Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
MODIFICATION

99 -- Audio Video (AV) Rework and Upgrade

Notice Date
7/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0221
 
Archive Date
8/4/2012
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to provide clarification and answers to questions provided to the government during the site visit. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0221. A firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012. North American Industrial Classification Code (NAICS) 334310 with a standard business size of 750 employees applies to this procurement. This procurement is 100% Small Business Set-Aside. The DPAS rating for this procurement is DO-C9. SECTION B CLIN 0001, Description: Audio Video (AV) Rework and Upgrade. See SOW, Qty: 1, Unit of Issue: Lump Sum; Delivery: TBD Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination. Inspection is at Destination Acceptance is at Destination STATEMENT OF WORK (SOW) 1.0 Scope of Work: The government has a requirement to procure commercial commodities and services to rework and upgrade a Video Telecommunication Conference (VTC) room. 1.1 The contractor shall remove all existing AV equipment from the government's lectern and credenza with the exception of PC(s), Blu Ray Player and touch panel. 1.2 The contractor shall remove the projector, projector mount and screen and relocate it to a new separate location. 1.3 The contractor shall remove the existing displays and mounts and replace them with new units. 1.4 The contractor shall remove and replace all AV cables to specified equipment racks and new podium location. 1.5 The contractor shall relocate all AV switching, audio amplification, control processing, microphone, and audio DSP components to the contractor procured/provided Mid-Atlantic AV equipment rack on lockable casters. 1.6 The contractor shall install a government provided amino vbrick set top box in the AV rack. 1.7 The contractor shall install a government provided amino vbrick set top box on the component shelf under the 65" monitor and on top of the Blu Ray DVD player. 1.8 The contractor shall install a government provided speaker system. 1.9 The contractor shall install a multi-format blu-ray DVD player in the Chief component shelf and one in the podium. 1.10 The contractor shall provide a custom touch panel programming controls as per government requirements with a layout design (to be specified by the government). 2.0 Contractor Provided Equipment - The contractor shall install all equipment listed in this SOW and shall be responsible for completely reengineer the existing AV system in the conference room to GOVT specifications and requirements. 2.1 The contractor shall provide and install the following equipment, the equipment is required to be compatible with the existing VTC equipment located both in the room and on the compound. All items shall be new in the manufacturer's retail box/packaging. This combined synopsis/ solicitation is brand name or equal to (if quoting equal to please include specifications with you quotation). 2.1.1 Qty: 2, Description: NEC or Panasonic 50" HD Definition professional grade displays, Color: Black. 2.1.2 Qty: 2, Description: Large Flat Panel HD Ceiling mounts with ceiling plate with adjustable column. 2.1.3 Qty: 1, Description: NEC or Panasonic 55" HD Definition professional grade display. 2.1.4 Qty: 1, Description: Large flat panel tilting wall mount. 2.1.5 Qty: 1, Description: OPPO- Digital Universal or equivalent professional grade multi-format blu-ray disk player. 2.1.6 Qty: 2, 6 inch 2-way professional grade weather resistant surface mount loud speakers (exterior building mount will be exposed to the elements). 2.1.7 Qty: 1, Mid Atlantic equipment rack (full-height) with locking smoke glass front, vented rear access panel and locking HD casters. 2.1.8 Qty: 2, Extron Wall Plate with computer, audio, power and RJ-45 jack. 2.1.9 Qty: 1, Chief FCS-100 Component single shelf for tilting wall mount. 2.1.10 Qty: 1, Crestron Wall mounted touch pad. 2.1.11 Qty: 1, Crestron touch panel integration kit. 2.2 The contractor shall be responsible for providing and installing all of the cables, wires, wire management, cable racks, and conduits necessary to properly install and ensure the functionality of both the government furnished and contractor furnished equipment. 3.0 Government Provided Equipment - The contractor shall install all equipment listed in this SOW and shall be responsible for completely reengineer the existing AV system in the conference room to GOT specifications and requirements. 3.1 The government will provide the following equipment that shall be reused as part of the installation. 3.1.1 Qty: 1, Lectern. 3.1.2 Qty: 1, Extron 60-337-21 Crosspoint Ultra 84 HVA Matrix Switcher. 3.1.3 Qty: 2, Amino Set top boxes. 3.1.4 Qty: 1, Crestron CNMSX-PRO Control Processor. 3.1.5 Qty: 1, Ceiling mounted 70v speaker system. 3.1.6 Qty: 1, Crown audio amplifiers. 3.1.7 Qty: 1, Secure channel microphone and receiver. 3.1.8 Qty: 1, OPPO Multi-format DVD Player. 3.1.9 Qty: 1, Digital Projection Projector. 3.2 All of the equipment, cables, and components removed or not used will be turned over to the government (VTC manager). 4.0 Additional Specifications: 4.1.1 The contractor shall be responsible for identifying any additional equipment requirements, measuring for cable lengths and room measurements prior to starting work. 4.1.2 The contractor shall be responsible for creating all required AV cabling to appropriate lengths in accordance with industry standards to maintain AV integrity and room appearance. 4.1.3 The contractor shall submit to the VTC manager for approval a series of screen prints demonstrating the layout of the touch screens and panels. 4.1.4 The Contractor will provide equipment specific factory manuals and complete CAD and/or Line Drawings for all contractor provided equipment. The Line drawings will show all new and previous installed equipment interconnections, all connections for the new system and all new equipment installed. 4.1.5 The contractor will ensure all input/output cables and connections are labeled at both ends. All cable runs will be installed using approved hangers, fire rated conduit and/or plenum rated cables where applicable, cable ends will be properly tied and terminated. 4.1.6 The Contractor Services will include all hardware, software, cables, programming and accessories required making this a professional turnkey installation. 4.1.7 The Contractor will replace all AV cables and remove all existing AV cables. 4.1.8 The contractor shall provide all programming source code on CD that will become the property of the government. 4.1.9 The contractor shall provide a 1 year parts and labor warranty on system and contractor provided components. 4.1.10 The contractor shall provide a 1 year on-site tech support for corrective action when an issue cannot be resolved on the phone or when the government has an urgent request due to the inoperability of the system. The contractor shall be required to respond on-site within 48 hours. The contractor shall provide immediate phone support. 4.1.11 The Contractor will provide user training (during system acceptance testing) and semi-annual system performance and maintenance check on all installed systems. The Contractor will meet all requirements set forth by the NSWDG AV/VTC Manager. Installation must pass user acceptance testing. 4.1.12 The Contractor will provide audio and video matrix output switching and control via the panels to all displays and room speaker. The contractor will provide matrix audio programming source selection from the touch panel; source audio will not automatically follow video selection. 4.1.13 No program Audio or Video will be routed directly to the touch panel 4.1.14 The Contractor shall document all critical maintenance information necessary to provide continuity to replacement personnel. At a minimum, this documentation shall include critical telephone numbers (including vendors, suppliers, contractors, and other helpful contacts), and copies of all service agreements and contracts, all source code and passwords. 4.1.15 The contractor shall be responsible for installing /configuring /programming /testing all of the items listed above an ensuring that they integrate and work properly with the existing equipment. 4.1.16 Technical Library. The Contractor shall maintain a technical library of all installed equipment to include manufacturer data sheets, schematics, user's guides, and operations manuals. Updates to the technical library holdings shall be posted as received. 4.1.17 The contractor shall be responsible for removing any and all trash at the end of each work day so as to allow for the use of the conference room, the conference room shall be left in an orderly fashion at the end of each day. 4.1.18 The contractor shall be required to complete the work in consecutive business days in order to limit disruption to the work center. 4.1.19 The contractor shall be a factory authorized dealer for all of the required items. The vendor shall certify that it is a manufacturer authorized channel partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/specialization requirements. Unless otherwise specified, vendor shall warrant that the products are new, in the original box. The vendor confirms to have sourced all manufacturer products submitted in this offer from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and policies at the time of purchase. Further all items must be able to be successfully registered with the manufacturer and fully supported by the manufacturer's original warranty and any supplemental support agreements thereof. Vendors must be an authorized manufacturer reseller. 4.1.20 Equipment / Software ownership: All installed equipment, software programs, un-compiled and compiled Source Codes, dongles, applications, programming and supporting documentation developed under this contract by the Contractor in support of identified needs and/or requirements of Government shall be the complete property of the US Government for which the Government shall receive unlimited data rights. 4.1.21 The contractor shall pull down and remove the two existing EV speakers. 4.1.22 The contractor shall remove and replace all of the AV cables, no existing cables shall be reutilized for this project. 4.1.23 The contractor shall remove the two existing monitors and mounts. 4.1.24 The contractor shall implement a PA system utilizing the two contractor provided outdoor speakers by programming the controls (touch panel) of the main space to control the outdoor speakers. 4.1.25 The contractor shall remove and replace the exisitng automatic side screen with a comparable opaque screen that is controlled by the touch panel of the main space. The screen shall be capable of being retracted and extended via the touch panel and shall block out the light from the window. 4.1.26 The contractor shall relocate the existing projector/mount and screen to the other side of the modular wall. CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan-12 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.204-7 Central Contractor Registration Feb-12 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Dec-10 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12 FAR 52.219-6 Notice Of Total Small Business Set-Aside Nov-11 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct-10 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification Sep-10 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-15 Progress Payments Not Included Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-1 Site Visit Apr-84 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I Apr-84 FAR 52.245-1 Government Property Apr-12 FAR 52.245-2 Government Property Installation Operation Services Aug-10 FAR 52.246-25 Limitation of Liability - Services Feb-97 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7002 Disclosure of Ownership or Control by a Foreign Government. Jun-10 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Item Identification and Valuation Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 ALT III Transportation of Supplies by Sea ALT III May-02 SOFARS 5652.204-9004 Foreign Persons (2006) Section K SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.204-8 Annual Representations and Certifications Mar-12 FAR 52.212-2 Evaluation -- Commercial Items Jan-99 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Apr-11 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Apr-12 FAR 52.212-5 (Dev) (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Mar-12 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May-89 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jan-12 SOFARS 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) SOFARS 5652.228-9000 Required Insurance (2003) Section G SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) 9/1/2010 LOCAL The Government will not sign any release forms, as Government liability is governed by the contract and applicable Federal law and regulation. LOCAL The vendor will be required to submit monthly reports detailing maintenance performed with each invoice. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance, delivery/installation time frame, and price. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. A site visit will be held for this requirement, interested parties are required to attend this one and only site visit. Measurements and descriptions are approximate, the vendor will be required to make a site visit to take and confirm all measurements and to ensure the proper fit of the equipment. This site visit is mandatory so as to ensure form/fit/and functionality of all equipment. A site survey will be conducted at 1636 Regulus Ave., Virginia Beach, VA 23461 on Monday July 9, 2012 at 9:00AM EST. Due to time constraints and limitations on the availability of the space, the site visit will only be held for contractors who arrive at the NSWDG SECURITY/SHIPPING & RECEIVING BUILDING at precisely at 9:00AM EST. There will not be another opportunity to view the site. Interested parties who are late will not have access to the site. All site visit information must be received by no later than Monday July 2, 2012 at 8:00 AM EST. Please send all information to Kenneth Brumfiel via email only at kenneth.brumfiel@vb.socom.mil, insert the solicitation number "H92244-12-T-0221" into the subject line of the email. Please call 757-893-2716 to confirm receipt of your visitor request information. Requests received after the specified time cannot be processed due to security reasons. Please note that visitors will first have to travel to the Oceana Pass and ID office in order to get their passes. Directions and procedures will be provided once the vendor has submitted the below information. Visitors must submit the following information 1) Full Name of each individual attending the site visit 2) The race of each person 3) Company name (including DUNS#, Cage Code) 4) Full social security number of each individual attending the site visit 5) Date of birth of each individual attending the site visit 6) Place of birth of each individual attending the site visit 7) Country of citizenship of each individual attending the site visit 8) Vehicle Information to include the make/model/year/color/state/license plate #/ of each vehicle. 9) Please note that in order to obtain a vehicle pass you will have to display the appropriate ID, registration, vehicle inspection slip (if applicable) etc... All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil after the site visit by July 11, 2012 at 9:00AM EST questions will be answered after the site visit. The offeror agrees to hold the prices in its quote firm for 180 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 20 July 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0221/listing.html)
 
Record
SN02803500-W 20120715/120714000349-702cfbd407b6c07e2411f236a3aa2c7e (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.