Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

70 -- Multimedia Podiums

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HR-07-382
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
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 solicitation number is RFP No. HR-07-382 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This solicitation is Unrestricted. All responsible sources may submit a proposal to be considered. The applicable North American Industrial Classification system (NAICS) code for this procurement is 541512. NRC intends to award a Commercial Item, Firm Fixed Price order <u>DESCRIPTION OF REQUIREMENT</u> The contractor shall deliver and install multimedia podiums in the Nuclear Regulatory Commission (NRC) Professional Development Center (PDC) rooms to aid in material presentations and improve safety by eliminating tripping hazards. The NRC's PDC is located at 7201 Wisconsin Avenue, Suite 425, Bethesda, MD 20814. <u> STAEMENT OF WORK </u> Purpose Install multimedia podiums in the Nuclear Regulatory Commission (NRC) Professional Development Center Classrooms to aid in material presentations and improve safety by eliminating tripping hazards. Background When the Professional Development Center moved to the Gateway Building in Bethesda, MD, it was not fiscally possible to construct all of the classrooms to account multimedia presentations. Current systems are suboptimal for multimedia presentation because they require a large amount of wiring (such as power cords, network cords, etc) which poses a tripping hazard to the instructors and students. The objective is to install multi-media podiums and equipment that will aid the instructor in presenting material and eliminate the tripping hazards that currently exist. Scope This shall be a turn key complete system. Deliver and install five (5) multimedia podiums per the attached specification sheet. A sixth podium currently exists at the Professional Development Center. It does not have the same capabilities as this statement requires. The vendor will remove the current equipment in this podium and replace it with identical equipment provided in the the five (5) delivered podiums. This will provide the same capabilities for all podiums. Program Objectives and Outcomes A. Each multimedia podium will have the following capabilities more detail is provided in the specification sheet. (1)Ability to Interface with a laptop computer (both Macintosh and MS-Windows format). This also includes a power outlet convenient to the interface connection(2)Incorporated Document Camera (3)Incorporated personal computer connection ( computer will be supplied by NRC)(4)Hinged workspace shelf to accommodate wheelchair bound instructors. (5)Integrated Confidence Monitor with moveable arm on the same side as the hinged arm for wheelchair bound instructors.(6)Integrated VHS/DVD player (7)Additional RCA jack connection for an extra video input (8)Console operation for selecting video inputs, controlling volume, and controlling projection screen (9)Remote operation of all console features with a portable handheld device. (10)Each podium will be mounted on lockable wheels so that they can be (11) disconnected and moved easily. (12)Electrical power connections for all devices will have surge protection. (13)Integrated sound system with surface mount speakers and integrated subwoofer (14)Interface with an Optoma EP-739 Video Projector. B. Installation must include a wall mounted jack that includes power, RGB connection, RS-232, and CAT 5 Ethernet connection. The cabling to the podium will be sleeved and protected in a flat cover to prevent a tripping hazard between the podium and wall connection. At least ten feet of cabling will be available C. An NRC representative will perform acceptance testing for all features of the podiums to ensure contract compliance. Section 508 Requirements The requirements for Section 508 will be fully complied with for the podium and multimedia equipment. Place of Performance Five of the podiums may be assembled and pre-tested at the vendor?s facility. The Agency supplied podium will be equipped, tested, and installed at the Professional Development Center, 7201 Wisconsin Avenue, Suite 425, Bethesda, MD All equipment will be installed and tested at the Professional Development Center, 7201 Wisconsin Avenue, Suite 425, Bethesda, MD. Period of Performance The period of performance for this contract will start on or about October 1, 2007 and must be completed by December 30, 2007. Installation and testing will be performed on Evenings or Weekends in order to prevent disruption in classroom use. Arrangements will be made for an NRC representative to be available for access to the Professional Development Center and acceptance testing. <u> MINIMUM SPECIFICATION REQUIRED OR EQUIVALENT FOR THE NUCLEAR REGULATORY PROFESSIONAL DEVELOPMENT CENTER PODIUMS </u> 1. Podium Computer System (the following computer specification may be equivalent) (a) Processor: Intel Core 2 Duo T7600 (2.33 Ghz / 4MB L2 Cache / 667MHz FSB) (b) Memory: 4GB Dual Channel DDR2 SDRAM at 667 MHz 2 DIMM memory (c) Keyboard: standard (d) Monitor: 17-inch Wide Screen UXGA (e) Video Card: 512MB NVDIA Quadro FX 2500 (f) Hard Drive: 100 GB (7200 RPM) (g) Operating System: Microsoft XP Professional, SP2 (h) Mouse: 2-button scroll optical USB mouse (i) CD-ROM or DVD-ROM Drive: 8X CD/DVD Burner (DVD+/-RW) with double layer DVD+R write capability (j) Ethernet: Built in Ethernet card with RJ45 port (k) USB 2.0 Ports: 2- USB 2.0 ports (l) Modem: Built in Modem with 1 RJ11 Modem port (m) Service: 3 year limited warranty plus 3 year NBD On-site service (n) NO WIRELESS CONNECTION 2. Podium Remote Control System a. Portable Electronic Touch Screen or Hand-Held Remote Control with local podium pushbuttons b. Remote Control Device Controls (1) Video Projector (2) Projection Screen (3) Input Device Selection (Laptop, Computer, Video Unit, and External Video and Audio) 3. Podium External Connection a. External Video and Audio b. Laptop Computer (including a power outlet for the laptop computer) 4. Document Camera (a) Drawing tool for annotating camera images (b) Rotate (90, 180, and 270 degree) orients landscape to portrait (c) 2 XGA outputs (d) 2 XGA inputs (for use as a switcher) (e) Store and recall up to 8 images instantly (f) Split-screen viewing for comparing 2 different images (g)USB connection for saving images to computer (h) Reflective and transmissive light sources (i) 810,000 pixels (j) 12X magnification (k) Camera rotates and arm swings down for point of view camera angles (l) Variable output resolution: VGA, SVGA, XGA (m) Hi-contrast controls for high visibility in low light (n) Manufacturers one year RTB warranty 5. DVD/VCR Player (a) Four (4) head VHS VCR (b) DVD player capable of playing DVD, VCD, audio CD, MP3 discs 6. Multimedia Sound System (a) 75 watts per channel output (b) Speakers may be wall, ceiling, or podium mounted but must be flush with the mounting surface. 7. Microphone 8. 15 inch Touch Screen Confidence Monitor with annotation capability (a) Report rate- 125 points/sec (b) Addressable Pixels- 1024 x 768 (c) Pixel Pitch- .012" by .012" (.297mm x .297mm) (d) Brightness- 250 cd/m3 (e) Contrast Ratio- 400:1 (f) Viewing Angle- U/D: 40 / 60, L/R: 60 / 60 9. Master Power Switch 10. Podium Specification (a) Podium Dimensions (1) Width: No larger than 32 inches (2) Depth: No larger than 32 inches (3) Height: No higher than 46 inches and no lower than 42 inches (b) Finish: Walnut or Black (finish options to be presented to the NRC for selection. (c) Portability: Each podium will have lockable wheels on swivels to allow easy movement and repositioning of the podium. (d) Each podium will have a side drawer to store the document camera (e) Each podium will have a lockable side leaf to hold a laptop computer 11. Each podium will have a power conditioner to protect podium equipment from damage due to voltage fluctuations. (a) Low-impedance, isolation transformer based power conditioning device (b) Accommodate at least a 2 Amp load (c) Four outlets <u>TERMS AND CONDITIONS</u> The full text of the FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: (1) 52.212-1, Instructions to Offerors (Sep 2006) Commercial, (2) FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999), (3) FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007) (4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (NOV 2006) and (5) Compliance with U.S. Immigration Laws and Regulations. Offerors must include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2006) or indicate that they are registered on www.bpn.gov/orca. <u>EVALUATION FACTORS</u> Proposals will be evaluated based on Lowest Price Technically Acceptable. (1) Meet?s the Minimum Specifications contained in the Statement of Work and the Minimum Specifications indicated in this combined synopsis. (2) Past Performance: The offeror must demonstrate successful past performance in performing work that is similar in size and scope to this procurement. The offeror shall submit at least 5 references for contracts performed in the past 3 years. Each contract reference shall be limited to one page length to include: (a) Contract Number; (b) Name and Address of Government Agency; (c) brief description of the type of work; (d) Contracting Officers name, Telephone Number and E-mail Address; (e) Technical Representatives Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Estimated Amount; and (h) Obligated Amount. NRC intends to evaluate offers and award without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The close date for the proposals is August 29, 2007 by 12:00 p.m est. (local time). Proposals are required to be submitted either electronically via e-mail to jrm6@nrc.gov or in hard copy form. Interested offerors shall submit one (1) original and one (1) copy of the technical and cost proposal. The e-mail version shall be submitted in pdf. Hard copies shall be delivered to 11555 Rockville Pike, Mail Stop T-7-I-2, Rockville, Maryland 20852 and received in the depository located in Room T-7-I2. All offerors shall allow extra time for internal mail distribution. NRC is a secure facility with perimeter access control and NRC personnel are only available to receive hand-carried proposals between 7:30 a.m. - 3:30 p.m., Monday through Friday, excluding Federal Holidays. Hard copies must be submitted no later than September 7 by 12:00 p.m est. Fax submissions from Offerors will not be accepted. Prospective Offerors may submit questions in response to this Combined Synopsis/Solicitation in writing no later than August 21, 2007 (local time). Questions must be sent to Jeffrey R. Mitchell/Contracts Specialist via e-mail at jrm6@nrc.gov. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. For information regarding this acquisition contact Jeffrey R. Mitchell via e-mail at jrm6@nrc.gov. Phone calls will not be accepted. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the U.S. Government (USG). The USG reserves the right to reject any and all offers received.
 
Place of Performance
Address: 7201 Wisconsin Ave, Suite 425, Bethesda, MD
Zip Code: 20814
Country: UNITED STATES
 
Record
SN01371300-W 20070815/070813222023 (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.