Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

70 -- Audio Visual Upgrade

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Reference-Number-F13EDS32271900
 
Response Due
9/16/2003
 
Archive Date
10/1/2003
 
Point of Contact
Toxie Courtney, Contract Specialist, Phone (334) 953-3516, Fax (334) 953-2198, - Aaron Kasza, Contract Specialist, Phone 334-953-6178, Fax 334-953-2198,
 
E-Mail Address
toxie.courtney@maxwell.af.mil, aaron.kasza@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation number F13EDS32271900 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20030821. The North American Industry Classification System code is 334310 with a small business size of 750 employees. This acquisition will be issued as a 100% Small Business set aside. This requirement is for the purchase of equipment and installation of audio/visual systems in the Conference Room, Projection Room and Auditorium in the new Squadron Officer College schoolhouse on Maxwell Air Force Base, AL. CLIN 0001 - Installation of Integrated Audio/Visual Systems in Auditorium: Installation of (2) ceiling mounted LCD projectors. Projectors shall be a minimum of 4500 ANSI lumens, native XGA resolution (1024 X 768), and a MANUFACTURER’S FIVE YEAR WARRANTY. Lenses must be specified to fill auditorium screen. The projectors must be installed by an AUTHORIZED SERVICE PROVIDER for the projector manufacturer. The installation shall include all cables, connectors, adaptors, etc, to connect the sources to the display. All cable in ceiling shall be Plenum rated. Projector mount must be provided by the vendor and installed permanently in the ceiling. The mounting hardware, plates, poles, etc. shall be provided and installed by the vendor. The customer (MAFB) is responsible for providing required power sources to all equipment including projector and required conduit in wall or ceiling. Installation of a sound system including amp, mixer, speakers, audio control module. The sound system must provide consistent and even coverage throughout the auditorium and allow all audio sources to be distributed through the system. An AMX touch panel control system shall be provided and integrated into the commander’s existing lectern. The control interface (touch panel) must be a minimum of 12” diagonal, color with an active matrix screen or better and allow the following functions from the podium. - Switching of all video signals to the projector and the ability to display any combination of up to four multiple video sources at one time on the projector and the touch panel simultaneously. - Screen up/down functions - Switching of all audio signals to the sound system. Volume/Bass/Treble control included - Preview window in touch panel to view the signal which is displayed on the projector - Video recording functions including rec./start/stop/camera select etc. - All VCR and DVD control including play/ff/rw/stop/track select etc. - On/off control of projector, VCR/DVD, and document camera. - System on/off Installation of white noise generators at each entry/exit door. Installation of 50” Plasma Wall Mount Display in the lobby area with all necessary hardware. Installation of all control and switching equipment necessary to provide the solution described. An AUTV signal shall be integrated into the system to allow for viewing of incoming signal and relay of outgoing signals. Installation of (2) VHS VCRs with playback and recording capability and (1) DVD playback unit. Two video cameras and lenses shall be installed in the auditorium. One camera will allow for a fixed close-up view of the speaker while the other will allow for fixed wide-angle view of the stage and screen. Cameras shall have a minimum illumination no higher than 1 lux with 800 TV lines of horizontal resolution. Cameras shall be mounted and the installation shall include all cables, connectors, adaptors, power supply etc. and shall be fully interoperable with the AMX control panel. Lenses must be specified to accommodate room dimensions. An equipment rack shall be provided to house the vendor provided equipment to include the following capabilities: - Shall be a standard 19 inch welded vertical rack sized to sufficiently enclose all vendor provided equipment - Black in color - Power provided using 19 inch rack mounted muti-outlet power tap with on/off switch on front face - Serviceable equipment must be installed on sliding shelves within equipment rack - Cabling on serviceable items contained within this rack must include a service loop - Casters must be present to allow for rack portability - Any unused rack space will be covered with black metal blank panels. A smart podium (lectern with AMX touch panel control system) shall be provided and integrated into the system. The control interface (touch panel) will be a minimum of 12” diagonal, color with an active matrix screen or better and allow the following functions from the podium and the control room: - Switching of all video signals to the projector and the ability to display any combination of up to four multiple video sources at one time on the projector and the touch panel simultaneously. - Motorized height adjuster - Switching of all audio signals to the sound system. Volume/Bass/Treble control included - Preview window in touch panel to view the signal which is displayed on the projector - Video recording functions including rec/start/stop/camera select etc. - All VCR and DVD control including play/ff/rw/stop/track select etc. - On/off control of projector, vcr/dvd, and document camera - System on/off - Separate volume control for all audio sources (VCR, DVD, 2 lapel mics, 2 computer audio) - Master volume control for entire room MATERIALS: Vendor will provide all materials needed for installation including cables, connectors, distribution amps, switches, line amps, control interfaces, tools, equipment, lifts and any other materials needed to complete the installation. LABOR: Total amount will include labor to install and integrate all components, cables, etc. necessary to complete the installation and provide a turnkey solution. Labor to program the entire system as described above to allow for seamless, user-friendly operation of entire system via the touch-panels. CLIN 0002 - Installation of Integrated Audio/Visual Systems in Commander’s Conference Room #236: Installation of (1) ceiling mounted LCD projector. Projector shall be a minimum of 4500 ANSI lumens, native XGA resolution (1024 X 768), and a MANUFACTURER’S FIVE YEAR WARRANTY. Lenses must be specified to fill auditorium screen. The projector must be installed by an AUTHORIZED SERVICE PROVIDER for the projector manufacturer. The installation shall include all cables, connectors, adaptors, etc, to connect the sources to the display. All cable in ceiling shall be Plenum rated. Projector mount must be provided by the vendor and installed permanently in the ceiling. The mounting hardware, plates, poles, etc. shall be provided and installed by the vendor. The customer (MAFB) is responsible for providing required power sources to all equipment including projector and required conduit in wall or ceiling. Installation of a sound system including amp, mixer, speakers, audio control module. The sound system must provide consistent and even coverage throughout the auditorium and allow all audio sources to be distributed through the system. An AMX touch panel control system shall be provided and integrated into the commander’s existing lectern. The control interface (touch panel) must be a minimum of 12” diagonal, color with an active matrix screen or better and allow the following functions from the podium. - Switching of all video signals to the projector and the ability to display any combination of up to four multiple video sources at one time on the projector and the touch panel simultaneously. - Screen up/down functions - Switching of all audio signals to the sound system. Volume/Bass/Treble control included - Preview window in touch panel to view the signal which is displayed on the projector - Video recording functions including rec/start/stop/camera select etc. - All VCR and DVD control including play/ff/rw/stop/track select etc. - On/off control of projector, vcr/dvd, and document camera - System on/off 8’ X 100” diagonal electric motor-in-roller screen with ceiling closure. Viewing cone must be a minimum of 180 degrees The screen must be recessed in the ceiling and invisible when not in use. The ceiling closure shall be finished to match the ceiling and provide the following capabilities: - The motor must be mounted inside the roller on special vibration insulators - Must operate smoothly and silently - Entire roller and drive assembly removal through bottom of case Installation of white noise generators at each entry/exit door. Installation of all control and switching equipment necessary to provide the solution described. An AUTV signal shall be integrated into the system to allow for viewing of incoming signal. Installation of (1) VHS VCR with playback and recording capability and (1) DVD playback unit. All equipment must be concealed within an enclosed area while preserving the aesthetics of the room A smart podium (lectern with AMX touch panel control system) shall be provided and integrated into the system. The control interface (touch panel) will be a minimum of 12” diagonal, color with an active matrix screen or better allow the following functions from the podium and the control room: - Switching of all video signals to the projector and the ability to display any combination of up to four multiple video sources at one time on the projector and the touch panel simultaneously. - Screen up/down functions - Switching of all audio signals to the sound system. Volume/Bass/Treble control included - Preview window in touch panel to view the signal which is displayed on the projector - Video recording functions including rec/start/stop/camera select etc. - All VCR and DVD control including play/ff/rw/stop/track select etc. - On/off control of projector, vcr/dvd, and document camera - System on/off - Separate volume control for all audio sources (VCR, DVD, 2 lapel mics, 2 computer audio) - Master volume control for entire room MATERIALS: Vendor will provide all materials needed for installation including cables, connectors, distribution amps, switches, line amps, control interfaces, tools, equipment, lifts and any other materials needed to complete the installation. LABOR: Total amount will include labor to install and integrate all components, cables, etc. necessary to complete the installation and provide a turnkey solution. Labor to program the entire system as described above to allow for seamless, user-friendly operation of entire system via the touch-panels. CLIN 0003 - Installation of Digital Wall Displays in Project Room #253: Two (2) Digital Wall Displays must be mounted in the room and each connected to a local computer and VCR signal. The display board must be installed by an AUTHORIZED SERVICE PROVIDER for the display board manufacturer. The installation shall include all cables, connectors, adaptors, etc, to connect the sources to the display. The display must provide the following capabilities: - Display size must have 60 inch diagonal viewable area - Horizontal and vertical viewing area must each be 170 degrees - RGB compatibility must be VGA to SXGA: 640 x 480, 720 x 400, 800 x 600, 832 x 624, 1024 x 768, 1152 x 864, 1280 x 960, 1280 x 1024 - Optical structure must be single 0.7 inch, DLP™ Texas Instruments technology, XGA (1024 x 768) MATERIALS: Vendor will provide all materials needed for installation including cables, connectors, distribution amps, switches, line amps, control interfaces, tools, equipment, lifts and any other materials needed to complete the installation. LABOR: Total amount will include labor to install and integrate all components, cables, etc. necessary to complete the installation and provide a turnkey solution. Labor to program the entire system as described above to allow for seamless, user-friendly operation of entire system via the touch-panels. CLIN 0004 – Warranties: All manufacturer’s warranties apply for the products supplied by the vendors. A 90-day quality of installation warranty insures that the installation is satisfactory and if any errors were made or any problems occur, the customer will have 90 days to identify the issues. In addition, the following warranties must be provided: - Telephone technical support must be provided M-F, 0730-1630 central time - One-year complete on-site service warranty including parts, labor and equipment exchange in the event a component must be removed for off-site service. - Three-day response for service and support, following vendor notification for a period of one-year - For a period of one year, all repair services, both during and after the manufacturer’s warranty period, must be accomplished by an authorized service center for the manufacturer and model of the item in need of repair at the vendors expense. {end CLIN description} Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price, delivery, and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will be based on price, delivery, and past performance. Each offeror's quoted price will be evaluated for reasonableness. The offeror must submit at least two references that can provide relevant past performance information to the contracting officer. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). Award may be made to other than the low offeror when, after evaluating delivery, and past performance. The contracting officer will make and award as determined to be in the government's best interest. Award will be made to a single source. The desired delivery date is 1 November 2003. Delivery will be coordinated with Richard Brown at (334) 953-8058. FOB is Destination. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items (Jul 2003), applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3 with Alternate I (Apr 2002), Offeror Representation and Certifications - Commercial Items (Jun 2003); DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. The FAR clause, 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2002) applies to this acquisition and is addended to add the following FAR clauses: 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.211-6, Brand name or equal (Aug 1999); The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-8, Utilization of Small Business Concerns (Oct 2000); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (June 2003); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999); and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3 - Gratuities (Apr 1984); 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.225-7012 - Preference for Certain Domestic Commodities (Feb 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); 252.243-7002 - Requests for Equitable Adjustment (Mar 1998); and 252.247-7023 - Transportation of Supplies by Sea (May 2002). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (June 2003) (Deviation), applies to this acquisition. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. Clauses and provisions incorporated by reference may be accessed via the internet at http://farsite.hill.af.mil or http:/www.arnet.far.gov. A site visit will be held on Maxwell Air Force Base to aid in fulfilling layout and design requirements. The site visit will be on 10 September 2003 after 3:45 PM central time. Please contact TSgt Toxie Courtney at (334) 953-3516 or A1C Aaron Kasza at (334) 953-0530 to schedule. All quotes must be for all items as stated, partial quotes will not be considered. Responses/Offers are due by the close of business (3:00 PM CDT) on 16 September 2003. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax, e-mail or mail. All quotes must be faxed to (334) 953-2198 attn: TSgt Toxie Courtney, e-mailed to toxie.courtney@maxwell.af.mil (subject: F13EDS32271900), or mailed to 42 CONS/LGCB, attn: TSgt Toxie Courtney, 50 LeMay Plaza South, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-F13EDS32271900/listing.html)
 
Place of Performance
Address: 50 LeMay Plaza, South Maxwell AFB, AL
Zip Code: 36112
Country: U.S.
 
Record
SN00426851-F 20030906/030904214334 (fbodaily.com)
 
Source
FedBizOpps.gov 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.