Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

58 -- Community Bldg Audio Visual Presentation System

Notice Date
5/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - AZ MABO - Arizona Major Acquisition Buying Office 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q8430119018
 
Response Due
6/6/2011
 
Archive Date
5/15/2012
 
Point of Contact
Shad A. Stoddard Contract Specialist 9286387435 Shad_Stoddard@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This 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; proposals are being requested, and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. The solicitation number is Q8430119018, and the solicitation is issued as a request for quotation (RFQ). This solicitation is 100% Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code is 334310. The Size Standard is 750 employees. A firm, fixed price contract is anticipated as a result of this combined synopsis/solicitation. Statement of Work: Audio Visual Equipment and Installation BACKGROUND:Petrified Forest National Park is located in northeast Arizona, off exit 311 on Interstate 40, 22 miles east of Holbrook Arizona. The park's web site is www.nps.gov/pefo. The multi-purpose room, constructed in 1963, is a Richard Neutra designed rectangular room, approximately 31 ft 5 in wide, 57 ft 3 in long, with a clear ceiling height of 16 ft 11 in. The projection booth, accessed via a steep 11 feet 7 inch horizontal height. Stairway at the rear of the room has a 28 1/2 inch wide x 22 1/4 inch deep landing at the top. The booth is the full width of the room, approx. 31 ft, wide and 5 ft 8 inches deep, with a ceiling height of 10 ft 1 in. There are three projection ports 10 1/2 inches x 10 1/2 inches, 36 inches off the floor, and one viewing port 10 3/8 H inches x 22 3/8 W inches, 60 7/8 inches off the floor. There is an existing electrically operated ceiling retractable projection screen 48 ft 4 inches from the rear wall projector ports. The screen mechanism is above the finished ceiling, and descends through an opening 12 ft 4 in long x 143" or 11' 11" wide. The existing screen has deteriorated and is to be removed and replaced as part of this contract. The original design included a retractable curtain system to cover the glass doors behind the screen; a theatre grade curtain system is included in this requirement as listed below. AV contractor will coordinate with park to ensure that there is no interference between the screen and curtain systems. The original design included a pair of flush mounted loudspeaker grilles to the left and right of the screen. These grilles have been removed as part of the renovation. Replacement loudspeakers shall be included in this contract. PURPOSE:The purpose of this contract is to provide a complete and working audiovisual presentation system at Petrified Forest National Park Visitor Center Multi-Purpose Room SCOPE OF WORK:The contractor shall provide all labor, materials and services necessary to provide a complete and working audiovisual presentation system. General Requirements - Work under this contract includes the system design, purchase of all necessary equipment, installation of all necessary equipment, wiring and programming. There is no Government Furnished Property in this system (see conduit junction boxes below). The park will close the multi-purpose room during the installation. Access shall be between 8:00 a.m. and 5:00 p.m., 5 days a week, Monday Through Friday. Prior to ordering equipment and materials for the audiovisual system, the contractor shall provide one complete set of shop drawings. Drawings shall be transmitted electronically as pdf. files. Preceding final closeout, the contractor shall provide two copies of a manual for use in operation and simple troubleshooting of the audiovisual systems specified in the task order. Functions and Objectives - The primary objective of the system is to provide an AV playback system for park staff and public use to present lectures, trainings, public meetings including voice reinforcement, playback of programs from laptop computers, VHS, DVD and Blu-ray. The audio playback system shall include stereo speakers, wall mounted to the left and right of the screen, a booth monitor, and an RF transmitter/receivers system for other hearing impaired visitors. These systems shall be active for all audio sources. The video playback system shall consist of a video projector and retractable screen with tab tensioning. The system will be controlled via programmable, touch screens. Design of the control system shall be as simple as possible, so that staff and visitors can operate the system with minimal training. Install curtain system to get a theatre ambience affect able to work off programmable touch screens. Equipment: (New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty)Video and Audio Sources - all located in the equipment rack unless otherwise noted.Computer input locations (3) system shall include three computer input locations, each with VGA, DVI and stereo audio inputs. One location shall be in the booth located equipment rack, the two other locations in existing multi-purpose room floor boxes.Blu-ray Player (1) - consumer grade with RS-232 controlCombo DVD Player/ VHS Player (1) - - consumer grade, IR controlSpare HDMI input (1) - (in equipment rack, reserved for future source)Spare component video input (1) - ((in equipment rack, reserved for future source.)Microphone- (2) -Handheld RF wireless, hand-held cardioid transmitter/ receiver combinationMicrophone- (1) -Lavalier RF wireless, hand-held cardioid transmitter/ receiver combinationMicrophone- (1) -Headset RF wireless, hand-held cardioid transmitter/ receiver combination Display - Projector - commercial grade Single chip DLP technology, minimum 6,000 lumens, 1920 x 1200 resolution, liquid cooling, vertical optical lens shift, 2,000:1 contrast ratio, long throw zoom lens to fit both widescreen and 4:3 aspect ratios to screen, 3 year manufacturer's warranty. Panasonic PT-DZ6700 or equivalent. Use only lens shift not digital keystone correction for adjustment of the image alignment. Provide floor stand to place projector lens at port height. Provide the projector shipping box to the park. Screen - Tab-tensioned motorized retractable matte white screen with 1.0 gain, black backing, maximum width that will fit within existing ceiling screen opening. Screen control shall be both via wall mounted up-down-stop; and via control system touch panel. Audio and Video Signal Processing and Playback:Video control - via touch panel, provide for all video sources to connect to the projector via switcher/scaler with an output resolution matching the projector native resolution via its DVI input. Digital sources shall be connected without analog conversion. Provide for: input source selection, transport control of all players, projector control (aspect ratio, zoom, shift, focus, and resolution selection.) Audio control-provide ability to switch and control level of all audio sources, mix microphones with all sources, provide individual and overall level control, and provide for digital 1/3 octave or parametric equalization on left, and right channels, via programmable digital audio matrix. Audio Power Amplifier (1) - Professional stereo amplifier with a minimum of 200 W/CH, rack mount.Loudspeakers - (2) Commercial grade left and right speakers, minimum 2-way with 12" woofer, internal crossover, including fully articulated wall mounts, white.Booth Monitor- (1) 2-way powered loudspeaker with minimum 4" woofer, front level control, mounted in equipment rack.Assistive Listening Transmitter - (1) FM transmitter designed for hearing assistance operating on the 72.1 to 75.9 MHz range with ten user selectable wideband channels. Line level input, rack mount.Multi-Channel Receivers - (5) compatible with Transmitter, with Alkaline batteries.Assistive Listening Headphones - (10) dual transducer over the ear with open cell foam pads compatible with receiver.Assistive Listening neck loops-(5) for visitors with T-coil compatible hearing aids.Mounts, hardware, cables, connectors, switches and other components as needed for system integration. Curtain system requirements: Utilizing existing " wide curtain rail, install a 30' (foot) by 10' (foot) theatre grade retractable curtain-black in color to work in unison or independent to other curtain. Utilizing existing " wide curtain rail, install a 35' (foot) long, by 2' 10" theatre grade retractable curtain-black in color to work in unison or independent to other curtain. Replace all existing motor-powered components and install any control components to ensure a full operable curtain system able to be externally controlled. (Old system used and currently in place is a Daton hp, 230 volt motor) Control System and Programming: The control system shall consist of a programmable touch screen controller, peripherals and interfaces: Crestron or equivalent. There shall be two user interface locations; one 5.7" rack mount hard wired touchscreen located in the booth equipment rack at approx. 5 ft AFF, and one 5.7" portable RF wireless 2-way touch panel with AC docking station (docking station location TBD.) This system shall control all video and audio source selection, transport control, projector functions (aspect ratio, zoom, shift, focus, and resolution selection) and screen control. This system is not required to control the lighting. All proposed screens must be provided as jpegs for approval prior to integration into the system. All control codes shall be provided to the government as part of the deliverables. Conduit and Junction Boxes: NPS will supply all conduit and junction boxes required for installation of the AV system. Contractor shall review Government Furnished Construction Documents and photographs, and coordinate locations with park staff. Equipment Rack: Provide metal equipment rack and shelving as required to professionally mount all equipment. Mount all equipment with adequate spacing for ventilation. Provide steel slide out shelf for laptop (laptop) not part of this contract) adjacent to VGA, DVI and audio input. UPS and Power Conditioning: Provide one UPS with power conditioning for all rack mount AV equipment, and one UPS with power conditioning for the projector. Run time for each shall be a minimum of 3 minutes. The NPS will provide AC power to the AV equipment locations as required for the new system. Hardware, Cable, Connections, Mounts: Provide all hardware, cable and connectors and mounts to provide for a complete AV system. TIME FOR COMPLETION, REVIEW AND APPROVAL AND PAYMENT:Completion of all work is anticipated on or before November 4, 2011, (including review and approval) in accordance with the following schedule: DATE (NO LATER THAN)TARGET EVENTMay 27, 2011Pre-bid site visit to park July 1, 2011Deliver preliminary shop drawings for review by CORJuly 29, 2011Deliver final shop drawings for review by CORSeptember 12, 2011System is operational and inspected by the COR at contractor's facilityOctober 21, 2011System installed and available for use by Park and training of Park Staff November 4, 2011Close-out Documents (As-built diagrams and manuals) CONTRACTING OFFICER'S REPRESENTATIVE: For the purpose of this contract will be announced at time of award. GOVERNMENT FURNISHED PROPERTY:There is no government furnished property in this system except, (see note on conduit above) CLAUSES AND PROVISIONS: 52.212-1 ADDENDUM, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. SUBMISSION OF OFFERS: (1)a. Quotes are to be submitted to National Park Service, Attn: Shad Stoddard, 1824 S. Thompson St, Flagstaff, AZ 86001. Submissions may also be submitted via email to: Shad_Stoddard@nps.gov, or via Fax: (928) 637-7005, Attn: Shad Stoddard. Fax and E-mail submissions will be accepted, however it is highly recommended that electronic submissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." Incomplete submissions due to Fax or E-mail complications may not be considered. Proposals submitted through EC-IDEAS will not be accepted.Proposals Due by 4:00 pm Mountain Standard Time, Monday, June 6, 2011. b. The quotation shall state the agreement to hold the prices contained therin firm for 60 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. c. Offerors are strongly encouraged to arrange a site visit prior to the submission of a quote. Site visits can be arranged by contacting Shad Stoddard at the above email address. Proposals shall conform to the below format, and provide an all-inclusive, firm fixed price for all line items, as follows: Proposal Format:Date:_______________________________________________________________________Your Business Name:__________________________________________________________Address:____________________________________________________________________DUNS Number:_______________________________________________________________Solicitation Number:__________________________________________________________Contact Name:_______________________________________________________________Phone:_____________________________________________________________________E-mail:_____________________________________________________________________Fax:_______________________________________________________________________ QTYUnit PriceTotal PriceCLIN 0001 - Audio Visual Presentation System1$$ CLIN 0002 - Retractable Theatre Grade Curtains1$$ Total Quoted Price$ (2) Past Performance References: Submit at least 2 references; companies that you have conducted business with for delivery of products that are similar to those listed in this solicitation. Please email your list of references to Shad Stoddard at the above address. Provide the following information for each reference no later than April 8, 2011: (1) Delivery Period(2) Company Name and Address(3) Point of Contact Name and Title(4) Phone Number(5) E-Mail Address(6) Description of Product DeliveredThe references will be asked to provide information on your company's past performance with regard to timeliness of delivery, quality of products, and business relations. The contracting officer will contact the references provided to obtain this information. Any other past performance information available to the Contracting Officer will also be considered. 52.212-2 EVALUATION, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Price - Prices will be analyzied to verify they are fair and reasonable IAW FAR 13.106-3. Proposal evaluation and contract award will be made by total quoted amount. Multiple awards will not be considered, award will be made on an all or none basis. Past Performance - The evaluation of past performance will be an assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance, but an offeror's overall past performance history. The Government is seeking to determine whether the offeror has consistently demonstrated a genuine concern for customer satisfaction, and timely delivery of quality goods. This determination is a matter of judgment. To be considered acceptable the offeror must receive at least a satisfactory past performance rating. Past performance we be evaluated on the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to award without discussions. 52.212-4 ADDENDUM - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, The following paragraphs have been changed/added to FAR 52.212-4 Terms and Conditions - Commercial Items. 1.) Changes: ADMINISTRATIVE MODIFICATIONS: The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. 2.) Payment:Invoices shall be sent to Shad Stoddard at the above address. After a proper invoice is received, a Government representative will acknowledge acceptance and receipt of service. Upon Government acceptance payment will be made via EFT to the financial institution on file in CCR. Clause 52.204.07 Central Contractors Registration - Companies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Clause 52.212-3 Offeror Representations and Certifications, Offerors shall provide a filled-in copy of the provision 52.212-3, Offeror Representations and Cerifications - Commercial Items with their quote, or be electronically registered at http://orca.bpn.gov. Offerors that fail self-certify may be excluded from consideration. All FAR and DIAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil, or http://acquisition.gov/comp/far/index.html. Clause 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-19 Child labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act (WD 05-2023 (Rev.-13)); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-10 Waste Reduction Program; FAR 52.223-5 Pollution Prevention and Right-to-Know; FAR 52.223-18 Encourage Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-06 Restrictions on Subcontractor Sales to the Government; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.225-1 Buy American Act-Supplies; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8430119018/listing.html)
 
Place of Performance
Address: Petrifid Forest National Park, Arizona
Zip Code: 86028
 
Record
SN02448382-W 20110518/110516234205-3877506ad74c54e3bad97ca5c69fc1f3 (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.