Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
SOURCES SOUGHT

D -- SOURCES SOUGHT - Visual Imaging (VI) / Multimedia Services

Notice Date
11/3/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W4-07-R-0001
 
Response Due
11/15/2006
 
Archive Date
1/14/2007
 
Small Business Set-Aside
8a Competitive
 
Description
Sources Sought FEDBIZOPS Announcement VISUAL INFORMATION (VI)/MULTIMEDIA SERVICES 1. Sources Sought for Support for the Army HQ Intelligence and Security Commands Visual Information (VI)/Multi-media Services mission. This is not a request for proposal/quote. The Directorate of Contracting (IAPC-DOC), U.S. Army Intelligence and Security Command (INSCOM), in support of the Army HQ Intelligence and Security Commands Visual Information (VI)/Multi-media and Engineering Ser vices mission, is conducting a market survey in accordance with FAR 10.0001 to determine the extent of Small Business participation and other potential sources capable of performing this requirement. INSCOM is striving to fulfill the Armys Small Busine ss Goals. The NAICS code is 541512 and size standard is $23.0M. The expected period of performance will be a base period of 12 months with four 12 months options. A Draft Performance Work Statement (PWS) will be available for viewing on or about November 8th, 2006. Interested parties can request a copy of the Draft PWS using any of the email addresses provided herein. Interested parties must respond with their small business criteria, a complete capability package describing their technical expertise and a summary of relevant experience. Small business criteria should include whether the firm is an 8(a) Small Business Participant and whether they fall under Women-Owned Small Business, HUB Zones Small Business and/or Service-Disabled Veteran-Owned Small Business. Respondents are requested to submit a capability package that clearly addresses corporate capabilities. The capability package is not to exceed 25 pages and must provide a summary of relevant experience that addresses the scope in this requirement. The statement must include substantive current or recent past performance references that identify the contract num ber, customer, contract value, type of contract, period of performance, brief description of services, Contracting Officers Representatives name, email and telephone. Capability packages are to be submitted no later than November 15, 12:00 Noon EST. No extensions will be granted. No capabilities packages will be accepted after November, 15, 2006, 12:00 Noon EST. Capability packages shall be delivered as follows: - One electronic copy (email preferred) EXPRESS MAIL CARRIERS: Offers submitted by express mail services (e.g. Federal Express, United Parcel Service, DHL, etc.) shall be submitted to: The Directorate of Contracting for INSCOM, ATTN: Bruce Edwards, 6359 Walker Lane, Alexandria, VA 22310-3200. 3. For further information for this proposed action, please contact Sarah-Jane Allen (CACI), Contract Specialist at 703-428-4862, e-mail: Sarahjane.allen@us.army.mil, Dianne White (Davis Paige), Contract Specialist at 703-428-4576, e-mail: Dianne.white@us. army.mil, Tom Trivisani (Davis Paige), Contract Specialist at 703-428-4575, e-mail: Thomas.trivisani1@us.army.mil or Bruce Edwards, Contracting Officer at 703-428-4860, e-mail: Bruce.a.edwards@us.army.mil . Visual Imaging / Multimedia Services Performance Work Statement Summary 1.1 GENERAL. This Performance Work Statement (PWS) covers full time, residential Visual Information/Multimedia and Engineering services support for the Headquarters, United States Army Intelligence and Security Command (HQ USAINSCOM) locations at Fort Bel voir and Springfield, VA and its tenant organization, the Army Global Network Operations Security Command (AGNOSC). It also provides for full time resident support for Visual Information/Multimedia support for the 902D MIGP, Ft. Meade, MD and Visual Inform ation/Multimedia and Engineering support for the 470th MIGP, San Antonio, TX. Back-up telecommunication and multimedia support shall also be provided for the Army G-2 in the Pentagon and INSCOM Major Subordinate Commands (MSCs) in Europe, Asia, Hawaii and the continental United States. The current HQ USAINSCOM Teleco mmunications and multimedia environment encompasses the following: five (5)multiple video conference systems and networks of varying security classifications; six (6) primary conference room presentation and, projection systems; closed circuit television a nd video distribution capability for HQ USA INSCOMs Metro Park and Nolan Building locations; commercial cable and satellite dish feeds; digital imaging capabilities with associated library and electronic archival system; video walls with ancillary compone nts for 3-D modeling and simulation; digital and analog video/edit production studios and systems with associated libraries and archival systems; audio production and recording systems; public address systems and multimedia engineering, installation and re pair support. b. This work statement requires the following: support, repair, preventive and emergency maintenance to include all operational (and possible integration and engineering) aspects of audio, video and video conferencing equipment; provide spare and replacement of parts or equipment as necessary, cleaning, lubricating and making all necessary adjustments to ensure satisfactory operation of all equipment; minor upgrades; implementation and maintenance of multimedia and telecommunication software and f irmware; and Computer Aided Drawing (CAD) services. It also may include audiovisual systems design, broadcast video design, software programming, videoconferencing requirements, system wiring, conference room lighting, and computer network engineering re quirements. Contractor will document and provide to the Government, any and all multimedia systems programming changes. Duration of this contract is requested for one year, plus four option years. Invoicing against the contract should be made only for s ervices rendered. c. This Performance Work Statement (PWS) also addresses scheduled preventive maintenance and emergency services for Headquarters and specific MSC projection systems. This support is required to cover projection and display systems in conference roo ms located at HQ INSCOM (Fort Belvoir, VA), the Pentagon, the 66th Military Intelligence (MI) Group (Darmstadt, Germany), the 116th MI Battalion and 513th MI Brigade (Fort Gordon, GA); 500th MI Group (Schofield Barracks, Hawaii), and 441st MI Battalion (Ca mp Zama, Japan). Performance of preventive maintenance service must be conducted on a semi-annual basis for sites at HQ INSCOM and Army G-2 facilities. Preventive maintenance visits at all other sites will be conducted annually or as otherwise needed. G overnment reserves the right to omit/add any additional visit, if there is knowledge that its in the best interest of the Government. This support is required to keep these specified conference rooms in such condition that they may be used continuously, in their peak operation and designed capacity, seven days a week, 24 hours a day.
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN01175957-W 20061105/061103222712 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.