Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462

National Constitution Center; the Bourse, Suite 560, 111 S. Independence Mall E., Philadelphia, Pa. 19106

D -- AUDIO-VISUAL SOFTWARE SYSTEMS SERVICES DUE 112799 POC Owner's Representative: David Rupp 215.656.2787; Project Manager: Ros Remer 215. 923.0004 The National Constitution Center is seeking audio-visual software systems services to be integrated into the permanent exhibition for the National Constitution Center in Philadelphia, PA. The National Constitution Center will occupy the entirety of block 3 of Independence Mall, in the Independence National Historical Park. The site is bounded by Arch, Race, Fifth, and Sixth Streets. The program provides for approximately 140,000 gross square feet for the National Constitution Center including a state-of-the-art museum devoted to the US Constitution. The center will break ground in the summer of 2000 and is scheduled to be completed in September of 2002. The budget for the portion of work covered by this solicitation is between $1.4 M and $1.55M. Initial award will be made for pre-construction services, construction phase services will be awarded at a later date as an option upon successful negotiation of the construction contract within the project budget. SCOPE OF WORK Significant elements which are contained in the audio-visual package include, but are not limited to, 1. A Constitution Wall integrating twenty-two (22) interactive programs, with a respective ambient audio delivery for each. Twelve (12) of which involve the ability to "surf" through the text of the Constitution, using specific highlighted key words as a springboard to additional information explaining specific themes and issues. The remaining ten (10) programs center specifically on Bill of Rights issues and cases. 2. Themed exhibits containing approximately: (A.) Seven (7) interactive video murals- large scale projected displays each integrating three (3) separate interactive programs, which when viewed together, form one content driven, environmental "animated" mural. The imagery (content) is to reveal itself in a fluid and choreographed way. All audio would be delivered in an ambient way. (B.) Twenty-five (25) separate interactive programs, with ambient audio delivery systems. (C.) Thirty-nine (39) auxiliary display devices of varying sizes which are slaved to or are used to initiate an interactive program. (D.) Three (3) video blue-screen positions with related sales component (remote). 3. A Chronology of the Constitution integrating twelve (12) looped video components, with ambient audio delivery for each. 4. One (1) audio theater program involving contemporary custom recorded testimonies. 5. A Signing experience containing fifty (50) electronic signing stations, with possible printout capability. All fifty (50) stations may feed a single large-scale electronic video sculpture. 6. Eight (8) interactive Learning Stations, with an ambient audio delivery system for each. All interactive and passive display devices are flat panels. All programming will originate from a centralized digital database located within a conveniently positioned audio-visual control room. SERVICES REQUIRED: The Audio-Visual software firm as used in this solicitation must be capable of supplying the following services: 1. Coordinate and assist the exhibition design firm to ensure a comprehensive story line and coordinated design vocabulary. 2. Refinement and development of treatment based on storyboarding provided by the exhibition designer. 3. Refinement and development of graphic elements based on the design vocabulary as set forth by the exhibition designer. 4. Research and acquire archival and stock film footage. 5. Filming of original footage (if required). 6. Off-line edit to produce rough-cuts for review by the exhibition designer and Client. 7. Fine cut revisions for review by the exhibition designer and Client. 8. Selection and recording of narrator, based on discussions and review of audition tapes with the exhibition designer and Client. 9. Selection and recording of music (if required), based on discussions and review of audition tapes with the exhibition designer and Client. 10. On-line edit to produce a digital master. 11. Supply the programming, in the appropriate format and in a timely manner as set forth in the Project Master Planning/Design and Construction Schedule. 12. Provide comprehensive coordination with acoustical and audio-visual engineers. Review all hardware and control specifications to ensure that all programming being provided is compatible with the hardware systems being specified. 13. Work within a pre-determined not-to-exceed budget. 14. Provide assistance (if required) during the installation of the final programming. PROCUREMENT PROCESS This procurement is unrestricted, consideration for the contract will be nationwide. The selection will be through a two-phase source selection process to select the offer considered the best value. This best value source selection will be conducted in two phases. Phase I evaluations will be to assess whether an offeror possesses the expertise and capability required to successfully perform the requirements and will only address responses to specialized Experience/Past performance on similar projects and Capabilities of the Firm/Team. Phase II of the source selection process will be conducted with only those offers considered most highly rated following the Phase I evaluations. Phase I evaluation factors, plus price, technical and such other factors as identified in the Phase II solicitation will form the basis for final selection. The Phase I will be evaluated and selected based on the following criteria: Factor 1. (A.) Specialized experience and technical competence on projects of similar size and scope, including: flat panel (LCD, Plasma) display technology, large exhibition installations (3+) above 20,000 square feet in size, complex integrated digital networks, creating and planning digital databases, integration of live video feeds, ambient audio delivery systems, working with not-to-exceed budgets. (B.) Past Performance on projects of similar size and scope, including; project references, ability to adhere to schedule/budget, client satisfaction, and current claims. Factor 2. Capabilities of the Firm: At a minimum include: resumes of proposed key individuals, organization chart, bonding capabilities, project profiles, firm history. Factor 3. Professional Qualifications. Phase I evaluations will be to assess whether an offeror possesses the expertise and capability required to successfully perform the requirements and will only address items listed above. The Phase 1 evaluation factors are considered equal in importance, and together considered more important than price. PHASE 1 SUBMISSIONS ARE TO BE BASED ENTIRELY ON THIS ANNOUNCEMENT. Do not submit price or fee with the phase I submission. Phase II submission requirements will be issued only to those firms invited to participate in Phase II. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting information that addresses criteria outlined above. The submitted information can include, but should not be limited to the following: 1. A description of your firm and its capabilities. 2.A list of projects completed. A list of references. 3. SF254, SF255. 4. Written narrative addressing each the evaluation points. In addition the contractor will be required to provide the maximum practical opportunities to small, woman-owned and business concerns owned and controlled by socially and economically disadvantaged individuals to participate in the performance of this contract, offerors that demonstrate a proactive effort in obtaining the highest practical goals may receive a more favorable rating. Following the evaluation of Phase I submissions, the NCC may determine the number of offers that might otherwise be included in the competition, exceeds the number by which an efficient competition can be conducted. Therefore, potential offers are notified that the NCC expects that a maximum number of 3 offers will be invited to participate in Phase II. Responses to Phase I shall be submitted in an original and five copies, and are due at the office of the National Constitution Center no later Nov. 27, 1999 Notification of this decision will be promptly provided to all firms submitting a response to this announcement. Those firms invited to Phase II will be provided the solicitation package. Please direct any questions regarding this announcement to David Rupp (215) 656-2787 Posted 10/22/99 (D-SN394114). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0014 19991026\D-0002.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page