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, Classroom SMART boards

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
W912PB07NCOASMARTBOARDS
 
Response Due
9/26/2007
 
Archive Date
11/25/2007
 
Small Business Set-Aside
N/A
 
Description
PROJECT TITLE- 7A JMTC, NCOA, Classroom SMART boards 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 Smart boards with Smart board Technology installed in 27 classrooms on Camp Normandy Grafenwoehr. The scope is for the contractor to plan and install all the technical audio/visual equipment, and other related accessories for these facilities. All quotes should include the entire equipment, with installation and a 3 year maintenance/warranty period for technical equipment at no additional costs. All warranty and maintenance issues should be resolved with a free hotline telephone supp ort same day contractor was informed about a warranty/maintenance issue and repair of malfunction equipment the next day on regular business days and should include hardware substitutes. Smart boards will be stand alone and connected to the NIPR net. Equip ment Installed must be able to properly interact with TANDBERG VTC codecs. 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 Smartboards in the 27 classrooms 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 Smartboard Systems itself. To reach compatibility with all other 7A JMTC VTC Systems it is recommended to purchase only TANDBERG compatible systems. 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 27ea SMART Board Interactive Presentation Devices incl. Bridgit conference Software 4-1.1 27ea SyncronEyes software 1 teacher and unlimited students 4-1.2 2 ea Floor stand Model SMART board 680i 4-1.3 27ea USB Extension Cables 5mtr, active 4-1.4 All Cables, wires, and/or plugs needed to make the SMART Boards fully operational and compatible with the TANDBERG VTC equipment 4-1.5 1ea 1st Training  2 blocks of 8 hours Initial user training by a SMART Master Trainer 2 x 8 students 4-1.6 1ea 2nd Training  7 blocks of 8 hours Initial user training by a SMART Master Trainer 7 x 8 students 4-1.7 1ea 3rd Training  2 blocks of 8 hours follow up training by a SMART Master Trainer 2 x 10 students per hour 4-1.8 1ea Documentation of Complete SMART System (English Language) 4-1.9 4ea MCU / MPS 800 TANDBERG Certification Training Course 4-2.0 1ea TANDBERG Codec 6000 Operators Training 2x 8 hour blocks (20 students) by TANDBERG Master Trainer @ NCOA 4-2.1 1ea TANDBERD Codec Edge 75 MXP Operators Training 4 x 8 hour blocks (20 students) by TANDBERG Master Trainer @ NCOA NOTE All equipment must be for PAL/NTSC versions and Alternate Currency (AC) 200Volt/50Hz. The SMART Boards must be mounted, installed, and fully operational in each classroom. All smart boards will be stand alone and connected to the NIPR net. 5. TRAINING Upon completion of the installation the contractor will provide 2 ea 8 hour blocks of instruction (10 students) to the 7A JMTC, NCOA S-6 so that they understand how to operate the entire system. The training shall consist of technical and operational trai ning that involves the key personnel concerned with all syst ems. The contractor will also provide written documentation in English. The contractor will provide 4 ea 8 hour blocks of instruction (20 students each class) to the 7A JMTC, NCOA Cadre so that they understand how to operate the Classroom systems. The tra ining shall consist of technical and operational training that involves the key personnel concerned with all systems. The contractor will also provide written documentation in English. Specific Tandberg training for the Administrators must be provided. Tra ining will also be arranged at a Tandberg education facility for MPS and TMS systems. Deliverable: Training Materials (English language) 6. DURATION Work must be completed by 1 May 08. 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 changes based on the training conducted and the contractor should be prepared to adjust working hours and specific location s 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 Attn: Ms. Melissa K. Lynn, Contract Specialist Bldg 244 92655 Grafenwoehr  Lager 09641-83-8741 10. WARRANTY/MAINTENANCE Contractor will provide 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. Installed Cabinets c. Installation of all technical Components d. Installation of all cables and connectors needed e. 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 are as: 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 describes 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, ELEC TRONIC 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
SN01402621-W 20070913/070911221600 (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.