Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

J -- Refurbish Audio Visual Capability

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2XHE37211A002
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for refurbishing audio visual capability for ECPD/CS building 1404 at Maxwell AFB, AL prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition has been set aside for award to a Small Business. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2XHE37211A002 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 (15 May 2007) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070522. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. The North American Industry Classification System code is 541519 with a small business size standard of $23M. This requirement is currently unfunded and is subject to the availability of funds. Statement of Work (SOW): ECPD/CS Building 1404, Rooms 270, 256,254 SOW 1. Vender will interface the audio from a second computer into the existing sound system in room 270. Audio will be available to both booth monitor speakers and presentation room speakers. The audio will be controllable from the AMX touch panel screen in an audio-follow-video configuration. 2. Provide and install a V-Brick single channel Mpeg4 encoder. Encoder must fully interface with existing presentation system in room 270. 3. Provide and install new projector to replace existing projector. New projector will be at least 3000 lumen. Projector must be able to fill the screen from current projector location. 4. Provide and install a new Polycom VSX8000 VTC or equal codec and all associated terminal equipment required to interface to existing 386K ISDN lines. As there is an existing presentation system in place, the vendor will provide and install all equipment and cabling required to interface the new codec?s with the existing presentation system. Existing equipment includes all required cameras, projectors, A/V switchers/routers, microphones, and audio processing equipment. Additional ceiling microphones and speakers to be added to provide optimal sound capability to all required destinations (VTC, V-Brick and recordings). New system will require complete video and audio monitoring and control capability from audiovisual control booth. The VTC codec will be fully controllable through the AMX digital touch panel screen. The Polycom software menu settings will be integrated into the AMX touch panel screen and adjustable using touch panel screen menu page. Vendor also agrees to work with Base Communications telephone technicians to assume collected responsibility to insure that we will have successful dial-out and dial-in. 5. Provide and install a 32? flat panel display. Display should be able to receive all sources from control booth to include booth PCs, booth laptop source, all cameras, DVD player and VTC (all switchable from programmed AMX touch panel screen currently in use). Install this in room 270. 6. Provide and install a 32? flat panel display. Display should be able to receive all sources from control booth to include booth PCs, booth laptop source, all cameras, DVD player and VTC (all switchable from programmed AMX touch panel screen currently in use). Install this in room 256. 7. Provide and install control booth talk back microphone Provide all wiring and programming of AMX for controlling as necessary. Provide programming for audio gain control and muting capability into AMX digital touch panel screen. 8. At the conclusion of the project, project site should be professional looking and safe. Requirements include plugging holes and concealing all cabling. 9. All programming required must be performed by a certified AMX programmer. All programming provided becomes property of the US Air Force. Vendor will provide AUTV with a copy of all source code used. 10. Provide AUTV with complete system drawings in AutoCAD, VidCAD or Visio format. Drawings to be provided in both hard copy and computer disk format. Drawings will be detailed and comprehensive. The system drawings will be evaluated as part of the technical evaluation. Type and quality of equipment must be included with the proposal as it will also be evaluated along with the layout and placement of the equipment. 11. Provide all books, CDs, DVDs, manuals and other documentation on all equipment installed. Provide sufficient training to AF personnel to allow them to proficiently operate the installed system. 12. Provide installation and equipment support for a period of 90 days after installation is complete. Support will include 24 hour turn-around time for maintenance issues. Thereafter, contractor will provide full warranty support for as long as equipment is under manufacturer's warranty. 13. All new cabling must be compliant with a Plenum Environment for the heating, ventilation, air conditioning system (HVAC). (END of SOW) Vendors are highly encouraged to attend an on-site visit, the site visit is scheduled for 0930 AM CDT on Tuesday, 18 September 2007. Please advise chad.hankins@maxwell.af.mil or by phone at 334-953-3522 if you plan to attend. These items are to be installed at Building 1404, 525 Chennault Cr, Maxwell AFB, AL 36112. Award will be made based on the best value to the government. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Vendors must be registered with the following Internet databases to be eligible for award: 1. Dept of Defense Central Contractor Registration (CCR), 2. vendor On Line Representations and Certifications (ORCA), and 3. Wide Area Work Flow (WAWF). Both CCR and ORCA registrations can be completed on line through http://www.bpn.gov and WAWF registration can be completed at https://wawf.eb.mil. The following DFARS clauses are included by reference: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005) and the following clauses are applicable under sub-paragraph (a) and (b): 252.232-7003, Electronic Submission of Payment Request (Jan 2004). DFARS 252.204-7004 Alternate A Central Contractor Registration (Nov 2003) is also applicable. Clauses and provisions may be accessed via the Internet at https://farsite.hill.af.mil or http://www.arnet.far.gov . All offers must be received no later than 24 September 2007, 4:00 pm Central Daylight Time and must respond to the information contained herein. Offers may be emailed to MSgt Chad Hankins at chad.hankins@maxwell.af.mil or faxed to MSgt Chad Hankins, 42d Contracting Squadron, Acquisition Flight A-1, Maxwell AFB AL 36112-6334, fax number (334) 953-3527. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation.
 
Place of Performance
Address: Maxwell AFB
Zip Code: 36112-5948
Country: UNITED STATES
 
Record
SN01402333-W 20070913/070911220935 (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.