Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

71 -- CONFERENCE AND TRAINGIN ROOM RENOVATIONS

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-08-T-0253
 
Response Due
4/4/2008
 
Archive Date
5/4/2008
 
Point of Contact
MARGARET RHINESMITH, Contract Specialist, (973)724-3294
 
E-Mail Address
Email your questions to MARGARET RHINESMITH
(margaret.rhinesmith@us.army.mil)
 
Description
U.S. Army ARCEC, Benet Laboratories is contemplating an award for multiple user friendly conference rooms with presentation, VTC, and meeting capabilities. Benet is renovating two conference rooms to meet some of these needs. One conference room shall require teleconferencing and meeting capabilities while the other shall require video conferencing capabilities. These rooms have some existing equipment that the company may choose to utilize in their solution. A site visit is scheduled for 4 April 2008. Interested contractors are strongly urged to attend. Please contact Tara Tropiano at Benet Laboratories E-mail: tara.tropiano@us.army.mil. Arrangements for the inspection shall be made on or before 31 March 2008 for appropriate clearances to be facilitated. STATEMENT OF WORK Benet Laboratories Conference/Training Room Renovation 1. Background 2. Scope 3. Requirements 4. Contract Deliverables 5. Special Requirements 6. Quality Assurance Surveillance Plan (QASP) 7. Attachments 7.1. Attachment 1Terms and Conditions 7.2. Attachment 2 Acceptance Testing 7.3. Attachment 3Warranty and Maintenance 7.4. Benet Networking Infrastructure 1. Background 1.1. Benet Laboratories, a division of the U.S. Army Research, Development and Engineering Command, Armament Research and Development Center, Armament Engineering and Technology Center, Weapon Systems & Technology competency (AMSRD-AAR-AEW), has a requirement for multiple user friendly conference rooms with presentation, VTC, teleconference, and training room capabilities. 1.2. Benet Laboratories currently has two rooms that require upgrades. Listed below are each room and the equipment that currently exists in these rooms. 1.2.1. Directors Conference Room Gentner 4 Input Audio Processor w/ Telephone Interface JBL 4??? Ceiling speaker with Transformer TOA Audio Power Amplifier and Modules Samsung 900 Progressive Scan Document Camera w/ Light box 2 Extron Tilt up table enclosures w/ computer, network, & mic jacks Sony 42??? High Resolution Plasma Display Proxima Desktop Projector 9250 POLYCOM Viewstation 512 Crestron FCCID: EROSTX-1550C Crestron Audio Video Control Processor Crestron RF Gateway ??? 2Way Panasonic VCR Inline MSV0804 VGA Matrix Switcher Clear One XAP400 Sprint NT3620 Triple NT1 InLine-1N1402 Video Scaler Bogen ??? Classic Series C-60 2 Mid Atlantic Products Inc. PD915R Power Center White Board 1.2.2. Systems Conference Room White Board 2. Scope: 2.1. The Directors Conference Room shall be required to have VTC, teleconferencing, and presentation capabilities. The following minimum configuration is required: 2.1.1. Minimum Configuration shall include: ??? Two visual sources ??? VTC capability ??? Telephone interface ??? Wireless touch screen control ??? DVD/VCR unit ??? Ceiling speakers ??? Microphones 2.2. The Systems Conference Room shall be required to have teleconferencing and presentation capabilities. The following minimum configuration is required: 2.2.1. Minimum configuration shall include: ??? One visual source ??? Telephone interface ??? DVD/VCR unit 3. Requirement: 3.1. The wireless touch screen control in the Directors conference room shall be programmed to control each piece of equipment in the room as well as volume, power, screen control, and what is being displayed to each visual source. Teleconferences shall be controlled by using the touch screen. 3.2. Speakers shall be able to play sounds from all equipment as well as multiple pieces of equipment simultaneously. 3.3. Microphones shall work not only for video conferencing but also teleconferencing. 3.4. Visual sources shall be clearly visible from anywhere in the room. 3.5. Installation, cabling, cabinetry, and clean up is also required. 4. Contract Deliverables: 4.1 System Facility Requirements ??? a complete evaluation of system facility requirements for each conference room detailing space, power, cooling, electrical connections as well as any other requirements for the system to function properly. System Facility Requirement shall meet Attachment 1 as the minimum requirements. 4.2 Configuration Details ??? for each conference room provide a complete Bill of Materials (BOM) for the proposed configuration including all support equipment and software. The configuration proposals shall be supported by configuration drawings identifying and placing the equipment with interfaces for each conference room. 4.3 Acceptance Test Documentation ??? Tests shall be conducted for Effectiveness Level Testing and Capability Testing with the results fully documented. The tests shall demonstrate that the system has been delivered in full and is reliable in accordance with the effectiveness level requirement; operates for 30 consecutive days at or above the offeror???s proposed level of reliability. Acceptance tests shall meet Attachment 2 as the minimum requirements. 4.4 Warranty- full documentation of warranties for each system and components shall be provided detailing specifics and time periods covered. Warranties shall meet Attachment 3 as the minimum requirements. 4.5 Hardware/Software Maintenance ??? on as an-required basis the offeror shall provide remedial and preventive hardware maintenance for all equipment in the proposal and for system upgraded or expanded in response to the proposal. The offeror shall provide software maintenance on-site or via remote diagnostics service in accordance with established and mutually agreed to procedures for all software provided by the offeror. Maintenance shall meet Attachment 3 as the minimum requirements. 5. Special Requirements: 5.1 Quotes to provide detailed pricing and hardware/software configurations and maintenance extended at a minimum of one year from date of completion. 5.2 The period of performance shall not exceed 30 September 2008. 5.3 COR/Primary POC & Alternative COR/Alternate POC Mary Lou Baker Laurence R. Marten Program Manager Program Manager US Army RDECOM-ARDEC Armaments Engineering & Technology Center Weapon System & Technology Large Caliber Launcher Division AMSRD-AAR-AEW-C(B) Building 40, 2nd Floor Watervliet Arsenal 1 Buffington Street Watervliet, NY 12189 (518) 266-5070 (518) 266-4701 DSN: 374-5070 DSN: 374-4701 FAX: 374-3686 FAX: 374-3686 mary.lou.baker@conus.army.mil larry.marten@conus.army.mil Technical POC: Tara Tropiano (tara.tropiano@us.army.mil) (518) 266-5574 DSN: 374-5574 6. Quality Assurance Surveillance Plan: PERFORMANCE REQUIREMENTS SUMMARY/QUALITY ASSURANCE SURVEILLANCE PLAN Performance Requirement Performance Measure Performance Standard Acceptable Performance Level(APL) Method of Surveillance Compliance (Exceeded, Met or Partially Met 3.1.-3.5.Contractor meet minimum configuration Quality Relevance All materials shall be state of the art and contain no defects. System shall be controlled by a wireless touch screen. 100% IPDT Leader & COR review 4.1 System Facility Requirements Completeness Accuracy Complete evaluation of system facility upgrades to accommodate new equipment. All equipment shall function as intended. 100% IPDT Leader & COR review 4.2 Configuration Details Completeness Accuracy Complete Bill of Materials supported by configuration drawings for each conference room. All drawings shall identify placement of equipment. 100% IPDT Leader & COR review 4.3 Acceptance Test Documentation Quality Accuracy Test results shall be documented & any discrepancies will be identified. System shall work as specified. 100% IPDT Leader & COR review 4.4 Warranty Completeness Full documentation for each system and components detailing specifics and time periods. 100% IPDT Leader & COR review 4.5 Hardware/ Software Maintenance Quality Systems are operational 95% of the time. 95% IPDT Leader & COR review ATTACHMENT 1 TERMS AND CONDITIONS For each feature listed in the response to the RFQ, provide the following information: 1. Each room in section 1.2 shall be quoted separately and optionally. The government reserves the right to award any or all rooms based on availability of funding. For each system proposed as part of your response, provide the following information only once, even though a system may be present in multiple solutions: ??? Complete Bill of Material (BOM) for the proposed configuration including all support equipment and software. ??? System facility requirements. ??? Configuration drawings. Should any items required for a fully functional system not be included in the BOM for a system, such items shall be included in the final system configuration at no additional cost to the Government. 2. Past Performance: The offeror shall submit a written description of its previous Government contracts (all prime and major subcontracts received, or in performance, during the past three years) and any other prior experience, which is in any way relevant to the effort required by this RFP. Commercial contracts may be included if necessary. The description shall contain the following information in the following format: a. Identify in specific detail for each previous contract listed, why or how you consider that effort relevant to the effort required by this RFP. b. Government or commercial contracting activity, address and telephone number. c. Procuring Contracting Officer???s (PCOs) name and telephone number. d. Government or commercial contracting activity technical representative or COR and telephone number. e. Government or commercial Contract Administration activity and the name and telephone number of the Administrative Contracting officer (ACO). f. Contract Number. g. Contract Type. h. Contract award date. i. Award price/cost. j. Final or projected final price/cost k. Original delivery schedule. l. Final or projected final delivery schedule. m. A narrative explanation on each previous contract listed describing the objectives achieved and any cost growth or schedule delays encountered. For any Government contracts, which did not/do, not meet original requirements with regard to cost, schedule, or technical performance, a brief explanation of the reason (s) for such shortcomings and any demonstrated corrective actions taken to avoid recurrence. The offeror shall also provide a copy of any cure notices or show cause letters received on each previous contract listed and a description of any corrective action taken by the offeror or proposed subcontractor. n. The offeror shall also provide the above required information for any and all contracts it was terminated in whole or in part for default during the past three years to include those currently in process of such termination as well as those which are not similar to the proposed effort. The offeror shall list each time the delivery schedule was revised and provide an explanation of why the revision was necessary. o. New corporate entities may submit data on prior contracts involving its officers and employees. However, in addition to the other requirements of this section, the offeror shall discuss in detail the role performed by such persons in the prior contracts cited. 3. Effectiveness Level Testing and Capability Testing completion are the responsibility of the offeror (with Government oversight). The requirements for the ELT and CT are described in Attachment 2. A Capability Test Plan must be provided to the Government subsequent to receipt of an order as described in Attachment 2. 4. Warranty period (if any) shall not commence until successful completion of Acceptance Testing as described in Attachment 2. Warranty terms are discussed in Attachment 3. 5. For each system provided, expanded, or upgraded as part of any solution in the proposal, the facility requirements (space, power, cooling, electrical connections, and the like) shall be described. This description shall be in sufficient detail to permit the Government to price any required facilities modifications and enable installation of the system at Benet Laboratories. 6. Current Technology Substitutions/Additions. The offeror, upon commercial announcement of new components that can be technically and economically substituted for, or added to, items identified in the offeroror's proposal, shall offer said items for addition or substitution. These item(s) may be accepted at the discretion of the Government, provided at least equivalent performance with economic benefits or significantly enhanced performance is achieved. 7. Warranty Provisions. a. Any provided warranty shall commence upon the first day after the successful completion of acceptance testing as described in Attachment 2. Any maintenance (to include parts) performed prior to this period shall be furnished at no cost to the Government. b. Prior to the expiration of the warranty period, whenever equipment is shipped for mechanical replacement purposes, the offeroror shall bear all costs, including, but not limited to, costs of packing, transportation, rigging, drayage and insurance. c. The warranty shall not apply to maintenance required due to the fault or negligence of the Government. 8. Risk of Loss or Damage. a. The Government is relieved from all risks of loss or damage to purchased equipment during periods of transportation, installation, and prior to completion of the Effectiveness Level Test, except when loss or damage is due to the negligence of the Government. 9. (Section 508 Compliance) All information technology products acquired or developed by a federal agency after June 25, 2001, must be compatible with accessories that permit people with disabilities to use that equipment. While agencies do not have to install assistive devices and technology in their offices until an employee with disabilities needs it, any electronic and information technology (EIT) equipment purchased after June 25, 2001, shall meet specific standards so assistive devices can be attached if needed. Therefore, all EIT equipment delivered under this order, shall meet the applicable accessibility standards at 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov/accessible.html (FAR Part 39.2) ATTACHMENT 2 ACCEPTANCE TESTING 1. General. As part of the acceptance process after installation of a system, the offeror shall be required to complete an acceptance test. The purpose of the test is to demonstrate that the system being purchased by the Government has been delivered in full and is reliable in accordance with the effectiveness level requirement; i.e. runs for thirty (30) consecutive days at or above the offeror???s proposed level of reliability. It shall also demonstrate that all components of a system can function as an inter-working system. Acceptance. a. The offeror is responsible for the preparation and submission of DD Form 250, Material Inspection and Receiving Report. Formal acceptance of equipment by the Government???s Contracting Officer or designated representative, upon successful completion of the Effectiveness Level Test and Government inspection, as specified in the preceding paragraphs, will be acknowledged on the face of the required Material Inspection and Receiving Report, DD Form 250. No payment shall be made on delivered hardware or software without formal acceptance being made by a duly authorized representative of the Government acknowledging such acceptance by their signature on the face of the above referenced Material Inspection and Receiving Report, DD Form 250. Any equipment or software added, substituted, or installed to fulfill the performance guarantees contained in the offeror???s proposal shall be subject to the same acceptance criteria of this attachment. ATTACHMENT 3 WARRANTY AND MAINTENANCE 2. Defective Parts Retention. Once installed in a system at Benet Laboratories, defective parts (e.g. magnetic media, semiconductor devices, etc.) that contain any data will be retained by the Government. The Government, at its discretion, may permit degaussing and/or declassification of such devices in accordance with approved, verifiable procedures for return to and re use/disposal by the offeror. However, the Government reserves the right to retain these devices permanently or to destroy them, regardless of warranty or maintenance coverage for these devices. The Government shall incur no additional costs related to retention of such parts. 2. Warranty. a. Any provided warranty shall commence on the next day after successful completion of acceptance testing and extend at a minimum through the end of the calendar year in which the system is procured. Any maintenance (to include parts) performed prior to this date shall be furnished at no cost to the Government. b. Prior to the expiration of the warranty period, whenever equipment is shipped for mechanical replacement purposes, the offeror shall bear all costs, including, but not limited to, costs of packing, transportation, rigging, drayage and insurance. c. The warranty shall not apply to maintenance required due to the fault or negligence of the Government. 3. Hardware Maintenance. On an as required basis, the offeror shall provide remedial and preventive hardware maintenance for all equipment provided in response to the proposal, and for systems upgraded or expanded in response to the proposal. a. Offeror staff personnel shall interact with designated Government and the Government???s agent Points of Contact to facilitate equipment maintenance. b. The offeror shall provide all labor, documentation, spare and repair parts, maintenance supplies, tools, diagnostics, and test equipment necessary to promptly and efficiently ensure that the equipment is restored to such a state that it is in nominal operating condition. c. The offeror shall attempt to minimize the risk of loss of Government data while performing remedial and preventive hardware maintenance. 3.1 Remedial Maintenance. Remedial maintenance shall be performed in accordance with the terms of the proposal. The Principal Period of Maintenance (PPM) shall be 24 hours per day, seven days a week, including holidays. Remedial maintenance shall be required when the Government???s designated COTR, the Government???s agent, or other authorized personnel, makes an entry in the System Maintenance Event Log for Benet Labs recording that the system is not available for use, and notifies the offeror in accordance with previously established and mutually agreed to procedures. ???Not available for use??? includes degradation in system performance resulting from conditions where more than 20% of the total system capacity is unavailable, or from conditions where full system functionality is not being provided. Examples of unavailable capacity would include, but not be limited to, inoperable processors, memory, on-line storage, network interfaces, or input/output paths/subsystems. System functionality includes all system capabilities and operating characteristics that are normally available for use by the Benet users. When remedial hardware maintenance is required, the response time shall be within four hours. Response time begins at the time of an entry in the System Maintenance Event Log and proceeds until corrective actions are initiated by the offeror. 3.2 Preventive Maintenance. a. The offeror shall work with Government COTR or designated representative to establish a mutually agreeable schedule for PM. Any time for which the system is not operationally usable during a PM period will be deducted from the operational use time for the purposes of the effectiveness level calculation and will be counted as an operational interrupt at the discretion of the Government. See Attachment 2 for additional clarification of operational use time and effectiveness level. b. The Government requires that all manufacturer sponsored Engineering Changes (ECs) issued prior to acceptance be incorporated into any equipment provided by the offeror. After the date of acceptance, all future ECs and changes shall be offered to the Government by the offeror within 60 days of release by the manufacturer for production use. Those ECs and changes required to correct safety hazards shall be offered to the Government within one day???s notification to the offeror by the manufacturer that such an EC or change is available for production use. It is understood that a rejected EC may have to be accepted at a later date if it is required as a prerequisite to a future accepted EC. The offeror shall notify the Government of all ECs prior to commencing installation of the ECs. All manufacturer sponsored ECs, except changes required to correct safety hazards, shall be subject to approval by the Government???s COTR or designated representative prior to commencing the equipment modification. Notification shall include a description of the EC or change, the equipment it applies to, and a recommendation as to whether or not it should be installed. ECs and changes required to correct safety hazards shall be obtained from the manufacturer and installed in a timely manner by the offeror during periods of preventive maintenance. 4. Software Maintenance. The offeror shall provide software maintenance, either on site, via remote diagnostics service in accordance with previously established and mutually agreed to procedures, or a combination of both, for all software provided by the offeror. The offeror shall perform the initial software installation and configuration of all offeror provided software. a. The offeror shall maintain compliance with all hardware and other software specifications with any new software releases installed. b. The offeror shall obtain from the manufacturer or developer all new releases of off the shelf software originally provided by the offeror, including subroutine libraries, together with installation instructions and associated documentation. These releases shall be offered to the Government by the offeror within 60 days of availability of such releases for production use. The offeror shall install the new release, dependent on the prior installation of any requisite hardware and subject to approval by the Government???s COTR or designated representative prior to installation. The term ???releases??? shall be considered to include corrections (AKA ???bug fixes???), revisions, updates, extensions, improvements, new versions, and new library language bindings for any compilers originally provided by the offeror. New releases shall contain all previous fixes. New releases shall be tested prior to release for general use, to ensure successful implementation when released. Such testing shall be coordinated with the Government???s integrating contractor and performed at such times as to provide minimal user impact. c. The offeror shall attempt to minimize the risk of loss of Government data while performing software maintenance. ATTACHMENT 4 Room Layout Director???s Conference Room System???s Conference Room For additional information contact Tara Marten, 518-266-5574, email tmarten@pica.army.mil. Please ask for the drawings when you set up the time for the site visit.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-08-T-0253)
 
Record
SN01535339-W 20080320/080318224609 (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.