SOLICITATION NOTICE
67 -- Multimedia Integration
- Notice Date
- 8/29/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423410
— Photographic Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
- ZIP Code
- 22060-6220
- Solicitation Number
- DT522726
- Response Due
- 9/16/2005
- Archive Date
- 10/1/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-05 effective 27 July 2005. The Government intends to award a Firm Fixed Price purchase order with one Contract Line Item Number (CLIN 0001) for Installation of VTC System. This solicitation is 100% small business set aside. The NAICS code is 423410 and the size standard is 500 employees. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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. This announcement is a Request for Proposal (RFP). This requirement is for the design, installation, testing and user training for a multimedia room with video teleconference capability for the Defense Logistics Agency, Office of Enterprise Transformation (DT), 8725 John J. Kingman Road, Fort Belvoir, VA 22060, in DLA Room 2651. There will be a site visit to view the DLA Room 2651 where the Installation of the VTC system will take place. Prospective offerors are encouraged to attend. The date will be Friday, September 9, at 10:00 a.m. RSVP Ms. Crystal Clark by email NLT Thursday, September 8, 2005, 12:00 noon, EST, to: crystal.clark@dla.mil. BACKGROUND: The DLA Office of Enterprise Transformation (DT) has a requirement that the equipment provide the ability, in the future, to utilize desktop video conferencing at each of their locations in the field. It also will provide teleconferencing and stand alone presentation capabilities. The room will be controlled via remote control from respective equipment. The equipment being installed will be capable of interfacing with all other DLA Video Teleconference Equipment and the standard DLA computer software. STATEMENT OF WORK: The following requirements shall be performed independent of Government supervision, direction, or control; and the equipment and associated application will include: Polycom ViewStation FX H.323: which includes; H.261/H.263 Video Algorithms, G.728, G.722, G.711, Acoustic 716 Plus Audio Algorithms, Dual Monitor ready, 12X PTZ Camera with Voice Tracking, Integrated Speakerphone, Ethernet/Internet/Intranet Connectivity. Also has the capability of Voice-Activated Switching Multipoint, Local Site Plus Three Sites @ 384Kbps or Local Site Plus Two Sites @ 512Kbps; 1) PolyCom Visual Concert FX, (2) NEC 42? LCD Display Monitor w/ Wall Mounts, (1) ClearOne XAP 800 w/ mounting kit for FX, (1) Extron VGA 12 in -- 8 out Distribution Amplifier, (1) Extron VGA Switcher IN3562R 2 in --1 out, (1) Alesis RA300 Amplifier, (2) JBL Ceiling Speakers, (1) Crestron universal access wireless operation system, (1) Equipment Rack System, (1) DVD/VCR Combo, (2) 48 x 60 Conference/Presentation Cabinet. Contractor Tasks. Contractor shall provide the preceding products or products of similar or higher quality and the following services specified in this Section: Display Technology: Contractor shall install a Main monitor output from the codec which will be displayed on the (2) 42? plasmas. Local computer image will be input into the Extron DA and passed through the video call by the Visual Concert. For local display of the PC, second output of the Extron DA will be fed into the plasma. To activate the viewing of the PC image DLA will need to switch inputs on the plasma remote. All controlled via Creston Wireless universal access system via touch screen. Audio and Video Conferencing: Contractor shall integrate audio and video conferencing into the overall system and can utilize any room source, including computer signals via the connection terminal and microphones. Audio and Video Conferences will be routed through the Polycom VS FX H.323 Codec. Audio Conferencing requires a dedicated analog connection, videoconferencing requires data network connections. Contractor shall provide compatible DVD/VCR combination unit and cable tuner. Computer Connectivity: Contractor shall ensure computer connectivity by a cable interface located in the equipment cabinet. Video Peripherals Include: Contractor shall provide computer input via the Extron P/2 DA1, dedicated room PC (DLA provided) input via MLS102VGA to Visual concert connection. Audio Sound System: Contractor shall install two ceiling mounted Polycom microphones and two flush mounted JBL ceiling speakers. Furniture: Contractor shall install and house all equipment in electrical rack system except for the LCD monitors which will be mounted on the wall, and the view station that will be seated on the shelf. Contractor shall install a (2) 48 x 60 conference/presentation cabinets. Maintenance: Contractor shall provide a maintenance and response time for critical issues (system is completely down) of no more than four hours. The response time for General Maintenance is 48 hours. Warranty: Contractor shall provide a three year guarantee for all installation work (labor). Contractor shall coordinate all system equipment warranty work for the duration of the particular item warranty period. The Contractor is the integrator and is responsible for ensuring all equipment is properly integrated and functioning properly. GENERAL ASSUMPTIONS DLA will be responsible for any structural room modifications including movement of existing ISDN, Network, or Power access. The Plasma Display will be used for video and PC display. DLA will provide the necessary power outlets for all equipment to be installed in the room. Scope of Project and pricing are subject to change if the above assumptions are incorrect. SCHEDULE. Site Survey: September 9, 2005. Purchase Software/Hardware: October 6, 2005. Install and Configure Sytems: October 7, 2005. Develop Test Plan: October 11, 2005. Test System Interoperability and Functionality with Crestar and DLA provided PC: October 12, 2005. Conduct one day training session for 8 individuals: October 13, 2005. Submit weekly status report to the Contracting Officers Representative: October 14, 2005. Submit Final Report to Mr. Michael Scott, Deputy, Enterprise Transformation (DT): October 14, 2005. DELIVERABLES. Implementation is scheduled to begin the week of September 26, 2005. Project completion, October 14, 2005. The implementation includes the following: Fully integrated operation of all equipment on the Crestron wireless console; All cabling, full installation and one full day of training included in the contract price; Full integration of the system and full support is provided under the contract; Installation to be accomplished in 14 work days; One day training session for 8 individuals. All deliverables, research and other by-products resulting from performance of this SOW remain the property of the government. All deliverables must be delivered to and accepted by Michael Scott, Deputy, Enterprise Transformation (DT), Defense Logistics Agency, prior to submission of invoices. All deliverables shall be made to: 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6221. Contractor shall provide a weekly status report to the Contracting Officer?s Representative(COR). Format is at the Contractor?s discretion. Contractor shall submit a final written report summarizing the work performed to the Deputy, Enterprise Transformation (DT) at the end of the contract period of performance. PLACE AND PERIOD OF PERFORMANCE. The Place of Performance is The Defense Logistics Agency, DLA Office of Enterprise Transformation (DT), Room 2651, 8725 John J. Kingman Road, Fort Belvoir, VA 22060. The contractor shall perform work at the Government location and will be allowed access to Government facilities. Hours of Work: The contractor shall during normal business hours 0700-1700, Monday though Friday, excluding Government holidays. The contractor shall coordinate any work hours outside of this period with the government contracting officer?s representative (COR) before work is scheduled.. Period of Performance: The period of performance shall commence on the effective date of the delivery order. The period of performance shall end 14 workdays from the effective date of the delivery order date. RESTRICTIONS. There is no known existing or potential conflicts of interest associated with this task. SECURITY REQUIREMENTS. Access to government unclassified systems, facilities, documents, and/or materials is not required of this contract. The contractor shall be subject to compliance with all Federal and DOD regulations and policy during performance of the contract. Contractor must be a US citizen. Contractor does not require a security clearance for performance under this SOW. CONTRACTING OFFICER?S REPRESENTATIVE (COR). Name: Ms. Janet R. Foote, Defense Logistics Agency, 8725 John J. Kingman Road, Fort Belvoir, VA. 22060-6221. The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Provision 52.212-2, Evaluation ? Commercial Items applies to this acquisition. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to the synopsis/solicititation is judged to be most advantageous to the Government, lowest price ? technically acceptable. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and conditions ? Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition. FAR clauses 52.219-6, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.222-41 apply to this acquisition. Inquiries are to be in writing, or requested by email: crystal.clark@dla.mil. No telephone responses will be accepted. All offers are due no later than 3:00 PM (eastern Standard Time) 16 September 2005. Offers may be e-mailed to Crystal Clark at crystal.clark@dla.mil, or faxed to 703-767-1130. ADDITIONAL INFO: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Place of Performance
- Address: 8725 John J. Kingman Road, Suite 2651, Fort Belvoir, VA
- Zip Code: 22060
- Country: U.S.A.
- Zip Code: 22060
- Record
- SN00881494-W 20050831/050829211601 (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 |