Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

69 -- Classroom Multi-media Presentation System - Sample Cabinet

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-FEI-CMMPS
 
Archive Date
9/3/2010
 
Point of Contact
Bonnie E Boston, Phone: (434) 980-6277, James P. Davey, Phone: 434-980-6363
 
E-Mail Address
Bonnie.Boston@opm.gov, james.davey@opm.gov
(Bonnie.Boston@opm.gov, james.davey@opm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sample Cabinet U.S. Office of Personnel Management Federal Executive Institute STATEMENT OF WORK Classroom Multi-media Presentation Systems Installation and Maintenance Note: This procurement is set-aside for competition among very small business concerns only. The North American Industrial Code for this acquisition is 541990 with a size threshold of 100 or fewer employees for determining if a company is considered a small business for purposes of this acquisition. 1. Background The Federal Executive Institute, (FEI), provides executive education for senior career officials in the Executive Branch of the federal government. FEI programs use a wide variety of adult learning approaches that require a full complement of electronic audio visual and computer support equipment in their classrooms. II. Purpose The purpose of this procurement is to obtain four integrated multi-media equipment systems to be installed in classrooms on the Federal Executive Institute campus located at 1301 Emmet Street N, Charlottesville, VA 22903. The classrooms systems will be installed in an area of the main building to be renovated. Demolition/construction is scheduled to begin in August 2010. Actual timelines for this project are subject to possible delays. Installation of the classroom multi-media systems will follow immediately thereafter. The system components will be capable of displaying a variety of audio, video and computer graphic images. Four separate classroom installations are required. III. General System Requirements and Conditions The FEI requires multi-media hardware systems installed in four classrooms. Room dimensions are approximately 19X19 with eight foot ceilings.The classroom ceilings will be primarily acoustical tile with space above the finished ceiling to run cabling. Ceiling cavities are not used as air return. Plenum rated cable is still required. Electrical power outlets will be installed near the equipment cabinets and in the ceiling near each projector location. The ceiling power outlets may require relocating or remounting which is the responsibility of the offeror. The specified ceiling mounted speakers are designed to drop into a 2X2 ceiling tile opening. Installation may require fitting them in 2X4 ceiling spaces by cutting 4X4 ceiling tiles in half and installing short ceiling grid cross bars. Materials and labor for installing speakers and ceiling grid work associated with installation are the responsibility of the offeror. The successful offeror will not be required to provide computers, LAN cabling or electrical power wiring for these systems other than the possible relocation of ceiling projector outlets. Each room must be provisioned with the equipment listed below. Projection screen will be centered on the long dimension of the room. Equipment required in each room Audio/Video/RGB/VGA switcher-scaler to select providing input to an LCD projector. LCD projector mounted in ceiling. Audio Mixer and Amplifier with ceiling mounted high fidelity speakers for sound re-enforcement. Audio system must allow playback from a CD, mp3 or other available source while simultaneously displaying computer graphics. DVD player CD player Computer interfaces Pull down 16X9 projection screen 92” diagonal, matte white. Audio input for user furnished Ipod/mp3 player Panel mounted external input connectors for auxiliary composite video, audio and computer audio and VGA signals Equipment enclosure. An example of an equipped cabinet is provided in an attachment to this solicitation. System hardware installed in classrooms must be housed in a solid wood, hardwood veneer, or laminate cabinet on wheels or casters to allow the cabinets to be moved for maintenance and possible future relocation. Enclosure must have a back door or removable back panel to facilitate maintenance. Shelf space for a permanently installed, FEI furnished desktop computer, 15" monitor, keyboard and mouse shall be provided in the cabinet. The cabinet must also provide a panel with connectors for an auxiliary computer VGA video and computer audio, mp3/ipod audio and auxiliary video with audio inputs. All additional equipment, cables, connectors, components, hardware and other parts not listed in the representative equipment that are necessary to install a complete a turn key system must be provided by the offeror. Exposed cabling, conduit or surface mount wire mold is not allowable for routing of cable except short runs pre-approved by the FEI technical representative. The successful offeror may be required to perform installation concurrent with finish work being performed by the construction contractor. Sheet rock and painting should be completed when this contract is awarded. An FEI representative will be available to provide access to the rooms on weekends and evenings in addition to regular business hours if needed. Please provide a technical proposal consistent with the following criteria, a minimum of three performance references, a statement listing the number, experience and credentials of technical staff and separate cost quotes consisting of a breakdown of the cost of materials, labor/installation costs, and total costs. Technical ability to perform the installation will be evaluated based on: conformance to specifications, past performance and experience in installing multi-media systems, depth of technical staff experience and their proximity to the FEI campus. Prices will be evaluated based on total price proposed. The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and price. The award may be made without discussion. IV. Minimum Requirements and Specifications Offeror must provide: Line item pricing of all equipment. Identification and GSA schedule pricing where applicable. One-year parts and labor warranty by offeror for systems and all components. On-site service of reported failure within 48 hours. Loaner equipment provided if necessary at no additional charge during warranty period. One hour phone support response to technical support inquires during business hours. Offeror must be an authorized servicing dealer of the major components of the proposed system. Complete wiring diagrams & labeling of all cables, connectors and panels. Representative drawings for all cabinetry including elevation drawings showing equipment locations. Operational instruction manuals shall be provided for each classroom. An easily accessed VGA type input connector with a 1/8” computer audio input, one BNC composite video input with RCA audio inputs and one 1/8 inch auxiliary audio line input connector must be provided in equipment cabinets. An easily accessed connection for an ipod/mp3 player must be provided in equipment cabinets. Wiring harnesses must allow for removal of individual components without moving the cabinet. V. Primary System Component Minimum Specifications. Projectors 1. Permanently mounted in ceiling. 2. Minimum brightness of 3000 ANSI lumens 3. Resolution capable of displaying native WXGA, 1280X800 16X10 WXGA, SVGA and VGA display capable by signal compression. 4. Auto adjusting inputs for optimized synchronous display without external adjustment and auto sizing of composite video, XGA, VGA and SVGA images. 5. 2000 hour rated lamp accessible from side or top. Lamp and filters must be removeable without dismounting the projector. 6. RS232, RS422 or other built in external remote control capability. Video Components 1. System Switcher/Scalers capable of controlling projector functions, routing video, and RGB signals to projector and sound system. 2. DVD Video Players controllable by manufacturer supplied wireless remote control. 3. Video Scaler. Audio Components 1. Amplifiers must have 70v transformer output, 300W minimum 2. Mixers must have balanced inputs and outputs, Mike/Line inputs, and phantom power. 3. Speakers must be mounted in 2X4 or 2X2 drop ceiling. Cabinets 1.Cabinets must be made of high quality furniture grade plywood veneer and/or solid wood composition. 2.Shelf space must be available in offeror supplied cabinets for an FEI provided desktop computer, 15”monitor, mouse and keyboard on an offeror provided slide out shelf. 3.Cabinets must have latching front doors. VI. Pre-Proposal Site Visit and questions. Site visits can be scheduled by appointment only. Offerors shall have the opportunity to inspect the rooms and perform site surveys. Technical questions, site surveys and inspections may be scheduled by contacting Jim Davey, 434-980-6363, james.davey@opm.gov. All other questions regarding the solicitation must be directed to Bonnie.boston@opm.gov 434-980-6200. Written questions must be received no later than 08/19/2010. Answers to significant questions will be published as an amendment to the solicitation. VII.Provisions and Clauses This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-43 effective 02 August 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR,, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, IAW FAR 52.204, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. VIII. Proposal Submition Evaluation and Award. Proposals submitted under this Statement of Work will be evaluated, and an offeror selected, based on both technical and cost considerations. Award will be made in anticipation of the project before demolition and construction begin. Please provide cost proposal information separately from the technical proposal. Cost evaluation will be performed independently of the technical evaluation. Please provide a technical proposal consistent with the criteria shown below, three performance references, list the number and experience of the technical staff under you directly employ in the defined service area, and cost quotes consisting of a breakdown of the cost of materials, labor/installation costs, and total costs. Proposals will be evaluated based on the following factors listed in descending order. 1) Experience, past performance and depth of technical support staff. 2) Total cost of installation 3) Technical merit of the proposal in conformance to specifications Without exception the offeror must be a licensed servicing dealer/system integrator with a technical staff based within 75 miles of the Federal Executive Institute. Partner and sub-contractor agreements do not meet the technical support requirements. The offeror must be registered in the Central Contractor Registration database. No exceptions will be considered for this requirement. Proposals that do not meet this requirement will be rejected. The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and price. The award may be made without discussion. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Inquiries concerning this Statement of Work are to be directed to Jim Davey, FEI 1301, Emmet Street, Charlottesville, VA 22903. james.davey@opm.gov Proposals must be submitted to bonnie.boston@opm.gov. Proposals must be received electronically or delivered no later than 4PM EDT, August 19, 2010. Award will be made on or about August 23, 2010. Primary Component Equipment List Additional components, mounting hardware, connectors, cables, wiring, and accessory items and accessory items may be required to complete the system installations. QTY. ITEM MAKE/MODEL (or approved equal) 4) LCD Projector Sharp PG-D3050W 4) 16X10 92” pull down projection screen STEWART or offeror specified 4) Media Link Switcher EXTRON MLS409 4) MediaLink Controller EXTRON 226IP No substitution allowed for this unit 4 DVD Player Offeror specified 16) Ceiling mount speakers KSI 6061-CS with T-70 transformers 4) Audio Mixer Shure SCM262 4) Power Amplifier Ashly TRA-2150 150w/channel 70 volt 4) CD Player Offeror specified 4) Surge Eliminators SurgeX SX2120 4) VGA interface Extron 109xi
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-FEI-CMMPS/listing.html)
 
Place of Performance
Address: 1301 Emmet Street, Charlottesville, Virginia, 22903, United States
Zip Code: 22903
 
Record
SN02230259-W 20100807/100805235437-5daf0ff18a26d62e7bc06c3b83fbaa28 (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.