Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOLICITATION NOTICE

58 -- Service To Provide & Install Multimedia & VTC Systems - N00183-12-T-0155

Notice Date
2/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297, United States
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-12-T-0155
 
Archive Date
3/30/2012
 
Point of Contact
Carolyn A. Johnson, Phone: 757-953-5740, Danny W Davis, Phone: 757-953-2910
 
E-Mail Address
adline.johnson@med.navy.mil, danny.davis2@med.navy.mil
(adline.johnson@med.navy.mil, danny.davis2@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The attachment is a complete copy of RFQ #N00183-12-T-0155. A Mandatory Site Visit (Walk-Thru) of the Areas of Installation is scheduled for Friday, 09 March 2012 at 0830 (8:30 a.m.). Please Read & Adhere to the information in Section C of the RFQ. If there are any questions &/or to list your company's representative(s) for the Site Visit (Walk-Thru), please contact Carolyn Johnson via phone (757-953-5740) and email (adline.johnson@med.navy.mil). This solicitation is restricted (set-aside) to small businesses. Requirement to be awarded on a brand name or equal basis. Quotes should reflect pricing on all items for consideration. Technical evaluation of vendor's quote will consist of SOW (your intent to conform to what is asked of you in the PSOW), warranty, & price. Site Visit (Walk-Through) of areas of installation will be conducted on Friday, 09 March 2012 at 0830 (8:30 a.m.). **YOU MUST ATTEND THE SITE VISIT TO QUOTE ON THIS RFQ!** To schedule site visit (walk-through), please contact Carolyn Johnson, Contracting Division, Materiel Management Department, Naval Medical Center-Portsmouth, VA at adline.johnson@med.navy.mil. A base access sheet to attain a One Day vendor pass will be sent to you to fill out & return no later than 1200 (12:00 p.m. - noon) on Monday, 05 March 2012. Only contractors who respond timely with the above information will be granted base access & be allowed to participate in the Site Visit (Walk-Through). Also, if you are a contractor that has base access (Rapid Gate NCAC, Active, Dependent, or Retired Military), still contact Carolyn Johnson to let her know of your intent to attend. Please provide government & destination pricing. Also, state warranty information for each CLIN Number (Line Item). If freight charges apply, indicate if charges will be "per shipment" or "single one-time charge". Contractor shall supply a current published price list or GSA/VA Federal Supply Schedule contract for supplies &/or services being procured. Solicitation closes on Thursday, 15 March 2012. For further information, please contact Carolyn Johnson, Contracting Division, Materiel Management Department, Naval Medical Center, Building 250, 54 Lewis Minor Street, Portsmouth, VA 23708-2297, phone (757) 953-5740, fax (757) 953-5006. Bids should be received by fax, mail, or e-mail by the close of business (1700 Hours - 5:00 p.m.) on or before the closing date. E-mail address is adline.johnson@med.navy.mil. PERFORMANCE STATEMENT OF WORK (PSOW) FOR MULTI-MEDIA EQUIPMENT 1.1 SCOPE The Contractor is responsible to submit a package for upgrade of multimedia and VTC equipment in Staff Education and Training Classroom #4 (Rm 2.5-132/133), Classroom #7 (Rm 2.5-137), Communications Conference Room (Rm 2.5-131), Building #3 and the Admiral's Conference Room (Rm B307), Building #1 at Naval Medical Center, Portsmouth, Virginia. This package must include a design plan and equipment listing. This design shall include any changes/ recommendations required to interface with existing government provided equipment. All components installed must be fully operational prior to government testing/acceptance. Listings of requirements for this room are included in this performance statement of work. 1.2 ASSUMPTIONS The following assumptions are understood between NMCP Communications Office and the contractor in the preparation of the estimate contained in this PSOW: • The contractor is responsible to provide the Government with the necessary environmental requirements for equipment supplied as part of this PSOW. • Contractor is to provide all equipment, material handling equipment (i.e., pallet jacks); labor, communications, and anything else required to fulfill this contract in a turn key manner to include filling holes in walls, using fire stop if penetrating firewalls, and painting exterior walls. Paint samples and/or order information will be given to the contractor upon award. • Whenever possible, the contractor shall use any existing electrical outlets. If unavailable, contractor will include electrical in the quote. • The contractor shall have a service location on site within a 50 mile radius of NMCP to be able to respond on-site within 4 hours of an initial service call if needed. 1.2 RESPONSIBILITIES To successfully complete this project, close teamwork between the Government (Communications Office) and the contractor's team is essential. Government agrees to a timely assignment of personnel to positions designated as governmental in this PSOW and to acceptance of activities and responsibilities associated with them. a. Contractor's Project Manager The contractor will designate an onsite Project Manager and alternate in writing and include work history with the bidding documents. The contractor's project manager is responsible for: • Directing all project activities • Preparation of a project schedule • Scheduling and project controls • Preparing status reports • Other activities as specified in this PSOW b. Government Project Manager The Government will designate a project manager for this task. The Project Manager will have full authority to act on behalf of the Communications Office, with respect to: • Management of and schedule for the project. • Accepting project deliverables. • Arranging interviews, facility and base access and escorts, if required. • Working with the Communications to insure there is an efficient exchange of information and that important and timely decisions are made. • Provide signature of approval and acceptance. • Other activities as specified in this PSOW. • The Project Manager cannot authorize any additional obligations of funds. 1.3 PROJECT CONTROLS The project schedule will identify and describe the tasks and activities required to produce the deliverables specified herein. The contractor will provide an initial implementation plan for the project. The contractor will provide necessary detail to the schedule to further identify task requirements in support of the PSOW. The project schedule shall be reviewed and updated on a weekly basis. Any changes shall be documented in a status report. 1.4 TASKS AND DELIVERABLES This contract is to procure and/or install the following equipment: • Staff Education and Training Classroom #4 (2.5-132/133) • Cisco Edge 95MXP teleconferencing system with NPP, MS, 512kbps ISDN 2 mbps IP, PHDCam • Second standard definition camera for VTC use • ZCare Premier Service EXP 24X7X4 • AMX Control System • Panasonic projector, 1280x800 WXGA resolution, 3,500 lumens • SMART podium 518 interactive pen display • DVD/VHS Recorder • Gooseneck microphone for customer-provided lectern • Wireless microphone set (handheld and lapel style) • Wireless keyboard/mouse • Installation of 4 new ISDN lines • Install/relocate electrical as needed • Installation to include all equipment and services required to ensure installation is turn key • Staff Education and Training Classroom #7 (2.5-137) • Panasonic 50" HD Plasma • AMX Control System • Panasonic projector, 1280x800 WXGA resolution, 3,500 lumens • SMART podium 518 interactive pen display • DVD/VHS Recorder • Gooseneck microphone for customer-provided lectern • Wireless microphone set (handheld and lapel style) • Wireless keyboard/mouse • Install/relocate electrical as needed • Installation to include all equipment and services required to ensure installation is turn key • Communications Conference Room (2.5-131) • AKG wireless Lavaliere WMS450 presenter set • Delvcam 5.6" LCD active matrix monitor • Sony EVID100 Pan/Tilt/Zoom color video camera • Installation to include all equipment and services required to ensure installation is turn key • Admirals Communications Conference (B307) • AKG wireless Lavaliere WMS450 presenter set • Delvcam 5.6" LCD active matrix monitor • Sony EVID100 Pan/Tilt/Zoom color video camera • Installation to include all equipment and services required to ensure installation is turn key Support Equipment The contractor shall plan for and provide all required support for the proper operation of all multi-media equipment. This will include all cabling, connections, computer support and termination of cables/fiber into the required communications closets. Outlets will be installed behind the plasma screen utilizing a pass-through plate. A VGA Connection plate will be installed near the computer. Additionally, any electrical installations will be the responsibility of the contractor. Connectivity The contractor shall ensure compatibility between new equipment and existing equipment in use throughout the command. The contractor shall include all required fittings, cables, connectors, and power requirements in the project and shall reflect these requirements in their bid. Price Quotes The contractor shall quote the price as a turn- key installation. Manufacturer Requirements When noted, the contractor shall provide manufacturer specific equipment to meet NMCP standards and facilitate maintenance and troubleshooting of multiple systems. 1.5 DELIVERABLE This paragraph describes the content of and sets the schedule for delivery of various documents throughout the project. Listed documents shall be delivered to the designated Government Project Manager for approval during the performance of this project. • Project Schedule/Implementation Plan • Status report • Design drawings The contractor shall provide a project schedule/implementation plan immediately after award. The contractor shall provide the necessary labor and manpower to successfully follow the intended plan. 1.6 ACCEPTANCE • Satisfactory completion of all items in the Implementation Plan and acceptance by the Government Project Manager will designate satisfactory completion of the project. • The contractor will demonstrate to the government project manager that all components and features are fully functional and operational before the system is accepted. • The government will accept the room upon completion, no phasing. • All design drawings and source code shall become property of NMCP upon completion of the project. • There shall be no provision for additional charges 1.7 DEPENDENCIES a. Equipment - All on-site work for this project will be performed in the above mentioned areas. The Government Project Manager is responsible for coordinating all network-related procurement and scheduling of the room for this project. The contractor will ensure timely delivery of all equipment ordered through this contract. b. Facilities - The Communications Office is responsible for providing the contractor with facilities and system access. Comms will be responsible for handling any and all security-related issues pertained to this project, including providing escorted or unescorted access to the base/building where the team will be working. The contractor is responsible for removing all contractor generated trash and debris from the installation. Trash and debris is defined as boxes, packing, etc., from all new equipment purchased and installed under this PSOW. c. Project Personnel - Communications will provide a Project Manager as the primary point of contact for the contractor's personnel. They will work to coordinate issues as necessary to include:  Communications, issue resolution and general project decision making.  Designated Comms staff will support deployment and training phases. d. Character of Work and Workforce - The work must conform in all respects with the requirements of the contract. • A strictly first class operation will be insisted upon. No incompetence or carelessness, no drugs and/or use of alcohol will be tolerated. • The contractor's workforce shall be identifiable by picture identification badges which shall be worn and visible on the upper body at all times while on site and will be required to fill out a Criminal History Record Request supplied by the Communications Office for each employee. These must be submitted five business days prior to employees reporting on site. After five business days the Government will issue a temporary security badge and car sticker for the period of employment on site. The Navy reserves the right to approve employees working on site. Reasons for disapproval are: Any felony conviction within the last 10 years, any larceny misdemeanor in the last 10 years or any other reasons at the Governments sole discretion. • Care of Government Facilities and Property - The contractor shall be responsible for the care of the premises. The contractor shall not damage Government property or facilities during the performance of this contract. The contractor shall furnish padding and other protective materials as necessary to preclude damage to hallways, doors, door frames, elevators and building fixtures. The Government may reject any moving equipment at its sole discretion. • Cleaning Up - At the completion of work and before acceptance and final payment, the contractor shall remove all related rubbish and equipment including available cartons, packing materials, tools, etc. All Government property shall remain as it was prior to installation beginning. If damage occurs, the contractor is responsible to restore and/or replace in a suitable manner any property both public and private that has been damaged or removed in the performance of this contract. • NMCP and Clinic Command Regulations - All Contractor personnel must abide by the rules and regulations while in the above mentioned areas. These rules include no firearms, no smoking or tobacco chewing in any government building, no food or beverages except in authorized areas, minimal noise levels and allowing corridor access to non-move involved patient/personnel/carts. ***DUE TO THE NATURE OF THE WORK, ALL INTERESTED VENDORS MUST ATTEND A "WALK THROUGH" TO EXAMINE WORK CONDITIONS AND EXISTING EQUIPMENT. BIDS WILL NOT BE ACCEPTED FROM CONTRACTORS THAT DO NOT ATTEND THE WALK THROUGH.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00183/N00183-12-T-0155/listing.html)
 
Place of Performance
Address: Naval Medical Center, Materiel Management Department, Contracting Division, Building 250, 54 Lewis Minor Street, Portsmouth, VA 23708, Portsmouth, Virginia, 23708, United States
Zip Code: 23708
 
Record
SN02683343-W 20120229/120227234259-f3478efd0e796066ceab02de26554cf8 (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.