Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

59 -- Purchase and installation of multimedia equipment for Conference Room, USAFSAM/DIMO

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ABG - 311 Air Base Group, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8900-10-R-0041
 
Archive Date
9/30/2010
 
Point of Contact
Mary N Farr, Phone: 210-536-6212, Veronica A. Romero, Phone: 2105364081
 
E-Mail Address
mary.farr@brooks.af.mil, Veronica.Romero@brooks.af.mil
(mary.farr@brooks.af.mil, Veronica.Romero@brooks.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS)For CONFERENCE ROOM EQUIPMENT CONTRACT USAFSAM/ETE 27 Aug 2010 1.0. INTRODUCTION: The Defense Institute for Medical Operations (DIMO) is a Defense Security Cooperation (DSCA) training institute hosted by the US Air Force. DIMO serves as a focal point for the Department of Defense (DoD) exportable and in residence military medical training providing synergy for the development, maintenance, and implementation of a variety of courses. The ultimate goal of the Institute is to provide training that builds the host nations' capacity to manage their national healthcare and disaster response needs. DIMO supports teams of Total Force subject matter experts to "train-the-trainers" and collectively supports the theater security cooperation plans for the regional combatant commanders and mission performance plans for the host nation. 2.0. DESCRIPTION OF SERVICES: Purchase and Installment of Conference Room Equipment: The conference room will be used as a briefing, curriculum review and instruction room. The room will have a dedicated PC, auxiliary laptop, and cable tuner (OFE). An architectural pop up connection box will be installed in the conference room table and will have the connection for the laptop, network and power directly at the table. Displays for the room will be a ceiling mounted projector with recessed electric screen, and a 65" HD Plasma display, wall mounted on the opposite end of the room. This 65" Display will also have a Smart Technologies Interactive Overlay for annotation over the display during certain presentations. This allows for the DIMO staff to bring up a presentation or other video sources to the display and annotate digitally over the display, then save any changes/docs directly to the network for emailing, printing, etc. The room will also be designed to allow the DIMO staff to send any source to either/or both displays. Program audio will be sent to the ceiling recessed speakers. Three wired table mics will be routed to the conference room table for audio conference calls. A room control system will allow the end-user to manage all sources and displays as well as volume levels directly from an intuitive wired touch panel. In addition, any audio conference calls will be made directly from the touch panel and will utilize the integrated speakers and microphones. All equipment will be housed in an equipment rack to be located in the corner of the room. Pathway to the table from the components will be accomplished with an AVTRac that will run above the floor (and is ADA approved). Display: A 50" Display with Speakers in the front lobby/entrance of Building 3550 will need to be installed. The display will be fed by a dedicated PC and will service as an announcements display or digital signage display for the unit. All testing and programming will be conducted to ensure the goals are met by DIMO. All equipment will be installed in accordance with the manufacturers' specifications, national and local regulation ordinances and codes, and will be in strict conformity with good engineering practices as established by the International Communications Industries Association (ICIA.) All equipment will be installed with provisions for the safety of the operator, with all controls accessible as specified under the Americans with Disabilities Act (ADA) guidelines. The contractor will conduct themselves in a professional, courteous manner, maintaining a clean-cut appearance and acceptable dress. The contractor staff is expected to check in and out with an assigned DIMO contact upon arrival and departure. The contractor will maintain a clean and safe work environment. All unused materials, containers, tools and equipment will be removed when possible. The contractor will take precautions to protect all floors, walls, windows and other surfaces from stains, marring or other damage. The contractor will notify DIMO of any disruptions beyond the contractor's control caused by interference with the building structure, electrical or existing equipment and advise DIMO of alternatives to alleviate the problem. The contractor will list all equipment to be installed as part of the proposal. All contractor workmanship will be neat and detailed during and upon completion of the system integration. The contractor will provide an initial training session to include hands-on operation and basic maintenance. 3.0. GENERAL INFORMATION: 3.1. Period of Performance. Complete all purchases by 30 Sep 10. All work will be performed during the normal business hours of Monday through Friday, between 8:00 a.m. and 5:00 p.m., except for recognized holidays. 3.2. Place of Performance. All work shall be accomplished at the Defense Institute for Medical Operations Office (DIMO) 2201 Pepperrell St., Bldg 3550, Lackland AFB, TX 78236-5344. PURPOSE: IT equip for DIMO Conference Room Wilford Hall, Lackland, AFB PURCHASED FOR: MAJ ADRIANA VARGAS, 4-4555 DELIVERY TO: WHMC, BLDG 3550 HEADER: FOR NON-PERSONAL ITEMS/SERVICES: Purchase of IT equipment for relocation of DIMO Conference Room to Willford Hall Medical Center, Lackland, AFB, TX, Bldg # 3550 ITEM 1. Visual Display: (a) Model # PAN-TH-50PH20U, 50" HD Plasma Display, 1 ea, (b) Model # PAN-TY-SP50P8WK, Speaker Kit for 50" Display, 1 ea, (c) Model # CHI-LTMU, Fusion Large Height Adjust Wall Mount for 50" Display, 1 ea, (d) Model # PAN-PT-FW300U, 3,500 Lumens, WXGA Resolution (1,280 x 800), ACF, H/V Lens Shift, Wired LAN (RJ-45) Operation, 1 ea, (e) Model # DAL-84328-L, Advantage® Electrol® - HDTV Format - 65" x 116" - 133" Diagonal, 1 ea, (f) Model # PAN-TH-65PF12UK, 65" 1080p Full HD Professional Plasma Display, 1 ea, (g) Model # SMA-PX465, SMART Board Interactive Display Frame for Select 65" Flat Panel Displays, 1 ea (h) Model # CRE-MPS-100 Multimedia Presentation System 100, 1 ea, (i) Model # CRE-QM-RX1-2G-B-T, QuickMedia® Receiver w/Audio, Black, 1 ea, (j) Model # EXT-60-510-01, Compact, Fixed Configuration, Tilt-Up HSA - Hideaway Surface Access Enclosures with Square Bezel, 1 ea (k) Model # EXT-42-122-24ª, AVTrac® Low Profile Floor-Mount Raceway System for A/V Connectivity w/ Rubber Strip, w/AC US, Prewired Conduit, 1 ea, (L) Model # EXT-70-782-01, Finished-Wall Trim Plate for AVTrac®, 1 ea, 2. Audio Sound system: (a) Model # BIA-NEXIA TC, 8 wide-band TrueSound TM AEC inputs, 2 mic/line inputs, 4 mic/lineoutputs, & telephone interface, 1 ea, (b) Model # CRO-180ª, 1 Input 80W Power Amplifier for Single-Zone Systems, 1 ea, (c) Model # JBL-Control 24CT, Background / Foreground Ceiling Loudspeaker, 6 ea, 3. Control System: (a) Model # CRE-TPS-6-B-T, Isys TM 5.7" Tilt Touchpanel, Matte Black, 1 ea, (b) Model # SMA-CAT5-XT, CAT5 to USB Extender, 1 ea, 4. Equipment Mounting: (a) Model # CHI-RPAxxx, RPA Series Custom Projector Mount 1 ea, (b) Model # CHI-XTMU, FUSION Universal Micro-Adjustable Tilt Wall Mount (55-75 Displays), 1 ea, (c) Model # MID-BRK12, 12RU Laminate Rack, 1 ea, (d) Model # MID-PD-915R, 15a Rack Mount Power Strip, 1 ea, 5. Cabling, Connectors & Hardware: DPI Hardware/Materials - All installation Misc. Mounting Hardware, Cabling, Connectors, & Misc. Materials 6. Services: (a) Labor- Installation& Testing of System, (b) Project Mgmt & Customer Field Coordination; (c) AV System Design & Engineering, (d) Control System Development & Programming 7. Service Plan: SVC Install-Gold-1Y - Gold Medallion On-Site Plan - Optional 8. Shipping
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/FA8900-10-R-0041/listing.html)
 
Place of Performance
Address: Lackland AFB, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02276302-W 20100912/100910235457-2a9570d429740522e8101e5c9a35f683 (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.