Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
MODIFICATION

58 -- AUDIO-VISUAL PRESENTATION SYSTEM FOR THE COMMAND CONTROL CENTER (CCC)

Notice Date
8/4/2006
 
Notice Type
Modification
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Distribution Center, 2001 Mission Drive DDC CSS-A, Bldg 81, New Cumberland, PA, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-6191-9502
 
Response Due
8/16/2006
 
Archive Date
8/31/2006
 
Point of Contact
DANIEL HERRING, CONTRACT SPECIALIST, Phone 717-770-6030, Fax 717-770-5689, - Meg Ross, Contract Specialist, Phone 717 770-6611, Fax 717 770-5689,
 
E-Mail Address
daniel.herring@dla.mil, margaret.ross@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
A site visit was conducted on July 17, 2006, and contractors were instructed to provide questions by the close of business on July 18, 2006. The questions and answers that resulted from this site visit are included below. A revised Statement of Work will be provided via a separate, subsequent Amendment to this Combined Synopsis/Solicitation. Contractors must refer to the amended Statement of Work for changes to the requirement. 1. Q: Has it been determined that all three displays will be mounted at the front of the room? A: Yes. 2. Q: Will the White boards be removed? Yes. If so who is responsible for removing them? A: The Government will remove the white boards prior to installation of the audio visual equipment. 3. Q: Where will the AV equipment Rack reside? A: The rack will be in one of front corners or in the closet. 4. Q: Will a new cable path be cut in the floor to the table to accommodate the new video and audio cables or will the vendor provide a cable bundle above the floor to a connection point at the wall? A: No. There are two options available: (1) routing cables from the table through the existing conduit pipe, up through the column, through the ceiling space, and down through the wall; and (2) routing cables from the table to the rack. Per the amended statement of work, please provide pricing for both options. 5. Q: Will all Video Teleconferencing (VTC) references be eliminated from the scope of work? A: Yes, please see updated Statement of Work 6. Q: How many cable TV feeds will be required? A: The Government requires that two separate channels shall be viewed simultaneously on the three required plasma screens along with input from the computers located in the room. At least two inputs (TV or SIPR/NIPR) must be viewable on each plasma at any given time. A minimum of 6 separate inputs (2 per screen) must be viewable at one time. 7. Q: How many computer feeds total will be required? (SIPR and NIPR) A: In accordance with the amended statement of work, the existing 2 SIPR & 8 NIPR feeds must be capable of being viewed on the plasma screens. 8. Q: Will the DDC allow SIPR and NIPR signals to pass through the same matrix switcher? Since a switcher does not retain information. A: Yes, this is permissible, but with a specific KVM switch…Cybex Switchview SC. 9. Q: What time frame will the PO be awarded after a vendor has been selected? A: The contracting office anticipates that an award will be made as soon as possible after receipt of offers and before the end of fiscal year FY06. 10. Q: Will the government office hours be extended to include nights and weekends to accommodate the quick turn around time? A: It will be considered, please see the Statement of Work for amended delivery schedule. 11. Q: Has it been determined that the final display technology will be Plasma (Available in 60+ inches, High maintenance, chance for image burn) or LCD (Only available in up to 50 inches, more costly, virtually no maintenance)? A: The requirement is three plasma screens as stated in the Statement of Work. 12. Q: During the site visit, the computer connectivity at the conference table was specified as NIPR only, though the official solicitation specifies SIPR/NIPR. Please stipulate the correct LAN connection for these machines. A: The following existing LAN connections shall be fed to the audio visual system: 6 NIPR at the table, 2 NIPR from the side wall and 2 SIPR from the back wall. 13. Q: The desired delivery schedule is slated as desired 3-weeks ARO, required 4-weeks ARO. As we are coming into a traditionally busy time of the year for AV dealers and manufacturers, we would like for you acknowledge understanding that forces beyond our control could affect the time schedule. A: The contractor shall provide the delivery schedule in which they can meet; however, the ability to meet the Government’s schedule is a factor that shall be evaluated. 14. Q: Under government responsibililities: The contractor shall provide the capability for the Command Control Center (CCC) to visually display on three separate contractor-provided and installed 60-inch (or larger) plasma monitors, information and or video from existing computer network systems, SECURE (SIPR) and NON-SECURE (NIPR) systems and from an existing cable TV network. Capability to display this information by these three plasma monitors must also include the ability to display multiple-source data into one plasma monitor simultaneously (minimum of two and maximum of four (quad) displays per monitor) and the ability to switch sources feeding these the monitors instantaneously. It is anticipated that these plasma monitors would be located along the front wall where the current retractable projection screen is located. Each monitor must also have audio capability (integrated or as a separate speaker system); the system must allow the operator to remotely select and broadcast audio for any one of the six (6) inputs that are displayed on the three plasma screens, but only one audio signal is required at any given time. The contractor shall also interface existing four (4) LAN workstations in the conference room table the ability to feed information and have it displayed to the three plasma monitors. The overarching concept is that a laptop could be placed onto the conference room table and quickly and easily be ‘plugged’ into the audio visual system. The contractor will provide two audio/visual control systems. One will be a movable desktop control panel, with the intention of it being used at the conference table, when needed. The second control system will be integrated with a portable podium. The podium should be easily movable (wheels or extremely light weight) and be of standard size and configuration. Both systems should be capable of operating independently or in tandem (simultaneously). Specific audio/video equipment recommended to be provided and installed by the contractor to achieve the required added functionality includes, but is not limited to, the following: 1. Three 60 inch plasma data display screens (or larger), with a minimum 1024x768 resolution, with depth dimension not to exceed 6 inches, capable of being wall-mounted or ceiling-mounted. Each monitor must also include audio output capability. 2. Combination S-VHS Hi-Fi VCR/DVD player. Only special requirement for this equipment is that it can be stored properly in equipment rack also to be provided by the contractor. 3. Two portable video control panels. One suitable for desktop mounting, the other to be part of a portable podium system. 4. Portable podium with attached/installed video control panel. Due to size of CCC Conference room, there is no need for a microphone with this podium. The podium should be easily movable, either on wheels or extremely light weight and be of standard size and configuration 5. Equipment rack (if required), to house VCR/DVD player, switcher, and any other associated equipment. The equipment rack shall be placed at one of the corners in the front of the room. 6. Required interfaces, control system, remotes, power switches, switch boxes, cables, connectors and other mounting brackets to install all items identified above. 7. Required interfaces and hardware to support capability of integrating the existing computer network: six computer workstations at the conference room table, and the existing computer network workstations (NIPR and SIPR) to the audio visual system. 8. One year warranty and preventive maintenance on entire audio visual system installed by the contractor. 9. Second year preventative maintenance. Contractor shall install the audio visual system. Contractor shall test and align the system. Labor and programming will include all on-site installation and wiring, coordination and supervision, testing, checkout and training. Also includes all fabrication, modification, assembly, rack wiring and programming. All items that are mounted must be able to be remounted if equipment must be relocated in the future to another room. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-11. The following clauses are incorporated for purposes of this notice and will be included in the contract award document by either reference or full text: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-3; OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS to include FAR 52.203-6 (ALT I), 52.217-4, 52.219-6 (ALT I), 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33 (if DFAS payment), 52.232-34, 52.232-36 (if credit card payment), 52.247-64; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS; AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. These clauses may be viewed at http://farsite.hill.af.mil/. Additional required clauses other than those above may be included as Addenda on the award document. ADDENDUM TO 52.212-1: OFFERORS MUST SUBMIT THE FOLLOWING WITH THEIR OFFER: DESCRIPTIVE LITERATURE THAT DEMONSTRATES THE TECHNICAL CAPABILITY OF THE EQUIPMENT OFFERED AS REQUIRED BY THIS SOW; AN INSTALLATION PLAN FOR THE AUDIO VISUAL EQUIPMENT TO INCLUDE PRICING FOR BOTH 1) ROUTING THE CABLES FROM THE TABLE THROUGH THE EXISTING CONDUIT PIPE, UP THROUGH THE COLUMN, THROUGH THE CEILING SPACE, AND DOWN THROUGH THE WALL AND 2) ROUTING CABLES FROM THE TABLE TO THE RACK; Evaluation for award shall be in accordance with FAR 13.106. The Government intends to award a contract resulting from this notice on an all-or-none basis to the responsible offeror that presents the best value to the Government based on price, technical capability of the equipment offered, the contractor’s installation plan, and the ability to meet the Government’s schedule for delivery and installation. Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the price offer, or may complete the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with a price proposal will render an offeror ineligible for award. All questions and inquiries should be addressed via email to the Contract Specialist POC, daniel.herring@dla.mil, Request for Quote Number SP3100-6191-9502. Prices, representations/certifications and descriptive literature are required NLT 4:00 PM EDT on August 16, 2006. This information should be submitted to the above email address or faxed to 717-770-7591. Contractors must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2006); 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.fbo.gov/spg/DLA/J3/DDC/SP3100-6191-9502/listing.html)
 
Place of Performance
Address: NEW CUMBERLAND, PA
Zip Code: 17070
Country: UNITED STATES
 
Record
SN01107630-F 20060806/060804230839 (fbodaily.com)
 
Source
FedBizOpps 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.