Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

67 -- CONTROL DOCK and other items - Statement of Work Fort Mccoy

Notice Date
4/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
HQ002830706609
 
Archive Date
5/10/2013
 
Point of Contact
Milagros C. Halstead, Phone: 9514132509, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
Milagros.Halstead@dma.mil, jessie.feliciano@dma.mil
(Milagros.Halstead@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Fort Mccoy COMBINED SYNOPSIS/SOLICITATION INSTALLATION/LABOR, CONTROL DOCK, MODULE, & EXTENDER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. a. Solicitation Number HQ002830736628, HQ002830736609, HQ002830736610 HQ002830736611, HQ002830736612, and HQ002830736614, are being issued as a Request for Quotation (RFQ) and incorporates the following with the word "quoter" substituted for "offeror". b. Provisions and clauses are those in effect through both Federal Acquisition Circular 2005-65, effective 29 Jan 2013 and DFARS Change Notice 20121231. c. This procurement is a 100% small business set-aside, associated with NAICS Code 334220, and small business size standard of 750 EMP. d. Description: CLIN 0001 STATEMENT Part Number: NO P/N Description: PERFORMANCE WORK; INSTALLATION LABOR TO INCLUDE 1 PROJECT MANAGER AND 2 LEAD TECHNICIANS BILLED HOURLY AND DAILY TRIP CHARGE FOR 2 VEHICLES FOR EQUIPMENT UPGRADE AND INSTALLATION IN BUILDINGS 905 AND 2113 AT FORT MCCOY; POC:___KAREN BIRKENESS, 608-388-4520____________; POP:______TBD___________________________________; PLEASE SEE ATTACHED DOCUMENTS FOR DETAILS. Note: THIS IS BRAND NAME or EQUAL REQUIREMENT. THE EQUIPMENT MUST MEET FORM, FIT AND FUNCTION REQUIREMENTS FOR TRAINING AIDS SERVICE OFFICE AT FORT MCCOY, WI. CLIN 0002 CONTROL DOCK Part Number: ICC-2P00 (qty 1 each) Description: IN-WALL; WIRED; CONTROL AND CHARGING; F/U/W: APPLE IPAD DEVICES; POE; PORTRAIT OR LANCSCAPE INSTALLATION; RJ-45 10/100 BASE-T CONNECTION; OVERALL DIMENSIONS: 11.90-IN H X 9.22-IN W X 2.45-IN D W/O OPTIONAL BEZEL. CLIN 0003 MODULE Part Number: VIM-30D4 (qty 1 each) Description: DIGITAL VIDEO INPUT; 4-EA HDMI PORTS; F/U/W: SSP CHASSIS. CLIN 0004 MODULE Part Number: VOM-30D4 (qty 1 each) Description: DIGITAL VIDEO OUTPUT; 4-EA HDMI PORTS; F/U/W: SSP CHASSIS. CLIN 0005 EXTENDER Part Number: HD-2CAT-1080P-130 (qty 6 each) Description: HDMI MEDIA; CAT 5E/6 TO HDMI 1.3; MAXIMUM DISTANCE: CAT 6(1080P)165-FT, CAT 5E(1080P) 130-FT; REQUIRES 2 ETHERNET CABLES; HDMI COMPLIANCE: HDMI 1.3C; VIDEO BANDWIDTH: SINGLE LINK 225-MHZ(6.75-GBPS); VIDEO SUPPORT: 480I/480P/720P/1080I/1080P(UP TO 36-BIT COLOR); POWER REQUIRED AT THE RECEIVING END ONLY; AUDIO SUPPORT: SURROUND SOUND(UP TO 7.1CH) OR STEREO DIGITAL AUDIO; HDMI CONNECTOR: TYPE A(19-PIN FEMALE); CAT 5E/6 CONNECTOR: RJ-45; HOUSING: METAL ENCLOSURE; C/W: 1SET HDMI-2CAT-1080P(TRANSMITTER & RECEIVER), 1EA POWER SUPPLY, 8EA RUBBER FEET, 4EA DRYWALL SCREWS; PWR RQMNTS: 120VAC 50/60HZ OR 5VDC, 4A. CLIN 0006 EXTENDER Part Number: B-500-EXT-330-RS- (qty 21 each) Description: SINGLE CAT5E/6 HDBASE-T; 330-FT; BI-DIRECTIONAL IR, RS 232, ETHERNET, POC; HDCP/HDMI 3D COMPLIANT; VIDEO BANDWIDTH: 10.2GBPS; IR SIGNAL CARRIER FREQ: 20-60KHZ; HDMI OVER UTP TRANSMISSION: 1080I/720P 24-BIT COLOR, FULL HD 1080P 24-BIT COLOR, FULL HD 1080P 36-BIT COLOR 330-FT; CONNECIONS: RJ45 HDBASE-T LINK, HDMI TYPE-A, 3.5MM IR IN/OUT/FLASHER, RS-232 PASS THROUGH, 10/100BASE-T RJ45; PWR RQMTS: 120VAC, 50/60HZ. e. Delivery and acceptance will be made at: W5CD28 W0XY TRAINING AIDS SVC OFC KAREN A. BIRKENESS W0XY TRAINING AIDS SVC OFC BLDG 2113 SOUTH J STREET FORT MCCOY WI 54656-5150 TEL: 608-388-4520 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (Feb 2012) applies to this acquisition. Para (k) requires current registration in CCR at http://www.ccr.gov. Note: The CCR website is no longer available. If you have an active record in CCR you have an active record in SAM. The website is www.sam.gov g. FAR Provision 52.212-2 (Evaluation - Commercial Items) (Jan 1999) with the following insertion in Para (a) "lowest priced technically acceptable with acceptable past performance." Technical evaluation will be determined in accordance with "Description" paragraph (d) above. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY 2011). Electronic ORCA is located at http://orca.bpn.gov. i. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (Feb 2012) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (Jan 2012) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (Jan 2012) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (Jun 2012) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (Jun 2012) DFARS 252.246-7000 (Material Inspection and Receiving Report) (Mar 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100-4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (Jun 2006) will be included. j. The DPAS rating is: A70 k. QUOTATIONS ARE DUE BY 2:00PM PACIFIC STANDARD TIME ON 25 APRIL 2013 TO BE CONSIDERED. Send quotation responses to milagros.halstead@dma.mil or via fax to (951) 413-2432. Assistance or questions about this announcement may be telephonically addressed at (951) 413-2509. PLEASE NOTE: Due to technical issues email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you're sending your quote via electronic means. FORT MCCOY, WISCONSIN STATEMENT OF WORK THE MULTIMEDIA / VISUAL INFORMATION CENTER, BLDG. 2113 AND THE VISUAL INFORMATION CONFERENCE CENTER, BLDG. 905 VISUAL INFORMATION SYSTEM INSTALLATION 1.0. Scope. Through the auspices of and with technical assistance of the Department of Defense Defense Media Agency's Television and Audio Support Activity (T-ASA), the Fort McCoy Visual Information Center, WI seeks to upgrade their visual information systems in two locations: two classrooms in the Multimedia / Visual Information Center and the Visual Information Conference Center. This upgrade will allow visual information equipment operators to control sources and destinations of the visual information system to be controlled via a docked / wired iPad2 compliant with the Security Technical Implementation Guides (STIGs) of the Defense Information Systems Agency (DISA). The Vendor / Installer of the visual information systems will be an authorized dealer and installer of Savant Systems. The Vendor shall be responsible for the installation, wiring, and configuration of the Savant Systems and all peripherals and associated equipment connected to the system. Furthermore the Vendor shall be responsible for the training of appropriate Fort McCoy personnel as directed by the Fort McCoy Visual Information Manager as well as any warranty, equipment, operation, and training documentation associated with the installed items. All material and workmanship performed on this contract shall conform to best digital signage broadcast practices, 2.0. Requirements. The Vendor shall furnish the necessary personnel, services, and material to accomplish the tasks described below. For the below requirements, the Vendor will employ no more than three personnel and T-ASA will assist with the installation by taking direction from the Vendor, running / routing cable, and performing as a quality control monitor to the Visual Information Manager. 2.1. Equipment Installation (wiring and configuration) The Vendor shall provide the Fort McCoy Visual Information Manager with drawings of all system components installed in Bldg. 2113 and Bldg. 905. These drawings will consist of audio, video, and control wiring blocks diagrams as well as rack layout drawings. Cable runs sheets and cable labeling must be done! The Vendor will ensure the Savant System and associated components are configured to operate with pre-existing equipment that the Fort McCoy Visual Information Manager has chose to keep and other new equipment that is being incorporated. The Vendor will setup the basic parameters and settings of the Savant System. 2.2. Peripheral and Associated Equipment and Power Outlets The Vendor will install iPad2's, wallplates, and cabling technology equipment making sure that WiFi functionality is disabled and cable is shielded and plenum rated as required. At no time will the iPad2's function via wireless technology, only wired technology. All display monitors and anything that is required to be mounted on a wall or permanent structure will be installed by the U.S. Navy SEEBEES. Furthermore all power outlets will be installed by the SEEBEES as well. The Vendor will supply the SEEBEES with the required power allocation, in terms of voltage and amperage that each piece of equipment specifies. 2.3. Training The Vendor shall demonstrate and train personnel on base with the ability to maintain, manage, operate, update, and reconfigure the Savant Control System Training will include iPad2 control and basic troubleshooting techniques. The contact information of a trained specialist that can be contacted for technical support will need to be included. 2.4. Control over Passwords, Keys, and Codes The Fort McCoy Visual Information Manager will need to have control over any passwords, keys, or any codes concerning the Savant Control System. The Vendor will not retain and does not reserve the right to hold on to any of the above listed items for the sole purpose of forcing the Fort McCoy Visual Information Manager to do business with them alone. 2.5. Define and Recommend Future System Enhancements The Vendor shall support the evolution of the Fort McCoy Multimedia / Visual Information Center. The Vendor shall: Review current system designs, audience feedback reports, failure analysis data and life cycle costs to establish areas of potentially required upgrades. Be available to investigate technology for furthering system integration and effectiveness. Develop plans for phased upgrade implementation based on technology availability, prototype demonstrations, manufacturer lead-time, and scheduling requirements. 3.0. Documentation. The Vendor shall produce both hard copy and electronic technical products documenting the results of the Vendor's technical efforts (such as reports or reviews, technical assessments, programming documentation, charts, manuals, matrices, sketches, and schedules) in formats, numbers of copies and times specified. Vendor will provide technical system as-built drawings, flow charts, networks, work breakdown structures and other planning, scheduling, review/control methods, inspection and certification type documentation related to the subject area shall be included. 4.0. Policies and Procedures The above listed guidance may be updated or superseded as deemed necessary exclusively by the Fort McCoy Visual Information Manager. The updates and/or superseding issuances, directives and/or instructions shall be considered as part of this SOW. The Vendor will provide a 24-hour customer technical support. The Vendor may be required to work with (or subcontract to) other visual information equipment providers to enhance the overall mission requirements of the Fort McCoy Multimedia / Visual Information Center.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05fd4ef27d89bcf0ff12e79e14418bf7)
 
Place of Performance
Address: W5CD28 W0XY TRAINING AIDS SVC OFC, KAREN A. BIRKENESS, W0XY TRAINING AIDS SVC OFC, BLDG 2113 SOUTH J STREET, FORT MCCOY WI 54656-5150, TEL: 608-388-4520, FORT MCCOY, Wisconsin, 54656-5150, United States
Zip Code: 54656-5150
 
Record
SN03034746-W 20130413/130411235544-05fd4ef27d89bcf0ff12e79e14418bf7 (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.