs in the main EOC room as well as 12 additional inputs/outputs which will be added at a later date to rear of the EOC. This switcher will also allow for greater expansion. (2) VCR/DVD players/recorders For each plasma, LCD projection screen, and LCD projector the vendor will supply mounting brackets for wall and/or ceiling affixture. Each item mounted will be provided a locking device so as to prevent/deter theft. The contractor will be required to provide any other electrical service needed for this project (other than that which the government is providing below) via a licensed electrical firm adhering to the National Electric Code. Adequate rack storage capabilities for the equipment required for this project. Power strips as required. Equipment to feed all above input devices to all above display devices Three control panels to operate entire system, two wirelesses and one hardwired. Video wiring from all input devices through control system to all display devices Audio wiring from all input devices to vendor provider/installed ceiling speakers Any other required audio/visual equipment to ensure all signals get from audio/video source to audio/video display The contractor will install all required wiring, vendor provided equipment, MCAS provided equipment not listed as ?installed by MCAS? above, required connectors, control pad, ceiling mounted speakers and equipment rack. The vendor will turn on the system, program the control of the equipment, instruct MCAS personnel in the full operation of the system and provide to MCAS Cherry Point the equipment/systems manuals. The vendor will supply MCAS Cherry Point a wiring schematic of all electrical wiring/cabling provided for this contract. The government shall provide: Adequate space for equipment and wiring. This space shall have adequate lighting, power source and cooling system. Laptop computers which are NMCI compatible and certified Cable Television service Desks and furniture Provide for the build out of and the electrical requirements from the display wall This system once installed, will allow the users of the EOC to display any input device to any display device. This will be able to display 30 input devices to 30 display devices (4 plasmas, 4 projectors with quad-view (24 outputs)) or display 1 input device to multiple display devices. The user should be able to hear the audio from any input device through the overhead speakers (vendor supplied), but never more than one audio input at a time. The control of the input to output devices for the main room of the EOC should be accomplished through two control units, one which is wireless and another which is hardwired. Additionally the government requests that the vendor bid this project in two ways: (1) An Ethernet/router/switch based video distribution system over CAT5E premise cabling (2) Distribution via conventional VGA/XVGA RGB cabling Questions and answers from the site visit conducted on Sept 11, 2006 will be attached at the end of this synopsis. Quotes must contain unit prices, extended prices, delivery date, terms of payment, company name, address, name of individual quoting, phone and fax numbers. The delivery requirements are FOB destination to Emergency Operation Center, Building 91, Cherry Point, NC 28533. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (JAN 2006). FAR 52.212-1 Addendum ? The following additions/changes are made to FAR Provisions which is incorporated by reference: The following provision is hereby incorporated by reference: 52.211-14 Notice of Priority Rating for National Defense Use (Sept 1990) 52.237-1 Site Visit (April 1984) FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting form this solicitation to the responsible offeror whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical capability to meet required specifications, Past Performance FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005), Alternate I (APR 2002). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (SEPT 2005). FAR 52.212-4 Addendum- The following additions/changes are made to FAR Clause 52.212-4 which is incorporated by reference: The following clauses are hereby incorporated by reference: 52.211-15 Defense Priority and Allocation Requirement (Sep 1990) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FEB 2006), to include the following clauses listed at paragraph 52.212-5 (b): (1) (5) (7) (9) (14) (15) (16) (17) (18) (19) (20) (21) (26) and (31). DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items. A completed copy of this provision shall be submitted with the offer. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006), applies with the following clauses applicable for paragraphs (a) and (b); FAR 52.203-3 Gratuities (APR 1984) (5) 252.225-7012 Preference for Certain Domestic Commodities ( Jun 2004) (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) and (20)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002). This requirement will be awarded using the procedures at FAR 13.5. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-A70. All quotes must be received no later than 3:00 p.m., local time, September 26, 2006. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: Linda Small code SUL2E Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. See Number Note 1.
 
Record
SN01148527-W 20060921/060919221540 (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.