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

58 -- 7A JMTC, NCOA Conference and Classrooms VTC Solution

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
RCO Bavaria, Attn: AEUCC-G, Unit 28130, APO, AE 09114-8130
 
ZIP Code
09114-8130
 
Solicitation Number
W912PB07VTCNCOA
 
Response Due
9/26/2007
 
Archive Date
11/25/2007
 
Small Business Set-Aside
N/A
 
Description
PROJECT TITLE- 7A JMTC, NCOA Conference and Classrooms VTC Solution 1. BACKGROUND The 7A JMTC NCO Academy has been directed to transition to a fully digitized academy capable of providing online courseware and internet access to all students. 2. OBJECTIVE AND SCOPE The 7A JMTC, NCOA needs a new functional Secure/Un-Secure VTC Command Conference room (Patton Room) and 27 sub-system VTC enabled classrooms. The scope is for the contractor to plan and install all the technical audio/visual equipment, VTC (including Secur e/Non-Secure-Option, Patton Room Only), cabinets, cabling furniture, desks, tables, chairs and other related accessories for this facility. All quotes should include the entire equipment, with installation and a 3 year maintenance/warranty period for techn ical equipment at no additional costs. All warranty and maintenance issues should be resolved with a free hotline telephone support same day contractor was informed about a warranty/maintenance issue and repair of malfunction equipment the next day on regu lar business days and should include hardware substitutes. It is required to easily switch between the three modes (VTC Secure Sound/Video; VTC Un-secure Sound/Video and Presentation Sound/Video) without changing the hardware, so that the system works inte r-operational. 3. SITE SURVEY AND RECOMMENDATIONS The contractor shall complete a site survey of the facility where the required equipment will be installed. The contractor will discuss the functionality, scalability and layout with the customer. The contractor shall then provide a schematic representatio n of the layout and informations about the products recommended to satisfy the customers need. Deliverable: a. Concept and layout of the VTC Equipment for the new conference room b. Equipment layout schematic c. List of equipment needed d. Technical write up describing installation of the equipment e. Management of the project and rationale for the equipment needed (specifications, scalability, etc.). 4. LIST OF EQUIPMENT NEEDED This list is just an example and serves only as reference points, except of the VTC Systems itself. To reach compatibility with all other 7A JMTC VTC Systems it is recommended to purchase only TANDBERG VTC Systems. The CCR (Patton) room will serve as a h ost studio capable of addressing all classrooms or just individual classrooms via video and audio. Classrooms will also have the capability to engage other classrooms or the CCR in either point-to-point calls or a multipoint call with others joining in the conference. All signals will be clear of echo, hum, buzz or other system induced noise. The signal sent can be audio, video or data (XGA resolution). All transmitted information, regardless of origination point, can be accessed live or recorded for pl ayback at a later time. The recorded material must be easily accessible from any point in the network through the server menu. The server must support up to 5 independent sessions at a time with H. 239 dual video stream standards in unicast or multicast m ode. Up to 1.200h @ 384kbps capacity is required. Recorded sessions have to be compatible with MS Windows Media, Apple quick time and Real Networks Real Media with native support. The provided Network will be fiber interfaces. The operation of required f unctions must be user friendly. It is desired that session initiation occur through user templates for local, remote and scheduled event playback. All classroom equipment must be 720P HD with a pan-tilt-zoom camera system. The minimum transmission speed for IP will be 768Kbps. The CCR Conference must support, at a minimum, 3 Mics with echo cancellation, HD PTZ camera, ISDN and V.35 interface, secure ISDN switching with internal and external room signs indicating system status. The equipment must meet DVS-II standards. The codec and operating platform must be JTIC approved. The 2 displays should be sized at least 65 wi th interactive function and 1000cd/m? brightness. Additional ceiling mounted directional lighting is required for proper illumination of the room and participants. Lighting controls must be mounted on a convenient wall control panel. The classrooms are intended to work with interactive whiteboards, also in collaboration with other classrooms and LCD Projectors with at least 4000 ANSI lumen, 2 VGA/DVI inputs, network and serial interfaces. Projector noise must not exceed 29db in Eco mo de. An anti theft function is required for the projector subsystems. The audio system must support at least 60W per channel. A remote operation panel is desired. All equipment must be centrally controlled through network with scheduling and template organization, automated messages and report/log system. The furniture must be specific to the intended use of the specific classroom room. For example, the CCR conference table will be a V-Shape design for an executive level facility. The furniture must be durable and meet the form and function required for classroom work with integrated docking stations for a dell notebook model D620. All cable runs should be hidden and not visible but easy to access. A new flat screen (50 minimum) for the entrance area Pattons desk is required. All equipment (hardware, software and connectivity cables) and material must be quality new equipment. Hardware must be the latest models and Software the latest versions. 4-1.0 1ea Secure / Non Secure Option SSG, Dial Isolator with optical switches Drawer and Power Supply for KIV7 (KIV7 is GFE) 4-1.1 1ea 3 year remote support + software upgrades 4-1.2 1ea External LED Sign - for showing status of Secure or Non Secure meetings in the conference room and outside - before entering the room 4-1.3 1ea lockable/securable 19 inch Mini-Rack for TECHN. EQUIPMENT incl. shelves, connectors, power, etc. height: 34U, Depth 600 mm 4-1.4 1ea lockable/securable 19 inch Mini-Rack for MPS 800 VTC and SECURE incl. shelves, connectors, power, etc. height: 12U, Depth 500 mm 4-1.5 1ea VHS Video Recorder, Multinorm (PAL/NTSC) 4-1.6 1ea DVD-Player, Country Code 0 4-1.7 1ea DVD-Recorder Consumer, with 80GB HDD 4-1.8 Connection of PC or Laptop (will be provided by the Government) 4-1.9 1ea Executive V-shape conference table cherry, 520 x 120 cm 14 pers. (4 parts) Includes 7 NCOA emblems flush imbedded 4-2.0 20ea Executive chair Backrest angle adjustment to 16 degrees Air lumbar support Tip-up armrests Contoured cushions Seat tilt Seat tilt tension adjuster Height adjustment 100mm (gas assisted) 5 star base Double wheel castors Robust steel frame S ervice parts available Headrest (height & tilt adjustable) extreme havana (black) NCOA emblem imbedded in back of the chair 4-2.1 12ea Conference chair, comfortable sturdy chair with wear resistant fabric (black) and full epoxy/aluminum frame 4-2.2 1ea Lectern, high adjustable reading shelf, extendable laptop shelf, cable management. Color and material matching the conference table with NCOA Emblem flush imbedded with paneling, task light, VGA, Audio, power and video connections. 4-2.3 1ea Customized carpet with NCOA logo aprox 3mtr x 3mtr 4-2.4 1ea Customized wood print laminated wall for Screens, Includes door, mounting frames f. speakers, subwoofer, time zone and 19 inch equipment rack. 4-2.5 2ea 2 Plasma displays should be sized at least 65 with interactive function and 1000cd/m? brightness 4-2.6 1ea CrossPoint 450 Plus 128 HVA 12x8 Ultra-Wideband Matrix Switchers with ADSP" and IP Link? for RGB and Stereo Audio 12x8 RGBHV & Stereo Audio duo voltage and german powercord 4-2.7 1ea MAV 88 AV 4x4, 4x8, 8x4, and 8x8 Composite Video and Stereo Audio Matrix Switchers 8x8 Composite Video & Stereo Audio 4-2.8 1ea STI-AV2PAK-C17 Package featuring AV2 control system, STI-1700C w/Docking Station and Battery Pack, CNRFGWA and (4) IRP2 (power cord with standard plug for country of destination included) 4-2.9 1ea 5' Active Matrix Color Wall Mount Touchpanel with Video, Audio, (10) pushbuttons and white faceplate. 4-3.0 1eaCrestron 4-Channel Mixer / Volume Control. 4x4 matrix mixer controls 4-3.1 3ea RGB 109xi, with ADSP" Dedicated computer-video interface duo voltage and German power cord 4-3.2 2ea HAS 822 Vertical Lifting HAS - Hideaway Surface Access Enclosure EU - Brushed Black Anodized, incl power (2 x 220), Composite vid, s-vid, audio (2x) and VGA 4-3.3 1ea DVD VCR combo Duo voltage player with German power cord and 19 inch mount kit 4-3.4 1ea Bose AMS 8 audio distribution system 4-3.5 1ea Bose AMS 8 message control board 4-3.6 1ea Bose AMS 8 wall mount wall controller 4-3.7 1ea Bose AMS 8 wall mount local input module 4-3.8 1ea InterM QD4480 quad amplifier / 4*120watt / 4ohm 4-3.9 2ea InterM OT4480 trafo unit f. QD4480 4-4.0 12ea Bose FreeSpace 16EU ceiling mount loud speaker / white 4-4.1 1ea Bose Panaray digital controller 4-4.2 2ea Bose Panaray 402-II speaker 100volt- 240volt auto sensing / 100watt / black Flush mount model, Color Black 4-4.3 1ea Bose Panaray MB4 bass loudspeaker Color white 4-4.4 1ea TANDBERG Codec 6000 MXP, including Precision HD camera 4-4.5 1ea TANDBERG 6000 MXP codec series software natural presenter package (NPP) 4-4.6 1ea TANDBERG 6000 MXP codec series add on feature: bandwidth upgrade 768 kbps ISDN/EXT NET/3Mbps 4-4.7 1ea Secure/Non-Secure 530 kit f. Tandberg Codec; incl. DI, remote control, Signage & all cables 4-4.8 1ea CIS Secure computing Dual IP network Isolation Switch 4-4.9 1ea Adtran: ISU 512 with S-interface 4-5.0 1ea Wall mount f. Tandberg - HD Camera. 4-5.1 1ea 400AIL series digital clocks and time zone displays. Four time zones (57mm) displays and three location (50mm) display red/red, flush mount, black casing 4-5.2 1ea MSF DCF signal receiver 4-5.3 1ea Lightech 4 zone professionel light dimmer 4-5.4 1ea LED wall lights, 22 mtr (ceiling mounted) includes led multiple color capability lights, power supply and connection feeds 4-5.5 2ea TFT LCD 56@ with 3840 x 2160 (double HD) resolution, 60000 hours and ambient light sensor f. automatic dimming. Includes LAN interface, composite video, audio and VGA input 4-5.6 1easpeaker set f. TFT LCD 56@ 4-5.7 1ea Warranty and maintenance extension to 3 (three) years, 48 hours repair or replacement of equipment., labor and travel included, 24 hour telephonic response and support. 4-5.8 1ea Multi media installation p/hour p/man 4-5.9 1ea Software programming 4-6.0 27ea TANDBERG Codecs Edge 75 MXP with Precision HD Cameras 4-6.1 27ea Bose Audio system to support the TANDBERG Edge 75 MXP 4-6.2 1ea TANDBERG Management Suite Software with appropriate licenses 4-6.3 1ea TANDBERG Content Server 4-6.4 1ea TANDBERG MPS 800 with Secure/Non-Secure kit 4-6.5 15ea TANDBERG MOVI Desktop devices 4-6.6 1ea TANDBERG MOVI server NOTE The complete system should be based on a CONTROL operation system via one touch panel. This system should allow the user to control all CPU, VCR, DVD, sound, projector, VTC (Secure/Non-Secure) equipment by remote control system that is included in the proposal. The VTC dialing (Secure or Non-Secure) is required to be possible from the touch panel. The sound system is required for optimal quality to provide echo-cancellation for every microphone input. Feedback killer for sound system is required. Touch panel programming will be done by desire and choice from the end user, up to one week ahead of the end of installation. Control system programming will require extensive level for best customers simplicity and usage. All equipment must be for PAL/NTSC versions and Alterna te Currency (AC) 200Volt/50Hz. All cabling and cords will be neatly bundled and tied to present a standard and neat appearance. The system must include all necessary options, mounts, cables, adapters, wires, labour, small materials, installation services, training, etc. to make the system fully operational. System must include 36 months of on-site service, telephone support and an on-site response time within 48 hours after it is determined that on-site support is required. System checks will be conducted semi-annually to assure that the system is maintained to original specifications. - All installers must speak English - Must be experienced working with US-Government. - The company must be Tandberg certified for endpoints, MPS and TMS. - The company must have a local office. - Must be able to answer service calls within the same time zone - Must provide on-site service 48h/5d with hotline during normal duty hours. - Must provide at least 3 references at US bases in Germany with contact information and short description of the completed task. - Subcontractors and teaming partners must be identified - All provided Equipment must have a minimum 2 years of warranty 5. TRAINING Upon completion of the installation the contractor will provide the above listed training blocks of instruction to the 7A JMTC,NCOA Cadre so that they understand how to operate the entire system. The training shall consist of technical and operational tra ining that involves the key personnel concerned with all systems. The contractor will also provide written documentation in English. Deliverable: Training Materials (English language) 6. DURATION Work must be started by 31 Sep 07 and completed by 1 May 08. The planned time frame for installation is 6 weeks. The classrooms are in use and will be used during installation phase. Single rooms will be freed up to arrange installation work on a rotating basis. Each room has to be started and completed in a sing le phase effort. The installation process has to fit in existing seminar and training schedule. Work has to be expected to start early or late to work around classroom use and occupation. A schedule of planned installation events must be provided in advan ce. Occupation plans are available. Deliverable: a. Contractor will provide a Schedule for installation services (Start Date, End Date, Status). b. This Schedule must be a MS Project data file. 7. PLACE OF PERFORMANCE Normally the installation will be performed on site after normal working hours (including holidays). Working hours can be subject to change based on the training conducted and the contractor should be prepared to adjust working hours and specific locations according to the type of training that is being conducted. Unless agreed upon by both parties the contractor cannot change working hours. Location: Bldgs 3361-3, 3381-3, 3401-3 on Camp Normandy 8. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, SERVICES The Government will provide the following: a. Initial familiarization/orientation will be provided on site b. Access to the involved building/room c. Storage space for tools, equipment and materials d. Access to areas on base as needed e. A dedicated power group with at least 16 Amp. Capacity (220V) at the location 9. POINT OF CONTACT Mr. Dale Agee, IT Specialist 7A JMTC, NCOA Phone: 09641-83-7398, E-Mail: dale.agee@us.army.mil The POC will be available for the installation team to report daily activities and any problems encountered. Action that affects price, scope, quality, quantities or delivery terms must be referred to the Contracting Office. All correspondence and reports related to this contract exclusive of the deliverables shall be delivered to the Contracting Officer, at the following location: Regional Contracting Office Bavaria Bldg 244 92655 Grafenwoehr - Lager 10. WARRANTY/MAINTENANCE Contractor will pr ovide a telephone hotline with no extra cost for 3 year extended warranty. All warranty/maintenance issues must be resolved on the next regular business day and should include hardware substitutes. Deliverable: Contact information Dale Agee, Phone: 09641-83-7398, E-Mail: dale.agee@us.army.mil 11. TRAVEL The anticipated travel should be included in the proposal. This includes the travel to and from Home Station to the Site indicated in this SOW. Contractor is responsible for all lodging to include scheduling. 12. REPORTS A. PROGRESS REPORTS Contractor will submit a progress report to the COR every Friday upon award. The report will include all the items at List of Equipment needed of this SOW. The contractor will integrate a staffing report into this progress report. B. OTHER REPORT REQUIREMENTS In addition to the progress reports, the contractor will provide the following reports on Contractors letterhead: a. Task start dates actual b. a problem or potential problem report c. a 75% report when this level is achieved Deliverables: a. Completed Site Preparation b. Installation of all technical Components c. Installation of all cables and connectors needed d. Power to installed identified sites 13. PROJECT MANAGEMENT The contractor will provide overall project management to ensure smooth execution of this task and all subtasks. Project management in this case includes, but is not necessarily limited to, the following areas: a. Providing an administrative point of contact b. The contractor will request written Government approval of any change to schedule, system design, or deliverables. c. Ordering the items on the List of Materials (LOM). d. Ensuring timely delivery of all required deliverables. e. Managing subcontractors, if any. f. Coordinating testing and official Project Acceptance. g. Procure all required equipment and parts per Contractor developed List of Material. h. Install the equipment and parts as outlined in the Solicitation. i. Perform test and acceptance of all equipment. 14. QUALITY PROJECT MANAGEMENT will be coordinated through the contractor and then discussed and planned through solution partners. The management, timelines, requirements and needed assets will be planned and coordinated IAW with issued SOW, needed equipment will be acquired, operators trained or procured, equipment ordered and the needed personnel assigned. Inspection schedules will be developed and site quality inspectors will be dedicated to the task. The contractors personnel assigned to do the tasks and services indicated will be trained and certified where required and current on the technologies associated with its requirements. The contractors personnel will be capable of working independently and demonstrate working knowledge of the cable installation procedures, network har dware and software components. The contractor ensures that the following occurs on every task: a. All submittals are approved and submitted within the specified time b. The supplies delivered are same ones that were ordered c. Testing provisions are reviewed and testing equipment and personnel qualifications are reviewed and correct d. All tests are performed IAW with Army, 5th Signal Command and USAREUR specifications, and that all products are listed on the IA approved products list where applicable. e. All test reports meet contract requirements f. Ensure all our products and systems are fit for their intended purpose g. Ensure all our products are safe for all the conditions for which they are specified h. Actively maintain and improve our quality systems on a continuous basis i. All work areas inspected and correct and that no work deficiencies are covered up by succeeding work j. All quality inspections are documented k. All deficiencies are corrected in a timely manner within 5 working days 15. QUALITY CONTROL PROGRAM The contractor will establish and maintain a Quality Control system that ensures the services are performed IAW this contract, applicable laws and regulations, and best commercial practices. The contractor will develop and implement a Quality Control Plan, which descri bes in detail an inspection system. An updated copy shall be provided to the Contracting Officer at least 5 days prior to implementation of any changes. 16. QUALITY ASSURANCE The Government may inspect each task as completed or increase the number of quality assurance inspections if deemed appropriate. Repeated failures discovered during quality control inspections or repeated customer complaints will cause an increase in insp ections. Likewise, the Government may decrease the number of quality control inspections if performance dictates. In cases of disagreement, the contracting office shall make a final determination of the validity of the complaint. 17. QUALITY ASSURANCE AND INSTALLATION STANDARDS The contractor shall provide quality assurance to the extent that the equipment is installed to design specifications, in accordance with best commercial practices, and in an aesthetically pleasing manner. Any installation discrepancies identified by the government shall be corrected by the contractor and reported to the Government in the next periodic status report. The Government Quality Assurance Agent may randomly inspect the installation, and the contractor shall correct reported discrepancies. 18. DEPLOYMENT, ELECTRONIC EQUIPMENT INSTALLATION, AND NETWORK CUTOVER The contractor shall install the complete equipment using the SOW documentation and applicable manufacturer guidance and instructions. This includes rack mounting of the equipment (if required and available), system configuration, and patch cabling. The contractor working in conjunction with the 7A JMTC, NCOA and the JMTC G6, On-Site and Vendor Personnel shall verify before installation and make required adjustments, modifications to the planned Internet Protocol addressing schemes, and electronic con figurations to provide a fully functional and operational system. The contractor will configure all new electronics and shall configure existing reused electronics and components as required providing a fully functional electronic network. This task shall include all necessary work and equipment required to connect exis ting network clients. Contractor will be responsible for any equipment costs associated with connecting these devices. 19. TESTING AND VALIDATION Upon completion of installation the contractor will test all systems to ensure 100% operability and compatibility with the customers needs. Deliverable: Test results 20. PROVISIONS The contractor will provide all materials, tools and test equipment necessary for the performance of this installation. 21. CODES All work will be in accordance with the latest edition of all-applicable German Government Standards (DIN, VdE, etc.). 22. PERSONNEL The contractors personnel must possess the necessary skills to perform this installation in accordance with commercial standards and practices and have experience in performing this type of work.
 
Place of Performance
Address: RCO Bavaria Attn: AEUCC-G, Unit 28130, APO AE
Zip Code: 09114-8130
Country: EU
 
Record
SN01402620-W 20070913/070911221557 (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.