Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

N -- AUDIOVISUAL EQUIPMENT, SUPPLY AND INSTALL

Notice Date
6/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDL90593
 
Archive Date
7/28/2009
 
Point of Contact
Christina Johnson, Phone: (301) 295-3069, Dolores E May, Phone: 301-295-3922
 
E-Mail Address
cjohnson@usuhs.mil, dmay@usuhs.mil
(cjohnson@usuhs.mil, dmay@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD has a requirement to purchase and install audiovisual equipment in six (6) separate locatioins. T his is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. It will be the responsibility of the contractor to check the website for the issuance of any amendments/changes to the solicitation. Quotes are being requested and a written solicitation shall not be issued. This Request for Quotations (RFQ) incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-33. The North American Industry Classification System (NAICS) code is 334310, Audio and Video Equipment Manufacturing, with a size standard of 750 employees. This proposed combined synopsis/solicitation is 100% small business set-aside. This requirement is for a firm fixed priced contract for the following Contract Line Item Number (CLIN): Description and quantity (QTY): CLIN 0001 Purchase and Installation of Audiovisual Equipment. QTY: 1 job In accordance with the attached statement of work (SOW) the contractor shall perform all operations including the purchase and installation to integrate the configuration of the audiovisual equipment in the University's lecture rooms and auditorium. The technical requirements are listed in the SOW. There will be only one comprehensive site visit held on July 7, 2009 at 8:00 am EST. at the Uniformed Services University, Bethesda, MD in Building A, Rm. 1040C. Attendees should allow adequate time to obtain access to get onto the Government facility. Because of the heightened security measures, National Naval Medical Center (NNMC) is requiring everyone entering the base to have a government issued ID card, military ID, or ID card issued by a Federal government activity/agency. Those who are not employed by the federal government and as result do not have official government identification; will be required to be placed on NNMC's access list. In order to be placed on the access list you will have to provide the name of the attendees, company's name, and a phone number. Also, please have proper identification: valid driver's license and passport. All requests must be received by July 2, 2009 at 12:00 pm to be assured access onto the base. The point of contact for the site visit is Christina Johnson (cjohnson@usuhs.mil) at 301-295-3069 and the fax number is 301-295-1716. Offerors who fail to provide the requested information by the due date or provide the proper identification will not be able to attend the site visit. **Questions will not be answered during the site visit. All questions must be submitted in writing via e-mail to cjohnson@usuhs.mil on July 7, 2009 at 3:30 pm EST. An amendment will be posted on the July 8, 2009. It will be the responsibility of the contractor to check the website, http://www.fbo.gov, for any issuance of any amendments and/or updates to this requirement. ** Mandatory Delivery Schedule: Because of the upcoming academic year all installation must be done by August 17, 2009. It is paramount that this work is completed by the start of the academic school year. Point of Delivery: FOB Destination Location: Uniformed Services University of the Health Sciences 4301 Jones Bridge Road Bethesda, MD 20814-4799 STATEMENT of WORK (SOW) GENERAL REQUIREMENT The work covered by this contract consists of, but is not limited to, the furnishing of all equipment, labor, services, tools, materials, equipment, transportation, supervision and all miscellaneous requirements needed to perform all operations in conjunction with the effort to accomplish the Scope of Work below. SCOPE OF WORK •1. SITE LOCATION : Uniformed Services University of the Health Sciences, Bethesda, MD •2. SPECIFIC TASKS : Lecture Room A • VENDOR will replace the two (2) existing defective Inline dual input wall-mount computer interfaces and directly replace with new Extron RGB478xi with AAP openings (to be blanked until upgrade) interfaces. New cabling will be provided for connection of laptops and dedicated room computers. • VENDOR will replace the defective Biamp Advantage ONE auto mixer with a new Biamp 8-in/ 2-out single space automatic mixer and RDL mic preamplifier. VENDOR will provide the applicable configuration with existing sound system and microphones. • VENDOR will add an Analog Way high-resolution digital and analog Scaler / Switcher unit to the output of the system to allow for current Mac and PC resolutions to be displayed on the existing projector displays. VENDOR will use the existing analog cabling in place and will only be using the scaler portion of the device. Lecture Room B • VENDOR will replace the two (2) existing defective Inline dual input wall-mount computer interfaces and directly replace with new Extron RGB478xi with AAP openings (to be blanked until upgrade) interfaces. New cabling will be provided for connection of laptops and dedicated room computers. • VENDOR will replace the defective Biamp Advantage ONE auto mixer with a new Biamp 8-in/ 2-out single space automatic mixer and RDL mic preamplifier. VENDOR will provide the applicable configuration with existing sound system and microphones. • VENDOR will add an Analog Way high-resolution digital and analog Scaler / Switcher unit to the output of the system to allow for current Mac and PC resolutions to be displayed on the existing projector displays. VENDOR will use the existing analog cabling in place and will only be using the scaler portion of the device. Lecture Room C • VENDOR will replace the two (2) existing defective Inline dual input wall-mount computer interfaces and directly replace with new Extron RGB478xi with AAP openings (to be blanked until upgrade) interfaces. New cabling will be provided for connection of laptops and dedicated room computers. • NOTE: The audio mixer is currently functional in this room - do not replace. • VENDOR will add an Analog Way high-resolution digital and analog Scaler / Switcher unit to the output of the system to allow for current Mac and PC resolutions to be displayed on the existing projector displays. VENDOR will use the existing analog cabling in place and will only be using the scaler portion of the device. Lecture Room D • VENDOR will replace the two (2) existing defective Inline dual input wall-mount computer interfaces and directly replace with new Extron RGB478xi with AAP openings (to be blanked until upgrade) interfaces. New cabling will be provided for connection of laptops and dedicated room computers. • VENDOR will replace the defective Biamp Advantage ONE auto mixer and the defective Biamp Advantage EX with two (2) new Biamp 8-in / 2-out single space automatic mixers and RDL mic preamplifier. VENDOR will provide the applicable configuration with existing sound system and microphones. • VENDOR will add an Analog Way high-resolution digital and analog Scaler / Switcher unit to the output of the system to allow for current Mac and PC resolutions to be displayed on the existing projector displays. VENDOR will use the existing analog cabling in place and will only be using the scaler portion of the device. Lecture Room E • VENDOR will replace the two (2) existing defective Inline dual input wall-mount computer interfaces and directly replace with new Extron RGB478xi with AAP openings (to be blanked until upgrade) interfaces. New cabling will be provided for connection of laptops and dedicated room computers. • VENDOR will replace the defective Biamp Advantage ONE auto mixer and the defective Biamp Advantage EX with two (2) new Biamp 8-in / 2-out single space automatic mixers and RDL mic preamplifier. VENDOR will provide the applicable configuration with existing sound system and microphones. • VENDOR will add an Analog Way high-resolution digital and analog Scaler / Switcher unit to the output of the system to allow for current Mac and PC resolutions to be displayed on the existing projector displays. VENDOR will use the existing analog cabling and will only be using the scaler portion of the device. Sanford Auditorium • VENDOR will replace the one(1) existing defective Inline dual input wall-mount computer interfaces and directly replace with a new Extron RGB478xi with AAP openings (to be blanked until upgrade) interfaces along with the replacement of the existing rack RGB 201 interface with a new RGB 203xi three-input interface. New cabling will be provided for connection of laptops and dedicated room computers. • VENDOR will replace the defective Biamp Advantage ONE auto mixer and the defective Biamp Advantage EX with two (2) new Biamp 8-in / 2-out single space automatic mixers and RDL mic preamplifier. VENDOR will provide the applicable configuration with existing sound system and microphones. • USU will continue with use of existing Table Mic system until system-wide upgrade is to take place. USU accepts the possibility that equipment has aged and any attempt to utilize table mic system may have unpredictable results. • VENDOR will add an Analog Way high-resolution digital and analog Scaler / Switcher unit to the output of the system to allow for current Mac and PC resolutions to be displayed on the existing projector displays. VENDOR will use the existing analog cabling in place and will only be using the scaler portion of the device. All areas • The equipment and connections in the existing racks are quite old; VENDOR will make a best faith effort not to disrupt any existing functionality, but will not be held responsible if connections or equipment fail as a result of our modifications. •3. TESTING: The Contractor shall demonstrate to the Government that all work functions properly. The Contractor shall be responsible for the condition and safety of equipment and materials at the job site and for any equipment broken during testing. •4. PERFORMANCE PERIOD : All Contractor work shall be accomplished by August 17, 2009, including any time for shipping and handling of equipment. •5. DRAWINGS : Engineering drawings/schematics of the location of the existing audiovisual will be available at time of award. •6. WORKING HOURS : The normal hours of work at USUHS are from 0730 to 1630 hours, Monday through Friday, excluding holidays. Access to work sites may be restricted to these hours and days. All other hours shall be considered non-regular time and must be requested in writing to the Contracting Officer 72 hours in advance. Work that requires inspection during accomplishment or that prevents inspection of previous work after accomplishment during normal hours must be coordinated in advance with the Contracting Officer. •7. NOTIFICATION RESPONSIBILITIES : The Contractor shall notify the Contracting Officer Representative (COR), via phone or E-mail, a minimum of 24 hours in advance of: (1) initially starting work or starting work after a multi-workday pause, (2) ceasing work for a multi-workday pause, and (3) deliveries of major materials or equipment. •8. SUBMITTAL Three (3) copies of the proposed material submittals are required with the contractor's offer. The Contractor shall certify on all submittals that the material being proposed conforms to contract requirements. In the event of any variance, the Contractor shall state specifically which portions vary, and request approval of a substitute. Incomplete submittals and submittals with inadequate data will be rejected. When required, catalog data shall be printed pages on permanent copies of manufacturer's catalogs. Evaluation Procedures: The Government will award to the responsible offeror whose offer conforms to the combined synopsis/solicitation, is most advantageous to the government, based on the price and the technical factors listed below. Technical Corporate Experience : Describe your experiences in integrating audiovisual equipment. Address systems interoperability- solutions to seamlessly integration and system controllability - solution must provide integrated controlling device for all associated display, recording, and projection device. Price Past Performance Please provide five references to be contacted by USU personnel. Include Company Name, Point of Contact, phone number, e-mail optional, contract value, and period of performance. To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Item, with the offer. The following FAR provisions and clauses that apply are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-6 Data University Numbering System (DUNS) 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representation and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues The clauses cited within are applicable 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36 Payment by Third Party 52.222-41 Service Contract Act of 1965 52.222-22 Previous Contracts and Compliance Reports 52.225-13 Restrictions on Certain Foreign Purchases 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provision Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.204-7004 Alt A Central Contractor Registration 252.232-7010 Levies on Contract Payments 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The clauses cited within are applicable 52.203-3 Gratuities 252.243-7002 Requests for Equitable Adjustment 252.243-7001 Pricing of Contract Modifications All FAR and DFARS provisions and clauses can be viewed and accessed electronically at www.gsa.gov/far and www.arnet.gov. Direct any questions or inquiries in writing to Christina Johnson, Contract Specialist, at Directorate of Contracting, RM A1040C, USUHS, 4301 Jones Bridge Road Bethesda, MD 20814-4799 or via e-mail: cjohnson@usuhs.mil by July 7, 2009 at 3:30 pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/MDL90593/listing.html)
 
Place of Performance
Address: 4301 JONES BRIDGE ROAD, BETHESDA, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN01858196-W 20090628/090627000304-b62c0095c0c673696fb24d654a7d749c (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.