Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOURCES SOUGHT

A -- MAIN CONFERENCE ROOM DESIGN/UPGRADE

Notice Date
8/2/2007
 
Notice Type
Sources Sought
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407R9048
 
Response Due
8/15/2007
 
Archive Date
9/28/2007
 
Description
The Marine Corps Warfighting Laboratory (MCWL) seeks to obtain market research information from sources capable of fully satisfying the specific agency requirements identified herein that may be procured in the near future. This market research is for informational purposes only and should not be construed as a commitment of any kind. Any information received, in whole or in part, may be used to create the resulting acquisition strategy for the proposed requirements. Responders will not be reimbursed for any information received and are encouraged not to provide proprietary data or business sensitive information as any information received may be used by the Government and/or released to the public. The Government is primarily focused on seeking suitable commercial and non-developmental items or commercial items that can be easily modified to meet existing Government requirements. Information on capable sources is sought for the following requirement: 1.0 BACKGROUND. The Marine Corps Warfighting Laboratory (MCWL) Commanding General (CG) uses the Main Conference room on the second floor of Building 3255, Quantico, VA to host unclassified and classified briefings for the U.S. Marine Corps. The Audio Video System (AVS) in the room is in need of upgrades to improve the capabilities and operation. 2.0. TASK DESCRIPTION ? The contractor shall design, deliver, and install a completely operational AVS that is fully Navy Marine Corps Internet (NMCI) compatible and meets Department of Defense (DoD) standards. 2.1. Existing System ? Contractor shall remove existing projector, projector mount, associated cables and screen. 2.2. Displays - Contractor shall provide dual large screen display outputs; 77? diagonal minimum. 2.2.1 The main conference room is approximately 19? Wide by 40? long. The requirements include the Ability to view briefs (PowerPoint, Excel, etc) from a distance of 30 feet optimally in a room with exposed windows; high lumens, high reliability, XVGA or better, low noise. 2.2.2 Rear mounted projection preferred with touch screen capability. 2.3. Inputs ? System shall support multiple input devices and allow for additional growth. Inputs shall include: 2.3.1. PC (NMCI) 2.3.2. PC (Legacy) 2.3.3. Guest laptop (Classified or Unclassified) 2.3.4. DVD/VCR 2.3.5. Video Teleconference (VTC) Model: TANDBERG 2500 ? dual inputs 2.3.6. The system shall provide for spare inputs i.e. additional PC or Cable TV 2.4. Audio ? System shall provide audio support and control of multiple inputs listed above. 2.5. Audio Video Switching and distribution ? The system shall provide the capability to route multiple inputs to multiple outputs; user selectable and stored configurations. 2.6. Control ? The control system shall include two programmable touch screen control units (wired & wireless) providing complete control of the AVS; power on & off, screen control, input/output selection, audio control and mode selection (classified or unclassified). If the VTC option (below) is exercised, VTC control will be included. 2.7. Miscellaneous Cables, parts and pieces ? The contractor shall provide, install and clearly label all required cables and components. 2.8. Cabinets ? The system shall include cabinetry to mount displays, AVS, control and Government Furnished Equipment (GFE). 2.9. Government Furnished Equipment (GFE) ? This shall include: 2.9.1. PC (NMCI) 2.9.2. PC (Legacy) 2.9.3. Guest laptop (Classified or Unclassified) 2.9.4. Video Teleconference (VTC) CODEC TANDBERG 2500, Cameras (2) and table microphones. 2.9.5. Audio Teleconference Equipment 2.10. Training ? The contractor shall provide a team of MCWL personnel one 4 hour session of training sufficient to operate and isolate problems associated with the AVS. 2.11. Labor ? The contractor shall provide professionally trained laborers to complete the tasks described above. 2.12. Documentation ? The system shall include the documentation associated with all commercial components, AVS wiring diagrams (hardcopy and MS Visio electronic format) and standard operating procedures (SOPs) . 2.13. Software ? The contractor shall provide to MCWL copies of all software to program the AVS control and the stored configurations. 2.14. Options (if exercised) 2.14.1. Additional Displays ? provide two (2) additional displays (and control) for rear viewing area such as wall or ceiling mounted flat panels. 2.14.2. Spare Displays, projectors or bulbs ? Spare displays, spare projectors or spare bulbs 2.14.3. Displays with Touch Screen control; Smartboard technology NMCI Compliant 2.14.4. Video Teleconference (VTC) integration ? provide the option to integrate and control Government Furnished Equipment (GFE) including CODEC, Cameras (2) and Microphones. 2.14.5. Furnishing - Conference room table and acoustic wall covering. 2.14.6. Maintenance ? provide MCWL the option for additional levels of coverage (Silver, Gold plans). 2.14.7. Audio Teleconference integration- provide the option to integrate and control Government Furnished Equipment (GFE) 2.14.8. Shading- provide the option to add powered window blackout shades or curtains Sources capable of fully satisfying the above requirements should submit capability statements/expressions of interest providing the Government the necessary information to determine actual capability. At a minimum, this information should include: 1) identification of your company or organization, 2) your company's or organization's assertion of existing, full capability to meet proposed requirements, 3) business/contracts/marketing office point(s) of contact information, 4) notification of business size and/or special status and 5) any additional information that may be useful to the successful procurement of the requirements, if solicited. These expressions of interest shall adhere to a two (2) pages submission limit, plus commercial marketing info or web links and all should be submitted via email to ira.patterson@usmc.mil referencing the following tracking #9048. These should be submitted on or before 15 August 2007. This market research announcement should not be consi dered a commitment of any kind by the Government and individual correspondence should not be expected in advance of any resulting pre-solicitation notice for the proposed requirements.
 
Record
SN01360814-W 20070804/070802222807 (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.