Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
MODIFICATION

58 -- AUDIO-VISUAL TELECONFERENCE SYSTEM

Notice Date
8/27/2007
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-7127-3136
 
Response Due
9/5/2007
 
Archive Date
10/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Scope of Work has been revised to address questions that were received from contractors, and to incorporate other changes requested by the customer. The contractor questions and answers were posted as Amendment No. 2 on 08/23/07. The revised Scope of Work follows herein. Contractors must provide proposals based upon this revised Scope of Work, and must reference this Amendment No. 3 and date in their proposals. The period to schedule site visits has been extended to August 29, 2007, and the closing date for receipt of proposals has been extended to September 5, 2007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a request for quote, solicitation number SP3100-7127-3136. This requirement is set aside for small business; the associated North American Industrial Classification System (NAICS) code is 334310 with a small business size standard of 750 employees. The Defense Distribution Depot Anniston, AL (DDAA) has a requirement for a contractor to furnish and install two Audio/Visual Teleconference Systems ? the first system is to be installed in the DDAA Commander?s Conference Room located in Building 362, and the second system is to be installed in the DDAA Distance Learning Center (training room) located in Building 362. Offerors shall provide a firm fixed price for the contract line items as follows: CLIN 0001, Equipment -- Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination, Anniston, AL); CLIN 0002, Installation of equipment; CLIN 0003, one year warranty and preventative maintenance; CLIN 0004 (optional), second year preventative maintenance. CLIN 0005 (optional), Cost to provide and install two wall-mounted 42? diagonal Plasma or LCD monitors in Training Room. Monitors should be wall-mounted to the left and right-side walls, using swing-out arms with tilt. Monitors should be able to be tilt / swivel to various viewing positions, and be able to swivel against wall when not in use; CLIN 0006 (optional), cost to add multipoint capabilities (up to four locations) to VTC system in Commander?s Conference Room; CLIN 0007 (optional), Additional cost to upgrade VTC equipment, camera, and projector to High-Definition for Commander?s Conference Room. Note: Desired schedule for delivery and installation is 3 weeks ARO; required schedule for delivery and installation is 8 weeks ARO. Contractors are requested to show the price for each CLIN separately, as well as a total for all the CLIN?s together. For CLIN 0004 through CLIN 0007, ?Optional? means that all, some, or none of these CLIN?s may be awarded, at the government?s option. Contractors are requested to provide pricing for each of these CLIN?s. The Scope of Work for this requirement is as follows: Site Information: Company Name: Defense Distribution Center Anniston Site Address: 7 Frankford Ave, Bldg 362 Anniston, AL 36201 Contact: Howard W. Gerald Phone: (256) 240-3339 Fax: (256) 235-6812 email: Howard.Gerald@DLA.mil Commander?s Conference Room information The Commander?s Conference Room (CCR) is approximately 20? 6? W x 25? D with an 8? 4? drop ceiling. There are three 36? x 72? tables arranged together to form a large 72? x 108? conference table, which is located in the center of the room approximately 103? from the front wall. There is a 92? W electrically-operated projector screen located in the center of the front wall. To the left of the screen is an armoire which measures approximately 43? W x 22? D x 76? H that contains a workstation computer and a Polycom Viewstation VTC. The existing Polycom VTC system contains an integrated camera, which rests on top of the computer. The cables for the projector, microphone and speakers are routed through the wall and above the ceiling to the projector, which is a Sharp model XG-E-3500h. A speaker and microphone for the VTC are attached to the projector. The overall concept is to replace the aging projector and VTC system with current technology. A diagram of the layout can be obtained from the Contract Specialist POC identified below (note that diagram does not show dimensions described above). Government responsibilities: 1. Provide access to necessary areas to complete the project during normal business hours (0700 ? 1530 M-F) 2. Provide a safe and clean environment for contractor employees and their subcontractors. 3. Provide 110V to the following: a. Screen and screen switch location b. Projector location c. Equipment rack location (computer armoire) Contractor responsibilities: The contractor shall provide and install: 1. Remove for Government disposal existing ceiling mounted projector and ceiling mount. 2. Remove for Government disposal existing VTC equipment from armoire including cabling from wall/ceiling. 3. Provide and install new ceiling-mounted projector and ceiling mount. Projector shall be of sufficient lumens (3000 lumens or higher) and resolution (1280 x 1024 or higher), and accept multiple inputs from various sources, such as computer video (VGA connectors), RCA-type A/V inputs, etc, and be able to interface with the computer and VTC system. 4. Provide and install new video conferencing system with camera and audio conferencing speakerphone. VTC codec must be sufficient for the room size; should be rack-mountable with separate camera; and be capable of displaying local camera view and remote site on-screen simultaneously. Video teleconferencing equipment should support IP and ISDN trunk type connectivity, and will initially be connected to ISDN. VTC equipment should be ready to accept up to three ISDN lines without requiring additional equipment, though the room will have two ISDN line at the time the work is performed. Camera should be able to move and focus on various areas around the conference room, and will be wall-mounted (or on a contractor-provided shelf) on one side or below the projector screen (location to be determined at installation time). The equipment must have the necessary outputs and inputs to be fully operational and include remote controls for both the VTC unit and the computer (wireless keyboard and mouse) so the presenter can remotely control Powerpoint slides on the computer. A spare computer VGA input with A/V cables and Ethernet cable for connecting a presenter?s laptop PC to the projector and speaker system is also necessary (to be located on the side of the table closest to the projector screen). The VTC system should be able to share presentation and source content during video teleconferences. Conferencing speakerphone should be integrated with system to the extent possible. 5. Provide and install audio system equipment to include necessary audio amplifier, microphone(s), and ceiling-mounted speakers. Microphone(s) primarily need to be able to pick up the table attendees and can be ceiling-mounted or tabletop. Amplifier, microphone(s) and speakers must provide sufficient coverage for the entire conference room for video teleconferences and local presentations. Audio system must have the necessary outputs and inputs to be fully operational with other audio/visual equipment. Ceiling speakers should be multi-media quality speakers. 6. Provide and install required installation equipment, interfaces, control system, remotes, power switches, switch boxes, cables, rack rail frame, surge protector, wall plates / nose plates, other mounting brackets and miscellaneous hardware. Control panel interface should be a 7? ? 8.5? (diagonal) color LCD touch control panel. Some method of operating the camera and muting the microphones from the table should be provided. 7. Install, test and align the system. Labor will include all on-site installation, assembly, fabrication, modification, wiring, coordination and supervision, configuration, programming, testing, checkout and training. 8. Provide training to Government personnel on proper use of equipment. 9. Provide wiring diagrams/schematics, programming code, instructions, and equipment factory manuals to DDAA upon completion of the project. 10. Provide and install a DVD recorder / tuner with hard drive, which can be used to record VTC presentations, playback DVD?s, or tune basic CATV channels. Distance Learning Center (Training Room) information The Training room is approximately 27? 3? W x 38? 1? D with an 8? 6? H drop ceiling. The floor is carpet over a concrete slab. There is a 70? W mechanically-operated projector screen located at the front of the room. There is a large storage room on the other side of the wall behind the projector screen. There are currently two mobile carts on either side of the room which hold a television set for viewing. One mobile cart also contains a combination DVD / VHS player, a satellite receiver, and a distance learning center microphone multiplexing device. There is a workstation PC on a table on the left side of the room, which is connected to a tabletop projector unit. There are twelve (12) 5? W x 2? 6? D tables arranged in three rows for students / attendees. The overall concept of this project is to add a ceiling-mounted projector and VTC capability to the room, remove the carts and televisions, and consolidate all equipment inside a multimedia lectern or in a contractor-provided wall rack in the storage room behind the projector screen. A diagram of the room layout can be obtained from the Contract Specialist POC identified below (note that diagram does not show dimensions described above). Government responsibilities: 1. Provide access to necessary areas to complete the project during normal business hours (0700 ? 1530 M-F) 2. Provide a safe and clean environment for contractor employees and their subcontractors. 3. Provide 110V to the following: a. Screen and screen switch location b. Projector location c. Equipment location (wall outlet is approximately 5-6 ft from multimedia lectern) d. Storage room near wall rack location. Contractor responsibilities: The contractor shall provide and install: 1. Remove for Government disposal existing projector screen. 2. Move existing DVD/VCR, satellite receiver, and related electronic equipment (except television) from mobile cart, and install in multimedia lectern or in contractor-provided wall-mounted rack located in storage room behind projector screen. 3. Move workstation PC from table and install in multimedia lectern. PC is a Gateway E4500D mini-tower workstation with a 15? LCD monitor. 4. Provide and install new ceiling-mounted projector and ceiling mount. Projector shall be of sufficient lumens (3000 lumens or higher) and resolution (1280 x 1024 or higher), and accept multiple inputs from various sources, such as computer video (VGA connectors), RCA-type A/V inputs, etc, and be able to interface with the computer, VTC system, VCR/DVD player, and satellite receiver. 5. Provide and install new concealed in-ceiling electrically-operated 100? diagonal (80?w x 60?h) projector screen. 6. Provide and install new Video Conferencing system with camera. VTC codec must be sufficient for the room size; should be rack-mountable with separate camera; and be capable of displaying local camera view and remote site on-screen simultaneously. Video teleconferencing equipment should support IP and ISDN trunk type connectivity, and will initially be connected to ISDN. VTC equipment should be ready to accept up to three ISDN lines without requiring additional equipment, though the room will have only one ISDN line at the time the work is performed. Camera should be able to move and focus on various areas around the conference room, and will be wall-mounted (or on a contractor-provided shelf) on one side of the projector screen (location to be determined at installation time). The equipment must have the necessary outputs and inputs to be fully operational with the other audio/visual equipment (computer and projector) and include remote controls for both the VTC unit and the computer (wireless keyboard and mouse) so the presenter can remotely control Powerpoint slides on the computer. A spare computer VGA input with A/V cables and Ethernet cable for connecting a presenter?s laptop PC (at the lectern) to the projector and speaker system is also necessary. 7. Provide and install audio system equipment to include necessary audio amplifier, VTC microphones, and ceiling-mounted speakers. Ceiling speakers should be multi-media quality speakers. 8. Audio amplifier, microphones and speakers must provide sufficient coverage for the entire room for video teleconferences and local presentations. Audio system must have the necessary outputs and inputs to be fully operational with other audio/visual equipment. 9. Mount all electronic equipment inside a DDAA-provided multimedia lectern and contractor-provided wall-mounted rack. The lectern will be placed at the front of the training room approximately four feet from the left-hand wall and four feet from the front wall. The lectern measures approximately 48.5? H x 41? W x 30? D. and contains a standard 19? rack with 10 space EIA compliant 10RU rack rails. Since this is insufficient space to hold all of the equipment and allow for adequate equipment ventilation, the contractor should provide a wall-mounted rack to hold the remaining equipment. The rack should be mounted in the storage room behind the projector screen. 10. Route all necessary cabling, power, wiring, etc from the lectern along the floor to the left-hand wall. Cabling should be protected against damage from foot traffic by a cable protector / floor guard to eliminate a tripping hazard. Cabling from the lectern should enter the wall through nose plates near the electrical outlet so that the amount of exposed/visible cabling is minimized, and have approximately six feet of spare cable (coiled underneath the lectern) so that the lectern may be moved as needed. Ethernet cables for the PC and laptop PC, and a telephone cord will also need to be routed from the wall to the lectern. 11. Provide and install required installation equipment, interfaces, control system, remotes, power switches, switch boxes, cables, wall-mounted rack, surge protector, floor cable protector/guard, wall plates / nose plates, other mounting brackets and miscellaneous hardware. The control panel interface should be a 7? ? 8.5? (diagonal) color LCD touch control panel located at the lectern and should integrate the system as much as possible. Some method of operating the camera and muting the microphones from the table(s) during a VTC should be provided. 12. Install, test and align the system. Labor will include all on-site installation, assembly, fabrication, modification, wiring, coordination and supervision, configuration, programming, testing, checkout and training. 13. Provide training to Government personnel on proper use of equipment. 14. Provide wiring diagrams/schematics, programming code, instructions, and equipment factory manuals to DDAA upon completion of project. The contractor will not be required to make any structural, electrical or other modifications; however the contractor will be required to coordinate with and facilitate Government facilities personnel and facilities contractors relative to any structural, electrical or other facility modifications that need to be done. The exact time frame for installation of the equipment will be coordinated with the Government as to when the conference rooms will be available and ready for equipment installation. Contractor shall ensure full integration and operation of all equipment, including any necessary programming, assembly and testing. Contractor shall test and align the system. Contractor will provide training to the Government personnel on how to operate the equipment and will provide any required training documentation/instructions. Contractor will be required to deliver the program code and any design drawings, instruction manuals, and/or other documentation for the equipment to the Government within fifteen (15) days of completing installation. Commercial warranty is included. (End of Scope of Work) Requests for a site visit to view the rooms must be received by the close of business on August 29, 2007; the POC to schedule a site visit is Howard Gerald, phone number 256-240-3339. Contractors interested in scheduling a site visit must provide the following information to the POC: - Company Name - Employee Name - Employee Social Security Number - Employee Date of Birth - Employee State and Country of Birth Please note that cameras and cell phones with cameras will not be permitted during the site visit. Contractors shall not attempt to bring photographic equipment onto the Defense Distribution Depot Anniston. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS w ALT I; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.219-6 (ALT I), 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33 (if DFAS payment), 52.232-34, 52.232-36 (if credit card payment), 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS to include DFARS 252.225-7036, 252.232-7003, 252.247-7023 w ALT III, 252.247-7024; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. The Government intends to award a contract resulting from this RFQ to a responsible offeror using the lowest price technically acceptable process. Quotes shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotes: Factor 1 ? Technical capability of the products offered to meet the Government?s requirement and Factor 2 ? Past Performance. Factor 1 shall be evaluated on a ?go/no go? basis. If a quote has been determined to be a ?go? on Factor 1, then Factor 2 will be evaluated to determine if the offeror?s past performance history is satisfactory. An offeror who has submitted a technically acceptable quote and who has been found to have a satisfactory past performance history will then have its quote evaluated for the lowest price. Factor 1 ? Technical capability of the products offered to meet the Government?s requirement The minimum criteria for acceptability for this factor shall be the submission of descriptive literature that clearly indicates what the offeror is proposing and will be providing all products in accordance with the stated characteristics in the Scope of Work (SOW). ?Descriptive literature? means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a quote. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered meet the specifications in the SOW. The information is required to determine the technical acceptability of the offered product. Failure to submit descriptive literature or failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may result in the rejection of the offer. Factor 2 ? Past Performance By past performance, the Government means the offeror?s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror?s adherence to contract schedules, including the administrative aspects of performance; the offeror?s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror?s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quote will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer, or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to the Contract Specialist POC, daniel.herring@dla.mil, Request for Quote Number SP3100-7127-3136. Prices, representations/certifications, descriptive literature, and past performance information must be received NLT 4:00 PM EDT on September 5, 2007. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
 
Place of Performance
Address: DEFENSE DISTRIBUTION CENTER ANNISTON, 7 FRANKFORD AVE, BLDG 362, ANNISTON, AL
Zip Code: 36201
Country: UNITED STATES
 
Record
SN01385852-W 20070829/070827220050 (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.