Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

70 -- Soicitation amendment extending due date to 1200 Noon Saturday 22 Sept 2007. Adding Manpower Reporting CLIN0005c and modified Performance Work Statement

Notice Date
9/19/2007
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-07-T-0035
 
Response Due
9/22/2007
 
Archive Date
11/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN0005ac has been added to include Manpower reporting, the following has been added to the PWS SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION SF 1449 - CONTINUATION SHEET SUPPLIES OR SERVICES AND PRICES CLIN 0005ac is added as follows: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 Each Manpower Reporting FFP Manpower Reporting for Crisis Action Center, Room 545, Bldg 1000, IAW Performance Work Statement. FOB: Destination NET AMT DELIVERIES AND PERFORMANCE The following Delivery Schedule item has been added to CLIN 0006: DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC POP 25-SEP-2007 TO 24-SEP-2008 N/A N/A FOB: Destination INSPECTION AND ACCEPTANCE The following Acceptance/Inspection Schedule was added for CLIN 0006: INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY Destination Government Destination Government The following have been modified: PERFORMANCE WORK STATEMENT PERFORMANCE WORK STATEMENT (PWS) for CRISIS ACTION CENTER SERVICE AND MAINTENANCE PLAN for USARSO VISUAL INFROMATION SYSTEMS, BUILDING 1000, ROOM 545 1. Purpose: This Performance Work Statement (PWS) details the requirements under which the terms and condition of the contract will be developed for USARSOs Visual Information Systems Service and Maintenance Plan. 2. Objective: Contractor shall provide, deliver, set up and demonstrate performance, serviceability, and functionality of a maintenance and service agreement for the USARSO Visual Information (VI) equipment not to exclude Videoteleconferencing (VTC) and control systems and programming. 3. Specific Task/Work To Be Performed: The contractor will be responsible for all materials and labor required for the execution of this PWS. Quarterly Preventative Maintenance - Basic VI-19-point system check. - Perform mock presentation test using full audio & video system capabilities. - Open and clean all filtering systems of VI installed equipment. - A technical review for component failure. - Projection alignment. - Source synchronization. - Color / Contrast balance Annual System Maintenance Annual System Maintenance provides all the quarterly PM coverage plus the following: - Check and converge projector lens alignment (if needed) - Clean internal projector lenses and replace all filters (if needed). Semi-Annual Training - Training on Smartboard usage with either a morning session or afternoon sessions. - Software updates to existing systems to ensure the latest versions supported by the manufacturer. - Training as directed by Visual Information Manager or Government Representative. manufacturer. - VI-19 Point System Check 3.1 Emergency Service Calls If VI system ceases to function in any technical manner, procedures for facilitating emergency service calls will be as follows: a. The appointed COR will place an emergency service call to the Contractors helpdesk or service center. b. The appointed COR will engage in telephone troubleshooting with the Support Specialist. If they are able to resolve the problem, the service requirement ceases then and there. c. In the event that telephone troubleshooting does not resolve the problem, the service center will arrange for a site visit within the next 24 to 48 hours. d. Contractor will provide a report of every incident to the Customer while onsite. Full records will be kept at the Contractors service center and a copy will be furnished to the COR. If defective equipment must be repaired or replaced, the following guidelines will apply: a. In the event of a failure of equipment manufactured by Electrosonic (as identified in the Equipment Covered section of this Maintenance & Service Agreement), the item will be removed and repaired, as determined by appropriate Electrosonic service techni cian advice or guidance. b. In the event o f failure of equipment manufactured by other companies (as identified in the Equipment Covered section of this Maintenance & Service Agreement), the item will be removed and repaired or replaced, as determined to be appropriate by the service technician. If the equipment is to be repaired, Contractor reserves the right to decide, on a case-by-case basis, whether to repair the item of equipment in an offsite location (Contractors repair shop) or if it is required to be returned to the manufacturer. c. If equipment is removed for repair, Contractor will endeavor to minimize the impact of the removal of that item(s) on system operation while the item(s) is in for repair. Prior to removal for repair, permission must be granted by USARSO Visual Informa tion Manager and local Government Technician. Continuous VI operations must be guaranteed by the Contractor at all times even if loaner equipment is required. After a defective item is repaired, the service technician will return the item to the system a nd perform a system test. The test must be verified by an onsite Government Technician and/or VI Manager. A written Quality Assurance document will be produced and given to the COR or a Government Representative. d. A complete database of equipment and serial numbers will be developed during the initial implementation of the maintenance contract and kept in the Contractors Tracking Systems. A copy of the equipment database will be submitted to the Government. Th is equipment database will be updated during every visit and/or as requested by VI Manager or Government Technician. Special visits to update the database quarterly will be mandated and coordinated 30 days prior to arrival. 3.2 Preventative Maintenance: a. Contractor will analyze the state of the VI systems, repair as much as possible on site, remove for service any item needing factory repair as determined by an contractor technician (subject to agreement with VI Manager or Government Technician) and pr esent a status report. b. Realign the video projection systems for optimum visual performance. c. Determine whether there are any operational problems, which have resulted from system malfunction or operator misunderstanding. d. Complete a general cleaning and overall system health check of all equipment as appropriate listed in Equipment Covered section, but not to exclude additional hardware and wiring necessary for the health of the VI System (Control System is included, bot h hardware and programming). The scheduling of each Preventative Maintenance visit will be as follows: a. The visit will be scheduled one week in advance with the Government Technical Representative or the USARSO VI Manager responsible for overseeing the operation of the systems. Visits will be scheduled quarterly. b. Government Technical Representative or the USARSO Facilitator will be responsible for the operation of the system during the troubleshooting phase and must be available for comment and questions throughout the process. If further assistance is required by the Contractor to analyze the issue, contact the VI Manager at 210-295-6971. c. The visit will take place during normal business hours, between 7:30 a.m. and 4:30 p.m., Monday through Friday, excluding federal holidays. Contractor must contact a COR one week prior to coordinate calendar dates at to not interfere with ongoing Opera tional daily missions. 3.3 Technical Support 3.3.1 The contractor shall set up and maintain LAN configuration with backup server capability. 3.3.2 The contractor shall provide sufficient on site technical (maintenance) support personnel in the areas of visual information, network management, administration, computer and peripheral support, and phones to respond to all reported malfunctions. Al l reported malfunctions should be repaired or replaced within two hours before payment is made. 3.4 Special Requirements Contractor will provide all the necessary engineers and technicians to perform the work covered by the PWS. Contractor employees and qualified technicians (or its agents) will perform all labor. If electrical work is required, Contractor will notify VI Manager with the issue, a proposal to solve the issue, and will work with provided electrician to ensure prope r implementation of electrical work is performed. The Contractor will only serve as a Quality Assurance representative for the VI Manager for implementing the proposal. Any work required beyond that which is provided for in the agreed contract will be subject to a Modification. Authorization for increase in funds will be submitted by the KO. Contractor will not be reimbursed for work performed without the modification t o the contract finalized. Contractor must include travel and per diem expenses as needed to perform the work described in PWS. The Government is not responsible for penalties incurred Contractors travel arrangements if they to properly coordinate with VI Manager 1 week in advance . Contractor will perform a VI-19 Point System Check: 1- Adjust Convergence To VI-Specs 2- Refresh Menu System 3- Re-Flash / Update Firmware 4- Clean Lens Assembly 5- Clean External Chassis 6- Fedex / Ups Call Tag Service 7- Retro-Fit Cables With Velcro Ties 8- Inspect VGA Cable 9- Inspect Mouse Cable 10- Inspect All Misc. Accessories 11- Inspect Power Cord 12- Inspect Cable Continuity 13- Inspect Lamp Performance 14- Inspect Lamp Life 15- Clean All Contacts 16- Clean Or Replace All Filters 17- Clean Internal Chassis 18- Clean LCD / DLP / CRT System (As Needed) 19- Inspect Lumens Performance To Specifications 3.5 Installation and Recovery The contractor shall conduct an operational readiness test of the hardware, software, and network communications of all equipment/systems. Any discrepancies shall be documented and corrected prior to government acceptance. 3.6 Equipment List: Contractor shall ensure that they service and maintain the following equipment. This equipment list identifies the minimum VI system equipment, additional hardware and software for VTC and Control Systems are also inclusive. VNQuantum Card Cage (15 slot) VNQuantum Two Channel UXGA Output Card VNQuantum Twelve Channel Video Input Card VN-Glimpse RGB Adapter VN-Commander (VNQuantum Edition) Control Software Computer Package for CThrough 2-17 XGA- Ethernet (Commander) Computer Package for CThrough 2-17 XGA- Ethernet (Escan) Catalyst 3560 24 10/100 + 2 1Gig SFP Standard Image (Mgd Switch) 1RU keyboard, mouse, 15 monitor 4 port KVM KVM Cable Kit DVI to VGA Adapter 15HDM to 15HDM VGA non plenum 6 15HDM to 15HDM VGA non plenum 100 22awg, 4c, Shield, Ground, 1000 BNC(m) to BNC(m) Coax Cable -12 Cat5e 1000 RJ45 Connectors, 50pc/pack Network port expander (MS9025) ESCAN EL- control area network software (MS9001/EL) RJ-11 to DB-9 Converter (1036-9010) Alpha Led Signs UPS2200/ SUA2200RM2U Power conditioners XAP800 Teleconference Audio Mixers Mixers CTS4200 Audio Amplifiers Audio Amplifiers Speakers  Various makes and models Microphones- Various makes and models Ceiling Speakers 50 Plasma Display Autopatch Video Routers Autopatch Voice Routers Autopatch RGB Routers Extron equipment  Various makes and models A/V Connector Panel (CPM101) Audio/video Line Driver (CVEQ1) Fiber equipment  Various makes and models P/2 DA2xi MT VTR001CM VTT001CM LightTech fiber equipment Optelecom RGB/XGA Video modules, transmitters Optelecom RGB/XGA Video modules, receivers AMX Control System and code associated with USARSO VI System AMX equipment  Various makes and models Bosch Interpreter equipment Interpreter equipment hardware and software supporting USARSO VI System Camera- VC-C4, VC-C4R and other makes and models Mounting kits  Various makes and models Projection Screens Various makes and models Da-Lite Deluxe Insta-Theater Sc reen Projectors  Various makes and models Mitsubishi XD-350U RGB Spectrum, QuadView Plus RGB Spectrum devices  Various makes and models Samsung 17 LCD displays Wolfvision, VZ-9 Document Camera Zenith, 50 plasma monitors Cable television related equipment Adtran Atlas 890 hardware and software maintenance Adtran Atlas service cards and configuration AVS-449BYP switch boxes Conoga Perkins 2340 Fiber System Conoga Perkins Fiber equipment and cabling Cisco devices, programming and upgrading Cisco switches and routers Polycom equipment, telephonic and video conference software and hardware Tandberg 2500 Tandberg 6000 Versitron M7143 Versitron MCR-4 Titan Corporation Model 3018-2 Audio and video related wiring, grounding and fiber Polycom Soundstation FX Samsung SyncMaster 4030T Crown CTS4200 Desktop LCD Television Monitors 17 Desktop LCD Television Monitors various makes and models MGC-25 Videoteleconferencing Bridging System and software MGC-50 Videoteleconferencing Bridging System and software Deployable integrated systems as identified by VI Manager NEC plasma displays- various makes and models Power Supplies and UPS batteries/units Several Display Mechanisms and their transport support devices Tandberg MXP Criticom VTC Systems UCP A/V Equipment Additionally, the CAC is supported by the adjacent conference room visual information, audio & video equipment, & VTC systems and cabling- this rack of equipment is also inclusive in this list. 4. Inspections/Coordination: 4.1 Start-up meeting: After award of the contract, the contractor shall have a start up meeting with the government representative to coordinate work schedule. The contractor shall provide a timeline indicating Service Plan start and finish dates. 4.2. Coordination: The Government will provide a representative to coordinate administrative, logistical and miscellaneous issues with the contractor. This representative may not make any changes to the terms, conditions, standards, or cost of the contract. 4.3. Inventory/Inspection: Contractor shall inventory equipment upon initiation of the contract with the Government Representative and document findings. The government representative will verify all equipment is accounted for In Accordance With (IAW) this Statement of Work and that all equipment complies with the minimum requirements. 5. Stipulations and Considerations: The Contractor shall restore work areas involved to their original condition. All trash resulting from performance shall be removed by the Contractor. Contractor shall respond and be on site to emergency calls within an 1.5 hours. 6. Certifications and Clearances: a. The contractor performing deliverables must possess a secret clearance, but waiverable, if proper coordination is confirmed with COR prior to visits. b. The contractor performing deliverables must possess the following certifications or 5 years of experience equivalence: AMX Certification, Programmer II Tandberg Certification Polycom MGC 25, 50, & 100 Certification Philips DCN Manufacturer (Interpreter Training) Certification Adtran Technical Support Professional Certification Cisco Certification A/V Associate Certification Program 7. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performan ce of this contract. The contractor shall completely fill in all the information in the format using the following web address: https:\\contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task or d elivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) E stimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for ea ch sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature p rovided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provi de the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of ea ch calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need f or separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. 8. Point of Contact: Point of contact for coordination and information regarding the requirements of this contract is Mr. Ruben G Castillo, commercial at.: (210) 295-6971, DSN 421-6971, E-Mail; ruben.g.castillo@us.army.mil. (End of Summary of Changes) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2007. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01415881-W 20070924/070922234059 (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.