Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2007 FBO #2186
SOLICITATION NOTICE

60 -- Video Teleconferencing Suite

Notice Date
11/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ08TJ033
 
Response Due
12/17/2007
 
Archive Date
2/15/2008
 
Point of Contact
olen, (907) 384-7088
 
E-Mail Address
Email your questions to ACA, Fort Richardson
(olen.northern@richardson.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought notice for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is a synopsis solicitation and no separate notices wil l be issued. Proposals are being requested. (ii) This synopsis solicitation number is W912CZ08TJ033. (iii) This synopsis solicitation RFP and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5,2 007). (iv) This procurement is restricted to small businesses and the applicable NAICS are 334310, and, or, 443112, and or 517910. (v) This synopsis solicitation contains ONE (1) line item. Proposal must include complete component / system shipping FOB de stination, complete on site system / component installation and the applicable manuals IAW the Performance Work Statement. (vii) Delivery location: Building 1, Fort Richardson AK 99505-0600. Acceptance will be Government: Fort Richardson, Alaska 99505 on o r before 8 February 2008. A site visit and information exchange is scheduled to take place on Wednesday the 28th of November 2007. Design, implementation and installation of a complete turn-key solution for one (1) main secure / non-secure Video Teleconferencing Suite (VTS) per PWS in building 1 Fort Richardson, Alaska. Performance Work Statement C.1. GENERAL INFORMATION. C.1.1. This Performance Work Statement (PWS) establishes and defines requirements for the Design, Implementation, and Installation of a complete turn-key solution for a secure/ non-secure Video Teleconference Suite. The room drawings are located in Attach ment 1, for Bldg 1at Fort Richardson, Alaska. The VTC Suite will be controlled by one operator from the Control Booth in Bldg 1. C.1.2. HOURS OF OPERATION. The contractor shall work the normal duty hours of 07:30  17:30 (5:30PM), Monday thru Friday. The contractor shall coordinate with the Contracting Officers Representative (COR) for changes or extensions to construction hours . C.1.3. SITE MANAGEMENT. C.1.3.1 The contractor shall designate in writing the name of an individual who is fully authorized to act as the contractors on-site representative. During contract performance, the contractor shall provide a method by which the COR may contact the on- site representative. C.1.3.2 The contractors on site representative shall immediately report any imminent system failure to the COR and provide a recommended operational or repair solution. This action shall be followed up in writing (e-mail or memo). If, in the contractor s judgment, substandard conditions exist, they shall be identified to the COR in writing for review and final disposition. If a safety hazard is encountered, verbal approval for corrective action may be obtained from the COR followed up with appropriate documentation immediately upon resolution of the safety hazard. C.1.4. CONTRACTOR EMPLOYEE QUALIFICATIONS. Contractor employees shall have the necessary skills and expertise to perform the requirements of this PWS and comply with mandatory labor laws. C.1.5. QUALITY CONTROL (QC). N/A C.1.6. QUALITY ASSURANCE (QA). The Government will monitor the contractors performance under this contract. The Government will monitor the final product test; if any aspect of performance is not in conformance with requirements of this contract, the c ontractor shall explain in writing why performance was not in conformance with the requirements of this contract, how performance will be returned to conformity, and how recurrence of the problem will be prevented in the future. The Government will have th e right to issue to the contractor a Contract Discrepancy Report (CDR) if the deficiencies are not corrected. The contractor shall complete and return the CDR to the COR within three work days after receipt. The contractor shall maintain copies of all ins pection/evaluation reports and inspection ch ecklists on file. C.1.7. GOVERNMENT EVALUATION. C.1.7.1. The contractor shall perform a final product test to ensure the VTC system is working properly and has connectivity with the existing Government owned video teleconference system (a list of Government owned VTC equipment is available upon request ). The Government will be given three working days notice of the test. A Government representative will be present during all final testing. The Government reserves the right to conduct evaluations of the contractors services based on the requirements c ontained within this PWS. C.1.7.2. The contractor shall, at no additional cost to the Government, correct all deficiencies stated under the Government evaluation. The contractor shall provide the Government a listing of all deficiencies corrected within three work days of receipt of the Government evaluators report. C.1.8. CONTRACTOR REPORTS. N/A C.1.9. THIRD PARTY DAMAGE/SUBCONTRACTOR. The contractor shall be responsible for the repair and restoration of any lost services due to damage caused by any subcontractor under his control. C.1.10. TECHNICAL DATA. Technical data obtained by the contractor resulting from the performance of this contract will become the property of the United States Government and will be available for inspection by the Government at all times. As- built dra wings will be provided to the government upon project completion. C.1.11. WARRANTIES. When an equipment item or portion of a Government-owned or contractor-acquired equipment item is covered under or by a manufacturers guarantee or warranty, the contractor shall comply with all conditions called for by the manufacture r to retain the benefits of the guarantee or warranty. The contractor shall not be responsible for repairing any equipment under warranty by another contractor except for minor adjustment or alignments to modules or other equipment in order to keep a syst em at optimum operation. A list of GFE under warranty will be provided to the contractor by the COR at start of contract. Adjustment or alignments shall not be made to Government-owned equipment where those actions would invalidate warranty requirements. C.1.12. GOVERNMENT FURNISHED PROPERTY/EQUIPMENT. C.1.12.1 The Government will provide the following: a. IP connectivity up to 768 kbps, but not limited to b. ISDN w/min of 3PRI/ BRI- 384 kbs c. NIPRNET Connection d. SIPRNET Connection e. Dedicated link to Fort Wainwright f. Keying material g. Fiber to both rooms (Main Control Booth, Satellite Conf Rm) h. Canoga Perkins Model 3240-BU-16-10-S T1/E1 Fiber Optic Multiplexer i. Canoga Perkins 3240-IO-T1X-R48-S C.1.13. CONTRACTOR-FURNISHED TOOLS, TEST EQUIPMENT AND MATERIAL. C.1.13.1 The contractor shall provide all administrative items, tools, equipment, and Test, Measurement and Diagnostic Equipment (TMDE) necessary to fulfill the requirements of this PWS unless otherwise stated herein. C.1.13.2. The contractor shall ensure that all contractor-owned or leased test equipment is calibrated in accordance with manufacturers specifications. C.1.14. PERSONNEL SECURITY REQUIREMENTS. Contractor employees or any representative of the contractor entering Ft. Richardson, shall abide by all security requirements, and shall be subject to security checks. Contractor must coordinate installation acc ess through the Ft. Richardson Provost Marshall. Within 15 calendar days after contract award, the contractor shall provide to the Contracting Officer (KO) and COR contact telephone numbers for the site manager during other than normal duty hours. C.1.15. SAFETY. C.1.15.1. Safety Program. The contractor shall establish and administer a safety program. C.1.15.2. Safety Violations. The COR may require the contractor to cease operations associated with the performance of this contract for reasons of safety violation(s). The contractor shall be responsi ble for the cost of any overtime required to correct the safety violation. Personal protective equipment and clothing shall be the responsibility of the contractor. C.1.15.3. Accident Reporting. In the event of an accident on Government property, or involving Government personnel or property, the contractor shall submit a report within 72 hours to the KO in letter form that shall include the following: The time and date of occurrence, the place of occurrence, a list of personnel directly involved, and a narrative or description of the accident that includes a chronological order of the accident and circumstances. C.1.16. CONFLICTING DIRECTIVES. The contractor shall bring to the attention of the KO for final resolution any apparent conflict between compliance with the directives, rules, and regulations identified in this contract and the requirements of this contr act. SECTION 2 REQUIREMENTS C.2 REQUIREMENTS. C.2.1 The contractor shall design, implement, and install a complete Video Teleconference Suite with a turn key operation. This Video Teleconference Suite shall consist of a main VTC. This shall be in accordance with the approved by DISA standards. The systems must contain at a minimum the following. Main Videoteleconference Center a. Minimum of (2) 65 monitors (wall mounted) b. DVS II capable DISA approved solution c. Central Control System for both rooms located in the Control Booth d. Minimum of (4) cameras in main VTC e. (2) IP cameras outside both doors viewable from Control Booth with the ability to record f. (2) electronic signs for VTC display in progress controlled by Control Booth g. Document Camera h. Audio/ Microphones with noise cancellation devices i. (2) Projectors DLP XGA (1024x 768) with viewing screens (electronic retractable) controlled by Control Booth j. Bridging Technology k. Provide the appropriate encryption devices (KIV-7, KIV-19, KG-194) l. Automatic multiclass switching system m. High- Definition MXP Technology n. DVD Recorder/ DVR/ CD o. Black/ Red separation p. Connectivity from fiber to VTC equipment C.2.1.1 The contractor shall be responsible for procurement of the materials, delivery, planning, project management, installation, integration, and testing of the equipment in their proposal. C.2.1.2 The contractor shall supply all secure encryption devices and turn them over to a designated Government representative (VTC Facilitator or alternate VTC Facilitator). The encryption devices shall be installed in Building 1, VTC Suite by the contra ctor. C.2.1.3 The contractor shall install all video teleconference equipment per Attachment 1. C.2.1.4 The contractor shall back up any programmable configuration of equipment prior to installation completion and provide a copy to the customer upon completion. C.2.1.5 The contractor shall provide a written maintenance warranty on the VTC system installed. This shall be a one year manufacturers warranty for software and hardware with 3 year follow-on maintenance for the equipment within the Video Teleconference Suite. The 3 year follow-on maintenance shall include one on-site preventive maintenance visit per year. C.2.1.6 The contractor shall perform a final product test. This test shall ensure the VTC system is working properly and has connectivity with the existing Government owned video teleconference system (a list of Government owned VTC equipment is available upon request). (viii) The provision at FAR 52.212-1, Instructions to Offerors  Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically accep table, price, delivery time and past performance. Part of the technically acceptable evaluation will include the offered products compatibility with existing equipment as shown in the description required. The contract will be awarde d to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offeror s must be registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (M ay 2002); FAR 52.214-21  Descriptive Literature (APR 02); FAR 52.217-5  Evaluation of Options (JUL 1990); FAR 52.217-7  Option for Increased Quantity  Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984 ); FAR 52.232-38  Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Bala nce of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Viet nam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Centra l Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 3:00 PM, Alaska Time, 17 December 20 07. (xvii) (a) The Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has investigated and satisfied itself as to the general and local conditions which can affect the work or its cost, including but not limited to (1) conditions bearing upon transportation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric power, and roads; (3) uncertainties of weather, river stages, tides, or similar physical conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of equipment and facilities needed preliminary to and during work performance. The Contractor also acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the Government, as well as f rom the drawings and specifications made a part of this contract. Any failure of the Contractor to take the actions described and acknowledged in this paragraph will not relieve the Contractor from responsibility for estimating properly the difficulty and cost of successfully performing the work, or for proceeding to successfully perform the work without additional expense to the Government. (b) The Government as sumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning c onditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to below is for the Contractors information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information by the Contractor. (a) The indications of physical conditions on the drawings and in the specifications are t he result blueprint / auto cad drawings. (xix)(a) All equipment, material, and articles incorporated into the work covered by a contract resulting from this sources sought notice and any follow on solicitation shall be new and of the most suitable grade fo r the purpose intended, unless otherwise specifically provided in this contract. References in the specifications to equipment, material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard o f quality and shall not be construed as limiting competition. The Contractor may, at its option, use any equipment, material, article, or process that, in the judgment of the Contracting Officer, is equal to that named in the specifications, unless otherwi se specifically provided in this contract. (b) The Contractor shall obtain the Contracting Officers approval of the machinery and mechanical and other equipment to be incorporated into the work. When requesting approval, the Contractor shall furnish to th e Contracting Officer the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When required by this sources sought notice and any fo llow on solicitation and contract or by the Contracting Officer, the Contractor shall also obtain the Contracting Officers approval of the material or articles which the Contractor contemplates incorporating into the work. When requesting approval, the Co ntractor shall provide full information concerning the material or articles. When directed to do so, the Contractor shall submit samples for approval at the Contractors expense, with all shipping charges prepaid. Machinery, equipment, material, and articl es that do not have the required approval shall be installed or used at the risk of subsequent rejection. (c) All work under this contract shall be performed in a skillful and workmanlike manner. The Contracting Officer may require, in writing, that the Co ntractor remove from the work site, any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. (xx) At all times during performance of this contract and until the work is completed and accepted, the Contractor shall direc tly superintend the work or assign and have on the worksite a competent superintendent who is satisfactory to the Contracting Officer and has authority to act, answer and commit the Contractor. (xxi) The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all d amages to persons or property that occurs as a result of the Contractors fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any comple ted unit of work which may have been accepted under the contract. (xxii) The Government may undertake or award other contracts for additional work at or near th e site of the work under this contract. The Contractor shall fully cooperate with the other contractors and with Government employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heedi ng any direction that may be provided by the Contracting Officer. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Government employees. For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7088, the e-mail and attachment will be discarded with out being read.
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
Zip Code: 99505-0525
Country: US
 
Record
SN01454890-W 20071121/071119225519 (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.