Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
MODIFICATION

70 -- Audio Visual Multimedia and Sound Reinforcement System

Notice Date
10/23/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
GS6TSA-06-MTM-002
 
Response Due
10/25/2006
 
Point of Contact
Michael McMcConnell, Contracting Officer, Phone 816-823-1779, Fax 816-823-5978, - Michael McMcConnell, Contracting Officer, Phone 816-823-1779, Fax 816-823-5978,
 
E-Mail Address
michael.mcconnell@gsa.gov, michael.mcconnell@gsa.gov
 
Description
This is a combined synopsis/solicitation for Proposal (RFP) No. GS6TSA-06-MTM-002 Audio Visual Multimedia and Sound Reinforcement System. The contractor will be responsible for all management, supervision, labor, materials, supplies, and equipment necessary to perform services for the installation of a Audio Visual Multimedia and Sound Reinforcement System located in the U.S. Court House, Cape Girardeau, Missouri. Installation of the Audio Visual Multimedia and Sound Reinforcement System will be located in the U.S. Court House, 555 Independence Street, Cape Girardeau, Missouri. This solicitation will result in a firm-fixed price contract: FFP lump sum for CLIN's 0001 through 0008. Period of Performance: Notice to Proceed (NTP) could be up to 120 days after award. After NTP is issued, work shall be completed in 90 days. This acquisition is UNRESTRICTED. Offerors will be required to submit Technical and Price Proposals. SITE VISIT: 12 October 2006 from 10:30 A.M. to 2:30 P.M CST. Vendors needs to provide GSA Program Contracting Officer a list of personnel attending site visit no later than 10 October 2006, 3:00 P.M. CST. Limit of two (2) personnel per vendor for site visit. SCOPE: The purpose of the System shall be multi-functional and designed to meet the various courtroom objectives. The System shall utilize an electronic means for the collection and distribution of audio, data, video, and controls within and throughout the courtroom under a controlled environment to establish and maintain order as well as a high level of communication. Control of the System is maintained by the Judge and Clerk at all times with various other System feature sub-controls at designated location. All audio can be recorded by analog tape media or digitally during courtroom proceedings. Touch screen annotation/control monitors, a document camera, a video printer, personal and large screen monitors, video-conferencing components, and courtroom networking are integrated together onto a common working platform to provide a reliable level of communication and documentation. Specific to this facility, remote control capabilities will be designed into the system for reset, trouble-shooting, system configuration, and general system status. Since this facility will be supported by the St. Louis IT/AV technology support team, this remote administrative feature allows an A/V technician to remotely perform trouble-shooting to assist in determining a problem prior to traveling to the site or remotely correcting a problem. This feature is important to maintain the integrity of the system. OBJECTIVES: These specifications, bill of material and associated design drawings describe the system to be installed at the new U.S. Courthouse at 555 Independence Street, Cape Girardeau, Missouri. The contractor shall install the equipment /software in the courtrooms set forth in the Governments design specifications and ensures that it is fully operational. Further, the Contractor shall ensure that it is integrated and operates with the existing (or future, if known) equipment/software. Where multiple technologies are to be implemented, there may be some overlap in the equipment/software and there may be compatibility considerations. Each Government design specification is unique to the court. In addition to the major items of equipment specified, the contractor shall be responsible for identifying and providing all additional ancillary equipment and software necessary to the operation of the equipment. Ancillary equipment and software consists of items, including but not limited to, wires, cables, connectors, mounting apparatus, carts, stands, cabinets, batteries, bulbs, operating system software, application software, screens, and control panels. These costs for ancillary equipment, including installation/integration, shall be included in the task order firm fixed-price offer. Courtroom A/V Equipment Rack. As much as possible, all processing, amplifiers, modulators, and switch equipment shall be contained in a centralized A/V equipment rack (rack) located outside the courtroom in an area where equipment can be serviced without interrupting courtroom proceedings. This rack is the catalyst through which all distribution within the courtroom and to outside courtroom areas are processed and/or controlled. To maintain cabling management and proper administration of the system, all cabling to courtroom audio and video entities interconnect within this rack. PROPOSAL SUBMISSION Proposals shall be submitted by the contractor to GSA Contracting Officer. Proposals must be received by the date specified on this announcement. Proposals shall be submitted electronically to the Contracting Officer via e-mail. The contractor shall submit a written cost and technical proposal for consideration before the due date and time for this RFP. The Government will require technical factors and will make an award based on best value to the Government, with technical factors and price being considered, as set forth in the statement of work. Contractors shall ensure your company is registered with IT-Solutions by going to https://it-solutions.gsa.gov and then going to Tell Me About Registration then click on Contractor Registration. Any questions, please call the ITSS Helpdesk at 1-877-243-2889. In addition, ensure your company information in the Central Contractor Registration (CCR) is current and up-to-date at www.ccr.gov. All interested parties need to request a copy of the Statement of Work along with Appendix's A through D, Bill of Materials, and Design Drawings from the Contracting Officer. All interested parties need to request a copy of Amendment 02 from the Contracting Officer. Amendment 02 makes changes to pages 2 and 3 of the Statement of Work, and revises the Bill Of Materials (BOM) to correct options line item numbering. Contracting Officer Point of Contact Information: Michael T. McConnell at 816-823-1779 email: michael.mcconnell@gsa.gov NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-FEB-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/FTS/ASD6TSA/GS6TSA-06-MTM-002/listing.html)
 
Place of Performance
Address: U.S. Courthouse 555 Independence Street Cape Girardeau, Missouri
Zip Code: 63703
Country: UNITED STATES
 
Record
SN01231726-F 20070215/070213222628 (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.