SOLICITATION NOTICE
70 -- 3D Visualization Lab Requirements for the Electronic Proving Ground (EPG), Fort Huachuca, Arizona 85613
- Notice Date
- 6/2/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-05-R-EPGDVL
- Response Due
- 6/8/2005
- Archive Date
- 8/7/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The Electronic Proving Ground, Fort Huachuca, Arizona is soliciting proposals for the following requirement (No Substitutes): A 3D Visualization Lab be furnished and installed in room 161 of the Electro-Magnetic Environmental Test Facility (EMETF), building 55350 on Ft Huachuca, AZ. This capability shall provide EPG with a facility to develop, test and use immersive 3D environments as a part of its C4I testing and simulation mission. The facility will be located in a 16 x 16 room in the EMETF along with a small adjacent 7x12 Control Room. EPG will provide the room and all electrical power, lighting, HVAC etc required within the proposed facility. The contractor shall provide all ha rdware, software and furniture required to build a turnkey visualization lab per the following specifications: Hardware: 3 Panel Display System: A wrap-around display consisting of 3 display panels mounted edge-to-edge at a 135 degree angle creating a cockpit style viewing area. The panels must measure approximately 84 diagonally or greater. All three screens must be driven from the same computer, with each screen having its own independent buffer, with the capability to stitch all three buffers t ogether to create a single virtual screen. A fourth screen buffer from the same computer must be routable via KVM (Keyboard/Video/Mouse) type switching to any of the other LCD displays that are a part of this system. Control Stations: For users seated a t the main display, three separate LCD screens complete with wireless mouse and wireless keyboards shall be available. These LCD screens should be embedded within the desktop in order to minimize their use of the desktop when not required. All three of these systems shall be driven by the KVM switching in order to allow any system display connected to the KVM switch to be operated from any one of these workstations. Operator Station: Located in the adjacent Control room, this LCD display, keyboard and mouse shall also be connected to the KVM switch, allowing the system operator to access and control any and all of the computers that are part of this system. KVM Switch: The KVM switch shall need to at a minimum allow 4 different users (3 in the desk pl us operator) to control up to 8 different systems (located in the rack mount in the control room). Primary Display Computer: This computer shall be at a minimum a dual CPU system with two video cards, each with dual outputs in order to drive the four disp lay surfaces required. It shall be equipped with at least .5 TB of data storage and at least 2GB of RAM to support the 3D Display software we are developing. Backup Computer: The vendor shall furnish a second identically configured computer system sh all act as both a development platform and as a hot backup for the primary display system. Sound System: At a minimum, the system must include a 5.1 Surround sound system with low profile speakers with the ability to switch between the primary and backup computer systems sound. Software: All computer systems shall come with Windows XP Pro installed as their core operating system along with all of the appropriate hardware drivers and complete with system restoration CDs to bring the system back to their initial configuration. The completed system must compatible with our core suite of software products which consist of the Orion/EMEW software (developed by EPG), ESRIs MapObjects and Global Majic Softwares 3DLinX and Real-Time-Studio. Furniture/Furnish ings: In addition to computer hardware and software, the 3D Visualization Lab must also be furnished with these items: Control Station Desk: A form-fitted des k which buts up to the 3-Screen display, with three embedded LCD workstations in its surface. This desk should comfortably seat three people, each in front of their respective workstation, but with full visibility of the main display as well. The LCD workstations must be able to be stowed in such a way (using a mechanism that moves the display below the surface of the desk) that the user regains that space as a writing surface should the LCD panel not be required. (Such as during demos, or mission r ehearsals). Operator Workstation: Compact workstation furniture to hold the Operators LCD panel, keyboard and mouse which shall be located in the Control Room. Seating: Comfortable, ergonomic seats with adjustable height, arm and back supports to include adjustable lumbar support. 4 seats at a minimum are required for the 3 Workstations and the Operators console. Rack Mount: In the control room, all of the computers, network, KVM Switching and power regulation hardware should be mounted in a modular Rack system to maximize the use of space and organize the clutter of cables. FOB Destination (Fort Huachuca, Arizona 85613). Payment will be made by Government Credit Card under Net 30 Terms. Offers are due no later than 1200 hours, Wednesday, 8 June 2005 and shall be submitted electronically at virginia.miller@epg.army.mil. EVALUATION CRITERIA / PROCEDURES: Offers will be evaluated based on the following best value criteria in descending order of importance: Meeting the Requirement, Proposed Delivery Sched ule, Past Performance and Price. For additional information, contact Virginia J. Miller, Contracting Officer, at (520) 538-3978 or virginia.miller@epg.army.mil. The Synopsis/ solicitation document and incorporated provisions and clauses are those in effe ct through Federal Acquisition Circular 2001-22 and 2001-23. This is a Small Business Set Aside. The NAICs is 541519. All Electronic and Information Technology equipment must be Section 508 compliant, and statement included in proposal. The following FAR provisions apply to this acquisition: 52.212-1, Instruction to Offerors Commercial items, and 52.212-2, Evaluation of Commercial Items, applies to the acquisition. Offerors shall include a completed copy of FAR provision 52.212-3, Offeror Represen tations and Certifications Commercial Items, and furnish Offeror's Federal Tax Identification Number, Cage Code, Central Contractor Registration Number, DUNS Number and applicable FSC Codes with this offer. FAR Clauses 52.212-4, Contract Terms and Condi tions Commercial Items and 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders Commercial Items apply to this acquisition. FAR 52.219-8, Utilization of Small Business Concerns. The government reserves the right to select for award, all, some, or none of the proposals received in response to this announcement.
- Place of Performance
- Address: ACA, Southern Region, Electronic Proving Ground (EPG) Banister Hall, SFCA-SR-WS, 2000 Arizona Street Fort Huachuca AZ
- Zip Code: 85613-7063
- Country: US
- Zip Code: 85613-7063
- Record
- SN00820954-W 20050604/050602234854 (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 |