Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

N -- Polcom Camera Installation - Standards - Past Performance Form

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
FSA09458
 
Archive Date
10/8/2009
 
Point of Contact
Ellen Mason, Phone: 202-377-3063, Christina Douglas,
 
E-Mail Address
ellen.mason@ed.gov, Christina.Douglas@ed.gov
(ellen.mason@ed.gov, Christina.Douglas@ed.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Form RTF Documents - Layout for each regional Offices. Combined Synopsis/Solicitation – Small Business Set-aside This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, and FAR Part 13. Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a paper solicitation will not be issued. The solicitation will be distributed solely through the Government-Wide Point of Entry, www.fedbizopps.gov. Requests for Quotation number FSA-09-Q-0458 shall be referenced on any quotation. This solicitation is being issued under the Simplified Acquisition Procedures (SAP) as a Small Business Set-Aside. The NAICS Code is code is 334310 with a small business size standard of up to 750 employees. Future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in ONE Fixed Price Purchase Order, and sepearate Time and Materials for Travel in accordance with the Joint Federal Travel Regulations. The following Federal Acquisition Regulation provisions and clauses apply to this procurement: 52.212-1, Instructions to Offeror – Commercial Items (Sept 2006), 52.212-3, Offeror Representations and Certification-Commercial Item (Nov 2008) – all offerors shall include a completed copy of this provision with their quote, 52.212-4, The following FAR Clauses in paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-27, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at hhtp://www.acquet.gov/far. CCR Requirement – Company must be registered on Central contractor Registration, (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at hht;://www.ccr.gov The Government will award a Purchase Order resulting from this Request for Quotes to the responsible offeror whose offer conforming to the solicitation will be most advantages to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance Input: For two (2) references, either government or non-government contracts performed, over the past 3 years, that involved relevant Audio Visual Camera Installation type of work. If relevant past performance references are limited or non-existent, provided whatever references are available for work of this nature performed by the offeror, along with clarifying commentary as to why this condition exists. (2) Price Reasonableness. Both Past Performance and Price are equally important. Evaluation Process a. The Government will award a single contract, resulting from this RFQ and the related evaluation process is determined most advantageous to the Government, price, and other non-price factors considered. b. Proposals will be evaluated against the following factors: a. Past Performance (Relevant Experience and Customer Satisfaction), b. Pricing (reasonableness of the labor rates). The due date for proposals is Wednesday, September 23, 2009, 4:00 PM Eastern Standard Time. Proposals shall be submitted electronically to Ellen.Mason@ed.gov and Christina.Douglas@ed.gov. US Department of Education/ Federal Student Aid. Polycom Video Conferencing System Installation The Dept of Education has a need to have our customer purchased Polycom cameras installed at 7 of our Regional locations to include: Boston, New York, Philadelphia, Atlanta, Dallas, Denver and Seattle. Specifications for Installation of Polycom Camera: To install seven (7) DOE Polycom HDX 8000 Video Systems with additional Eagle Eye Cameras in select Regional Offices (listed in Addendum #1.) The tasks associated with installation are as follows: •design and construction of the Video Conferencing system. •install Video Cameras to specifications at listed Department of Education sites. •training of Department of Education staff •acceptance testing •to provide documentation on AV installation, manuals, and maintenance. The Department of Education (ED) expects the offeror to meet the following schedule and milestones: Milestones/ Deadline •Kick-off meeting •Design Review •Installation of equipment in all 7 Regional Offices - 30 days from ldate of award. •Acceptance and Training- 2 days for acceptance; 3 days for training •The Offeror shall update this project plan to provide specific dates of completion at the kick-off meeting. •Changes in milestones must be approved by the Departmnet of Education's Contracting Officer and offeror's Project Manager in Writing. Reviews, Reports and Meetings Meetings as a rule will take place at the Government's site site or via audio conference. Kick-off meeting: Clarification of open points and interfaces. Agreement on project planning with milestones and action lists. (Must occur within or no later than 7 days prior to the start of installation.) Installation on locations: Installing the AV equipment on site, training of Department of Education (ED) staff. Acceptance: Acceptance protocols will be defined later in this document. Reporting, problems: The contractor should provide daily updates on the project progress and status. Major problems which impede the punctual delivery or technical performance of the project must be reported within 24 hours of identification, to the project manager. Description and Specifications: The Polycom Video Conferencing system must be installed in accordance with current and customary industry standards of technology. In addition, the new equipment must be compatible with the existing audio and network equipment. Owner Furnished Projector The main display within each room has either front or rear projection video systems made up of an owner furnished video projector that is exposed and suspended from the ceiling. Connecting External Computer and Video Sources There will be two owner furnished data connection points in the room. Offeror must assure that data presentation can be initiated and viewed via VTC utilizing these data connection points. Polycom HDX 8000 Rack Mount Codec Government owned furnished Polycom HDX 8000 HD Video Conferencing System will be used for communicating to remote sites via IP standard protocols. This codec will contain two owner furnished Eagle Eye HD Cameras. The first camera will be wall mounted next to the projection screen. The second camera will be ceiling mounted in a position to capture the presenter at the lectern. (The position of the second camera will be determined at each location.) Each camera will need a software option for manual control. Existing audio equipment: 2-Shure SCM 810 2-SABINE FEEDBACK 2-TOA 900 SERIES AUDIO Installation and training Offeror should also include the costs related to installation and training of ED staff at the specific Regional Training Facility site. Offeror must provide written documentation and content presentation for staff training on newly installed equipment. As part of the installation and training- materials, manuals and all relevant reference documentation must be provided. Content should include but not be limited to the actual equipment installed and its integration with existing equipment. VTC unit should be rack-mounted. Acceptance tests The following describes the requirements and specifications to be checked. Much of this should be done in collaboration with ED and offeror staff, and the results will be recorded in a report and test protocol. The contractor may propose alternative test methods, but such alternatives must address all the items listed below: •Audio and microphone amplification levels and sound quality •Sound and echo cancellation •High Definition (HD) quality video on the existing projection screens •Ensure system integration works with VTC unit, PC and microphones. Maintenance Agreement The contractor shall provide Maintenance Agreement on equipment for one year with two additional Optional Year. The layout of all the Regional Training Facilities with the exception of Philadelphia and Atlanta. Boston has a rear projection room with audio rack no VTC. NYC has a rear projection room with audio rack no VTC. Philly has NO rear projection room with audio rack no VTC. Atlanta has NO rear projection room with audio rack, it also has installed an old Vtel video system with touch panel. Denver has a rear projection room with audio rack no VTC. Dallas has a rear projection room with audio rack no VTC. Seattle has a rear projection room with audio rack no VTC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/FSA09458/listing.html)
 
Place of Performance
Address: See Attached list of locations, United States
 
Record
SN01963097-W 20090923/090921235350-00f4dfa14afa604636519ff966a99cbc (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.