MODIFICATION
59 -- Battle Staff Audio Visual System
- Notice Date
- 4/19/2004
- Notice Type
- Modification
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 347 CONS, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-04-Q-0041
- Response Due
- 4/14/2004
- Archive Date
- 4/29/2004
- Point of Contact
- Bryan Ewing, Contract Specialist, Phone 229-257-4917, Fax 229-257-4032,
- E-Mail Address
-
bryan.ewing@moody.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this amendment (# 2) is to post the questions and answers that have asked by various contractors so far. All contractors are encouraged to be present at the site visit mentioned in amendment # 1 as more questions will be asked and answered at said site visit. Q: What size is the room? The room is 38'x31'. Q: Any VTC in the room? There is no teleconferencing.. Q: Do you have any other information regarding the 10.4" color touch panel control system requirements? (i.e.wired vs. wireless, rack mount or table top, preview video and computer etc). Q: Is the lectern to be provided by the Contractor, or does one exist? Yes, per previous requirements Q: Will the lectern have a permanent location, and is there an appropriate cable path in place for the control touch panel, KVM interface, and potential laptop computer interface? (This could also affect the next question regarding the number of sources - if the lectern will have multiple locations, and the need for a computer interface, an 8x4 matrix would not have enough inputs.) Yes it will stay in one place, even though it won't be bolted to the floor. It will, though, be restricted by the wires bound together in either a cable or running through a conduit, which will likely be attached to the wall. Q: Assuming the need for a laptop input at the lectern, and that the lectern will have a permanent location, this would fully load the input side of the Matrix Switcher (6 permanent computers + 1 Combination VHS/DVD/CATV Tuner + 1 Aux Computer input). This would not allow for any future expansion without replacing the Matrix Switcher. Am I making correct assumptions? If not, please clarify the number of computers that will be used initially, and the number of "future" computers. We want eight inputs. Q: Similarly, what type of computers will need to be housed in the equipment rack? Also, will there be a dedicated monitor with each? This will help to determine the amount of space required to be allocated to the OFE computers within the equipment rack. We are currently planning on 2 classified and 2 unclassified computers feeding the matrix, so I guess that's what will be housed in the rack. Since classified and unclassified computers have to be at least 1 meter apart, this will probably drive some design issue. I don't know what "OFE" means. Q: Does the combination VCR/DVD/CATV tuner need to be scaled to the native resolution of the projectors? I assume that it does, as otherwise the 8x4 RGBHV Matrix Switcher would not be appropriate – it would need to be an 8x8 Matrix to accommodate the specified functionality. If you mean, do I want the projectors to show the VCR/DVD/CATV output, the answer is "yes." If you mean something, please translate into terms us mere mortals can comprehend. By the way, we don't want some weirdly distorted TV picture to meet the native resolution of the projectors. Q:Do you require GSA pricing, or is this to be Open Market pricing? Open market pricing is requested, however companies may submit GSA pricing. Q: Do you want to be able to control the system from the lectern and the corner office simultaneously? No Q: What is the distance from the floor to the T-bar and what is the distance from T-bar to the structure? What is a T-bar? I have called several folks on base, none of which know either. Q: What is the structure made of? Dry wall, metal studs, cinder block, drop ceiling and metal roof. Q: Do you want 3000 to 3500 ansi lumens or 4000 ansi lumens. ansi lumens and brightness are the same thing. Can you elaborate? 4000, as lights will be on while briefing Q: Will you require us to provide you a DVD, VHS, Computer, and the two wall mounted speakers? Contractor supplies DVD, VHS, tv tuner, speaker system Q: Can you clarify the 2 user x 8 port kvm with the cat5 remote user receiver. Does this mean that you would like 1 or both of the computers potentially being displayed to be remotely controllable? yes Q: Do you want us to do the entire installation? Absolutely yes, to include training. Q: What is the voltage rating of the AV systems? 110V Q: What is the continuous current rating of the AV systems? Depends on the equipment that is installed Q: What is the connection method (i.e. hard-wire, barrier strip, special connector)? Common 110 plugs Q: What is quantity required? Be more specific Q: Could you make available some pictures and/or a drawing or sketch of the room? Yes, what is you fax #? Q: Is the room currently rated for classified meetings? Yes Q: Is there existing Black (secure filtered) power available? No Q: Are there multiple rooms or just one room where the equipment is to be installed? Just one Q: It is unclear and seems like there are descriptions about two kinds of video wall displays with 2 different resolution requirements 3000-3500 and 4000 lumens. Can you shed some light on this please? 3 screens, all with same 4000 lumens This is a combined synopsis and solicitation for commercial items prepared in accordance with the format 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 number for this procurement is FA4830-04-Q-0041 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2004-0205, Defense Acquisition Circular (DAC) 91-13 correction and Air Force Acquisition Circular (AFAC) 96-5(2). For informational purposes The Standard Industrial Classification Code is 3651. The North American Industry Classification System is 334310. The size standard is 250 Employees. The BID SCHEDULE shall be for Line Item 0100 (1) each: Audio Visual System. AV System Requirements: · 3 large screen video displays · Each display to support 1024x768 native resolution · Each display to provide 3000-3500 ANSI Lumens of brightness · Potential display sources · Up to 6 owner furnished computers · DVD · VHS videotape · CATV · Ability to route any computer or DVD/VHS/CATV source to any screen · Ability to control the AV system and computer sources from either a lectern at the front of the room or the office in the right rear of the Briefing Room · System equipment to be housed in the office in the right rear of the Briefing Room AV System Features · 3 front projection displays using ceiling mounted LCD Projectors (1024x768 native resolution, 4000 ANSI Lumen) with permanently tensioned, wall mounted, 100” diagonal projection screens · 8 x 4 RGBHV Matrix Switcher to support routing any computer source to any or all displaysCombination DVD/VHS Videotape Player with CATV Tuner · Support for stereo program audio from video sources provided by 2 wall mounted Professional Program Speakers · 2 User x 8 Port KVM Switcher with Cat 5 remote user receiver for control of computer sources (computer monitors, keyboards, and mice for the user locations are to be owner furnished) · Integrated control of display routing, video sources, and program volume via 10.4” Color Touch Panel · 44 RU Equipment Rack with a locking rear door and a locking Plexiglas front door to house all AV system equipment and owner furnished computer sources · Series-mode surge suppression and EMI/RFI filtering provided for all AV systems equipment Room Function · Classified and unclassified briefings and presentations · Informational dissemination · Brain-storming sessions · Room Description · New construction · Secret facility · Tiered classroom seating for 24-30 participants · 2’ x 2’ ceiling tile grid · Concrete floor · Gypsum and stud wall construction NOTE: The description provided in this RFQ is derived from specifications of certain manufacturers products. This is an “OR EQUAL” RFQ, meaning all respondenants are invited to provide quotes of an equal product. If considered by the government to be Equal to the specifications provided in this RFQ the quote will be considered for award. FOB Point: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. This requirement is set aside 100% for small business. The Government contemplates award of a firm fixed price contract resulting from this solicitation. Firms responding to this synopsis should reference the solicitation number and indicate their business size as defined by FAR 52.219. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD:IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.22-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-1, Buy American Act-Balance of Payments Program –Supplies, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON (MSCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. EST ON 14 Apr 2004. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION NUMBER, DATE & TIME, AND REQUEST FOR QUOTATION (RFQ) TITLE ON THE OUTSIDE OF THE ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SSgt Bryan P. Ewing, 229-257-4917, bryan.ewing@moody.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSOC/347cons/FA4830-04-Q-0041/listing.html)
- Place of Performance
- Address: Moody AFB, GA
- Zip Code: 31699-1794
- Country: U.S.A.
- Zip Code: 31699-1794
- Record
- SN00568989-F 20040421/040419214040 (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 |