Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1999 PSA#2374

United States Air Force, Air Combat Command, 5 CONS, 211 Missile Ave, Minot AFB, ND, 58705-5027

70 -- 70 -- A/V EQUIPMENT SOL F32604-99-Q0457 DUE 071699 POC Steve Hawkins, Contract Administrator, Phone 701-723-3795, Fax 701-723-4173, Email steve.hawkins@minot.af.mil -- Michael Ventura, Contract Administrator, Phone 701-723-4180, Fax 701-723-4173, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F32604-99-Q04 57&LocID=1007. E-MAIL: Steve Hawkins, steve.hawkins@minot.af.mil. (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Request For Quotation, #F32604-99-Q0457. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. (iv) Notice: This solicitation is 100% set-aside for small business concerns. The Standard Industrial Classification is 3651_Audio _ Visual Equipment. The size standard is 750 (v) Items to be Procured: Roughrider Ready Room System Overview: Components of the Conference rooom audio/visual system to be provided and installed. It should have multi-source capabilities and provide for future system expansion. All the devices in the system shall be integrated into a single system. The system shall have an intuitive user interface that is customizable and allows for future changes and expansion (more audio/video inputs and outputs as well as integration of emerging technologies). The system shall have remote control system components to integrate all audio and video functions as well as control lighting, vertical blind opening/closing, and projector lift. The conference room system requires fully wireless touch panels to give the system operator freedom of movement. System Requirements:  Turnkey installation shall be completed no later than 25 Aug 99  The contractor shall provide the capabilities, equipment, installation, configuration, and schematic of said equipment, as well as training for two individuals and documentation for the use of the system.  Labeling of all equipment, patching, switcher functions, jacks and other user-selectable functions.  All wiring must be installed in existing conduits. No wiring will be exposed in visible view.  Integrationof existing audio visual equipment as listed below  Sony Multiscan Projector, Model VPH-1251Q  Two (2) Sony Multiscan Projectors, Model VPH-1272Q  Sharp VCR, Model VC-H973  Sony FM Stereo/FM-AM Receiver, Model STR-D565  Dell GX1p Computer System  The presentation platform should house the central computer system (1 Dell GX1p)  The system shall be controlled by a computer programmable universal remote control system with a Graphical user Interface  Junction for wired use of wireless remote control units shall be installed at junction box at presentation platform as indicated on exhibit 2.  The remote control system shall control all the major functions of the devices in the audio/visual information system. As a minimum, it must be able to perform the following:  Provide switching for secure room operation which is defined as disconnection of all audio recording and playback sources and equipment shile having a positive indication on wireless remote touch panel of secure mode.  Provide real-time video within touch panels, while in wired mode, of project images  Remote switching of inputs and outputs.  Powering on and off the projectors  Switching projectors into and out of standby, if applicable  Vertical blind opening and closing to preset points  Horizontal control of two (2) scrolling video projection screens  Transport functions for the VCR, Sharp, model VC-H973  Transport functions for the Amplifier/Tuner, Sony, model STR-D565  Transport functions for the Personal Computer, Dell, model GX1p (Windows NT operating system)  Transport functions for Sony Multiscan Projector, Model VPH-1251Q  Transport functions for two Sony Multiscan Projectors, Model VPH-1272Q  Definable room and equipment configurations (e.g., light settings, source selections, and volume control for a particular user or mode)  User real-time dimming of incandescent lights and on/off control for fluorescent lights  Control functions for audio mixing, audio switching and volume  Microphone control and volume  Wired and wireless control panels  Remote software configuration and support  Full documentation of programming for the user interface  System schematic showing all component connectivity and functions (not component internal schematics) Quality Assurance: Contractor shall:  Be a franchised dealer and service facility for all manufacturer_s products furnished  Be a member of any two of the following professional organizations:  Custom Electronic Design and Installation Association (CEDIA)  Imaging Science Foundation (ISF)  International Communications Industries Association, Inc (ICIA)  National Systems Contractors Association (NSCA) Exhibit 1. Equipment List QTY MFG MODEL DESCRIPTION Presentation Platform 1 Da-Lite Concord Presentation Platform 42_ Wide w/Light 1 Da-Lite Custom Height Adjustment 1 Shure MX412SE/C 12_ Cardioid Microphone Microflex 1 Altinex Archetectual Interface w/cables 1 Extron 60-263-01 RGB Switcher (2 In 1 Out) Automation 1 AMX AXT-CV10 Color LCD Touch Screen w/Video 1 AMX AXCENT 3 PRO Integrated AXCESS System 2 AMX AMX-VOL Volume Control Card 1 AMX UPC20 Interface/Contact Closure/Draping 1 AMX UPC20 Interface/Contact Closure/Light 1 Lutron GRX-AV Lighting Control Interface 1 AMX PCTouch PC Touch Software 1 EXTRON 60-274-02 High Resolution Computer to Video Scan Converter 2 AMX UPC20 Interface/Contact Closure/Screen 1 AMX AXB-PCCOM Axlink-to-PC Communications Port Interface 1 AMX AXF-MINI Mini-Card Frame 2 AMX PS4.2 Power Supply 4 AMX VSS2 Video Sensing Relay 2 AMX PCS2 Power Current Sensor 1 LUI PRGM Programming AMX Unit 1 Gyropoint 04246 Wireless Mouse 1 LUI Custom Wireless Keyboard (vi) There is no additional description for the preceding line item. (vii) Required delivery shall be 25 Aug 99. Place of delivery shall be 300 Minuteman Drive, pre-departure room; FOB Destination. (viii) Solicitation provision at FAR 52.212-1, Instructions to Offerors_Commercial Items (AUG 1998) is hereby incorporated by reference with no addenda to the provision. (ix) Evaluation will be based on price and price related factors. (x) Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications_Commercial Items (May 1999), with quote. An electronic version is available for download along with a quote sheet http://www.eps.gov. (xi) The clause at 52.21-2-4, Contract Terms and Conditions_Commercial Items (May 1999), applies to this acquisition with no addenda to this clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 1999), applies to this acquisition along with the following FAR clauses cited in the clause: (12) 52.222-26, Equal Opportunity (E.O. 11246). (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (xiii) These additional terms and conditions apply: (1) The clause at 252.204-7004, Required Central Contractor Registration (Mar 1998), applies to this acquisition. (2) The clause at 52.223-11, Ozone-Depleting Substances (Jun 1996), is hereby incorporated in this solicitation by reference. (3) The Clause at 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration(May 1999), is hereby incorporated in this solicitation by reference. (xiv) The Defense Priorities and Allocations System (DPAS) rating is: unrated. (xv) See note one. (xvi) Mail or fax complete quote package to 5 CONS/LGCS, ATTN A1C Steve Hawkins, 211 Missile Ave., Minot AFB, ND 58705-5027; fax #(701) 723-4173. No quotes will be accepted after Close of Business 16 JUL 99. (xvii) Contact A1C Steve Hawkins at (701) 723-4177 or via e-mail at steve.hawkins@minot.af.mil for information regarding this synopsis/solicitation. Please reference the solicitation #F32604-99-Q0457 in any request for information. Posted 06/22/99 (D-SN345793). (0173)

Loren Data Corp. http://www.ld.com (SYN# 0338 19990624\70-0003.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page