Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
MODIFICATION

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

Notice Date
7/17/2006
 
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
7/28/2006
 
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
The closing date for receipt of proposals is extended to 4:00PM EDT on Wednesday, August 16, 2006. Questions received in response to this combined synopsis/solicitation will be posted to this website the week of July 31, 2006. 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. This solicitation is issued as a request for quote, solicitation number SP3100-6191-9502. This requirement is set aside for small business; the associated North American Industrial Classification System (NAICS) code is 334310 with a small business size standard of 750 employees. The Defense Distribution Center located in New Cumberland, PA has a requirement for a contractor to furnish and install an Audio/Visual Presentation System in the Command Control Center (CCC) Conference Room located in Building 81. Offerors shall provide a firm fixed price for the contract line items as follows: clin 0001, Equipment -- Offerors shall provide the unit price for each component and the total amount, inclusive of shipping costs (FOB Destination, New Cumberland, PA); clin 0002, Installation of equipment; clin 0003, one year warranty and preventative maintenance; clin 0004 (optional), second year preventative maintenance. Note: Desired schedule for delivery and installation is 3 weeks ARO; Required schedule for delivery and installation is 4 weeks ARO. The Scope of Work for this requirement is as follows: The CCC conference room is approximately 28-feet long by 20-feet wide and is a SECURE ROOM (controlled access). A 4-foot X 10-foot conference table and 10 chairs are positioned in the center of the room. Current equipment in the room includes a white board, with three separate sliding panels, comprising most of one wall; six computer desktop workstations located along two adjacent walls; a SECURE (SIPR) and NON-SECURE (NIPR) communications (email) network system, linking the 6 computer workstations previously identified to their respective (SIPR/NIPR) Local Area Networks (LAN); a wall-mounted 19-inch television (which will need to be removed by the Contractor before installation of the new AV equipment) connected to a Cable TV network and a ceiling-mounted visual projector that faces a retractable projection screen along the same wall as the sliding dry-erase white boards noted above. Ideally, amongst other functionality, the added audio/video display capability being requested in this SOW will supersede (replace) the need to utilize the current video projection and supporting retractable screen currently being employed in the CCC. There are numerous power outlets throughout the space. The conference room has a standard 8-foot drop ceiling. A schematic of the space is available from the Contract Specialist POC. Government responsibilities: 1. Provide access to necessary areas to complete the project during normal business hours (0800 – 1700 M-F) 2. Provide a safe and clean environment for contractor employees and their subcontractors. 3. Provide computer network system, both SECURE and NON-SECURE, to have video display equipment interfaced to. 4. Provide cable TV network to have video display equipment interfaced to. 5. Provide 110V power supply for the following equipment being installed by the contractor Contractor responsibilities: 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 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 two of these plasma monitors would be located along the wall where the current retractable projection screen is located and the third screen would be located along a different wall within the same space. Each monitor must also have audio capability (integrated or as a separate speaker system) The contractor shall also provide the CCC capability to add up to six additional computer workstations at the CCC Conference table, by providing the necessary computer network (both NIPR and SIPR) interface connections, to allow for a “plug and play” type capability and for these added workstations to also be able to feed information and have it displayed to the three plasma monitors, with the same level of functionality as previously described for the already existing computer network workstations. The overarching concept is that a laptop could be placed onto the conference room table and quickly and easily be “plugged” into the existing LANs, and removed just as effortlessly. 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. 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 additional six computer workstations on the conference room table, when needed (plug and play) to the existing computer network (NIPR and SIPR). 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 ensure full integration with VTC equipment. 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. A site visit will be conducted on Monday, July 17, 2006 at 01:00 PM EDT (1300 EDT). Contractors interested in attending must provide the following information to the Contract Specialist POC no later than 12:00 PM EDT (1200 EDT) on Thursday, July 13, 2006: - Company Name - Employee Name - Employee Social Security Number - Employee Date of Birth - Employee State and Country of Birth Please note that cameras and cell phones with cameras will not be permitted during the site visit. Contractors shall not attempt to bring photographic equipment onto the Defense Distribution Center. 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 descriptive literature that demonstrates the technical capability of the equipment offered as required by this SOW. 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, 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 12:00 PM EDT on July 21, 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 MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING 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
SN01152861-F 20060924/060922225501 (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.