Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

59 -- Audio Visual/Video Teleconferencing System

Notice Date
7/29/2008
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-IEOCPROJECT
 
Response Due
8/4/2008 11:30:00 AM
 
Archive Date
8/19/2008
 
Point of Contact
Anthony J Williams,, Phone: 703-696-1496, Meghan Morgan,, Phone: 703-696-4013
 
E-Mail Address
anthony.williams@whs.mil, meghan.morgan@whs.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Amendment (001) is to: a. Incorporate FAR 52.229-3 – Federal, State, and Local Taxes by reference b. Requested that all proposals be sent to the following address: Washington Headquarters Services Acquisition & Procurement Office Attn: Anthony Williams 1777 North Kent Street, Suite 12063 Arlington Virginia 22209 (703)696-1496 Offerors are advised to take proper steps to assure timely receipt of their proposals. If an offeror plans to hand, deliver their proposal, please call (703)696-1496, or email Anthony Williams at anthony.williams@whs.mil in advance to coordinate delivery time. c. Provide answers to questions submitted from offerors. Note: In response to the many questions received, the Government will revise the specification of the IEOC via amendment 0002. Amendment 0002 will also furnish answers to those questions that were not completely answered in this amendment 0001. It is anticipated that amendment 0002 will be issued within two days. Questions and answers are as follows: 1. Is this project tax-exempt? Yes 2. Does this job have prevailing wages? This is a supply contract requirement, prevailing wages are not applicable. 3. Will submittal of lump sum “net amount” in Item 0001 be sufficient for a complete offer? Yes, a lump sum firm fixed price would be sufficient to complete an offer for this requirement. 4. How are Experience, Past Performance, and Price weighted in the consideration of offers, in percent of score? The contracting officer has not assigned percentages. See the Note, in the Clause 52.212-2 Evaluation-commercial Items of the RFP, which reads: Together, the experience and past performance factors are more important than price. 5. How is the reasonableness of price defined for the purpose of this evaluation? The contracting officer will use the appropriate technique among those set out in FAR Part 15 to establish price reasonableness. FAR 15.305 (a) (1) states that "Normally, competition establishes price reasonableness". 6. If there are any bond requirements for this project? This requirement does not have any bond requirement. 7. If there are, can you please specify which bonds are required? Not applicable. 8. SRA International & AVS (Audio Video Systems) were the Audio Visual Consultants on this project. Will either of these companies be allowed to submit a bid for this project? The consultant is not eligible for an award on this requirement. 9. Is this a new program or are the services being currently provided under a different contract? This is a new requirement. 10. I was wondering if I could get the contact information for the program officer for this opportunity. The contact information for the program officer is not available for release. 11. I cannot find the name of the Consultant in my paper work and you told us yesterday, but of course, I did not write it down? The consultant for this project was SRA international Inc. 12. On page 23 of the main solicitation, it states that payment will be made for items accepted by the Government that have been delivered to the destination. Does this mean progress payments? No. 13. Should we be the successful bidder, this is a large dollar value contract and we would need to discuss progress payments? No. 14. Will the Government provide a bidders list for the A/V project? No. 15. The IEOC equipment list indicates a quantity 0 for the Auto patch central switch. Is this item to be GFE? Please clarify. Reference Drawing EU-21. Quantity is 1 16. The IEOC equipment list indicates a quantity of 140 for the Auto patch transmitter/receiver mounting plates. This does not appear to correspond to the drawings. Please clarify. Reference Drawing EU-21. Quantity is 104 17. The IEOC equipment list includes a Custom Screen. Please provide the minimum specifications for this screen, make model, etc. Refer to Division 17, Section 17200. 18. The IEOC equipment list includes a CODEC. The drawings indicate that the CODEC is GFE. Please clarify. Reference Drawing EU-21. This is a GFE Codec 19. The IEOC equipment list includes a lighting Control Interface. The drawing indicates that the lighting control interface is GFE. Please clarify. Lighting Control Interface will be a new purchase by the GC electrical contractor 20. The IEOC equipment list includes a Graphic Information Display System (PICPP). This PICPP is not indicated in the drawings. Is this item GFE? Yes its GFE 21. Please provide specifications for the Graphic Information Display System. Information will be provided upon award 22. The IEOC equipment list includes four TV set top box-tuners. Set top box-tuners are not indicated in the drawings. Please provide clarification. These are Government Furnished, Contractor Installed (GFCI). See EU-25/26 23. The IEOC equipment list includes two Samsung 1920x1200 displays. Are these units to be desk mounted on the SWO and ASWO? (Yes) 24. The specifications states that “one of the dedicated computers shall be connected to Smart Technologies overlay.” This overlay is not included in the equipment list and the connection is not indicated in the drawings. Is this overlay GFE? If not, please provide specifications. GFE. AP-11 on Drawing EU-20 and in the equipment list on EU-21. 25. The specifications states that there will be seven GFE LCD monitors located on the wall of the PCC. The drawing shows a total of nine GFE LCD displays. Please clarify. Please use 9 26. The equipment list includes two 46” LCD monitor displays. These 46” LCD displays are not indicated on the drawings. Please clarify. Item AP-4 on drawing EU-20 27. Are mounts for the GFE LCD displays also GFE? (Yes) 28. Are the two 1920x1200 Preview LCD displays to be wall mounted or on desk stands? (Desk) 29. The PCC equipment list includes a Custom Screen. Please provide the minimum specifications for this screen, make model, etc. Refer to Division 17, Section 17200. 30. The equipment list includes one RDL mixer. This unit is not indicated on the drawings. Please clarify. Item is replaced by the Crestron C2N-VEQ4 or equivalent item. 31. The equipment list includes a total of 12 speakers. The drawing indicates a total of 16 speakers. Please clarify. 12 speakers. See Drawing EU-57 32. The equipment list includes one Miranda K2 video processor. The drawing indicates that the Miranda K2 processor is GFE. Please clarify. GFCI. 33. The PCC equipment list includes four TV set top box-tuners. Set top box-tuners are not indicated in the drawings. Please provide clarification. GFCI 34. The PCC equipment list includes a lighting Control Interface. The drawing indicates that the lighting control interface is GFE. Please clarify. AV contractor will provide the control cabling and program to control the lights. Dimmer system to be provided by the GC electrical contractor. 35. The specifications state that the AV system shall have 20 dedicated computers plus one laptop connection. The drawing only indicates a total of 20 GFE computer connections. Please clarify. Size and price unit to handle more than 20 computer connections 36. Is the AV contractor to provide services to install the GFE Smart Technologies whiteboard? If so, please provide details. Yes, details provided upon award. 37. Is the AV contractor to provide services to install the GFE projector associated with the GFE Smart Technologies white board? If so, please provide details. Yes, details provided upon award. 38. The specifications state that the GFE projector associate with the GFE Smart Technologies white board is connected to the groups RBG switch. This is not indicated in the drawings. Please clarify. GFE Smart board will be attached to the RBG switch 39. The SOAD equipment list includes a Custom Screen. Please provide the minimum specifications for this screen, make model, etc. Refer to Division 17, Section 17200.. 40. The specifications refer to an “existing 3D display system.” This 3D system is not indicated in the drawings. Please provide details, specifications and clarifications. System is GFE. Information will be provided upon award 41. The equipment list includes a 3D Modeling System projector and 3D Modeling screen. Are these items GFE? If not, please provide details and specifications. See Question # 40 42. The equipment list includes one Extron RGB468Mxi wall plate. This wall plate interface is not indicated in the drawings. Please clarify. Extron RGB468Mxi wall plate will be included as part of the installation. 43. The equipment list includes one RDL mixer. This unit is not indicated on the drawings. Please clarify Item is replaced by the Crestron C2N-VEQ4 or equivalent item. 44. The equipment list includes one Miranda K2 video processor. The drawing indicates that the Miranda K2 processor is GFE. Please clarify. GFCI 45. The SOAD equipment list includes four TV set top box-tuners. Set top box-tuners are not indicated in the drawings. Please provide clarification. GFCI, See Drawing Eu-36/37 46. The SOAD equipment list includes a lighting Control Interface. The drawing indicates that the lighting control interface is GFE. Please clarify. AV contractor will provide the control cabling and program to control the lights. Dimmer system to be provided by the GC electrical contractor. 47. The equipment includes one LCD monitor without any description. Please clarify. One is for AS-4 and the other is for AS-17. See EU-21. 48. The specifications refer to a KVM switch. This KVM switch is not indicated in the drawings or on the equipment list. Is the KVM switch GFE? Is the AV contractor to provide services for the installation of the KVM switch? Please provide details, specifications and clarification. KVM is GFE and will be installed by the IT contractor 49. The specifications state that there shall be two sets of four computers dedicated to the monitoring. The drawing indicates two sets of five computers. Please clarify. The correct number is two sets of 5. 50. The specifications refer to “nine other operator positions.” The drawing indicates only eight additional computer connections. Please clarify. Provision for 9 connections. 51. The specifications state that four auxiliary flat panel displays shall be mounted, two on either side of the main display. The Drawing only indicates two GFE displays. The equipment includes two 46” LCD displays but not as GFE. Please clarify. Two are GFE the other two are new purchases 52. The equipment list includes two miscellaneous flat panel displays without specifications. Please clarify. These are GFE and specs will be provided upon award 53. The equipment list includes one RDL mixer. This unit is not indicated on the drawings. Please clarify. Item is replaced by the Crestron C2N-VEQ4 or equivalent item. 54. The equipment list includes one Miranda K2 video processor. The drawing indicates that the Miranda K2 processor is GFE. Please clarify. GFCI 55. The equipment list includes four TV set top box-tuners. Set top box-tuners are not indicated in the drawings. Please provide clarification. GFCI See Drawing EU-42/43. 56. The equipment list includes a lighting Control Interface. The drawing indicates that the lighting control interface is GFE. Please clarify. AV contractor will provide the control cabling and program to control the lights. Dimmer system to be provided by the GC electrical contractor. 57. The equipment includes a total of six 46” LCD displays. The drawing indicates only four. Two for the Planning room and two for the Logistics room. Please clarify. There are six on the drawings. Refer to EU-20, the other two are in the Finance Room. 58. The equipment list includes only two video scalers. The drawing indicates one required for each room for a total required quantity of three. Please clarify. Three required 59. Please provide the specifications for the screen to be installed in the Operations conference room. Refer to Division 17, Section 17200. 60. The equipment list includes a total of eight speakers. The drawing indicates a total of six speakers, two in each room. Please clarify. Eight is correct. The other 2 are for the finance room and will be feed from R-1 (IEOC Main Switch) 61. The equipment list includes a total of seven LED Message Signs. Drawing indicates two for each room for a total of six. Please clarify. Refer to drawing EU-20 for sign location. Item 4AC-8. 62. The equipment list includes two 46” LCD displays. These displays are not indicated in the drawing. Please clarify. Refer to Drawing EU-21 for updated equipment list. 63. Are the fiber transceivers to be furnished and installed by the AV contractor? If so, please provide specifications. Yes, Vendor to specify. 64. Please provide specifications for the screen. Refer to Division 17, Section 17200 65. Please provide specifications for the GFE CODEC. Tandberg 2500 66.The equipment list includes a lighting Control Interface. The drawing indicates that the lighting control interface is GFE. Please clarify. AV contractor will provide the control cabling and program to control the lights. Dimmer system to be provided by the GC electrical contractor. 67. Please provide specifications for the custom screen. See answer above. 68. The equipment list includes two video scalers. Only one is indicated on the drawing. Please clarify. One scaler required per the drawing 69. The equipment includes one LED message display. The specifications state that one sign will be outside the room and one sign will be inside the room for a total of two units. Please clarify. Two signs are required. 70. The equipment list includes one 6 zone clock. A clock system is not mentioned in the specifications for the Conference Room. Please clarify. Same clock as the one in the Leadership Conference room. 71. Is the CODEC for the Conference Room GFE? Please provide specifications. Tandberg 2500. 72. The equipment list includes a lighting control interface. Lighting control is not indicated in the drawing. Please clarify. AV contractor will provide the control cabling and program to control the lights. Dimmer system to be provided by the GC electrical contractor. 73. The equipment list specifies (4) TVOne/ 1T-PCDVI-PCDVI for the IEOC Room. However, the block diagram only indicates (1). Please clarify how many units are necessary. (4) 74. The equipment list specifies (1) RDL/ FP-MX4 for the IEOC room which is not indicated on the equipment list. Please clarify if this equipment is necessary. (Yes) 75. The equipment list specifies (6) SoundTube/ RS600I-BK speakers and (3) SoundTube/ CM600I-WH speakers for the IEOC room. However the Block Diagram only indicates (8) SoundTube/ RS600I speakers. Please clarify which specification is correct. Use the (8) SoundTube/ RS600I speakers 76. The equipment list specifies (2) Middle Atlantic/ WRK-24MDK racks in the IEOC Room. However there is only a quantity of (1) for the rack accessories needed. Please clarify the quantity of these racks needed. (2) 77. The rack for IEOC labeled R-10 on the equipment list seems to be indicated as R-11 on others documents. Please clarify if R-10 correctly identified on the equipment list. Drawing EU-21 AV Equipment List identified the IEOC rack as R-11. This agrees with Drawing EU-20. R-10 is located in the Conference room. Do not know what equipment list you are referring to. 78. The racks specified for the BOCC and the Conference Room are both labeled R-5 on the equipment list. Please clarify if it is correct to assume that the Conference Room’s rack should be labeled R-10. (Yes) 79. The Autopatch/ 8Y-3000 is not specified on the equipment list or on the master quote number #058839M. Please clarify if this equipment should be provided. Price it as if the vendor will provide. 80. The Sony/ EVI-D100 specified on the equipment list for the IEOC is not indicated on the block diagrams. Please clarify how this will be integrated and if we should provide cabling. This is Item AI-11 on the drawings. This is a stand alone camera for monitoring and recording of events on the IEOC floor. Full purpose of this camera was not determined at the time of the design. Run R2-232 and a Composite Video cable on an RCA (Phono) Connector from the camera to R-11. further instructions will be provided upon award of contract. 81. Drawing EU-25 indicates a 2-way radio. Please clarify if we are providing this item and/or cabling to this item. 2-way radio is GFE. Cabling for the radio will not be done by the AV contractor. 82. The equipment list specifies (4) TVOne/ 1T-PCDVI-PCDVI for the PCC Room [(2) in R-3 and (2) in R-11]. However, the block diagram only indicates (1). Please clarify how many units are necessary. (4) 83. The equipment list specifies (2) Sharp/ PN465U LCD monitors for the PCC room. However, the block diagrams do not indicate these displays. Please clarify how these are being integrated and if they should be provided. These are listed as AP-4 on EU-20. 84. (9) GFE/ plasma displays are indicated on drawing EU-28, (7) are indicated on the AV Equipment Overlay drawing, and (8) are specified on the equipment list. Please clarify the correct quantity. (9) 85. The equipment list specifies an RDL/ FP-MX4 mixer for the IEOC, PCC, SOAD, and BOCC rooms which is not shown on the block diagrams. Please clarify whether this item is necessary and, if so, how it will be integrated. Item is replaced by the Crestron C2N-VEQ4 or equivalent item 86. Page 13 of Division 17 specifications specifies the two offices in the PCC will shall each have a 37 in. LCD monitor w/ speakers. Please clarify if these are GFE or if they should be provided. Vendor provided 87. Drawing EU-57 indicates control cable running to all speakers. Please clarify if this is the correct cable. Same or equivalent cable is required. 88. The drawings indicate (2) Fiber lines running from the IEOC to the Conference room. Please clarify if these are the only (2) fiber lines needed for this job. Based on the Fiber Modem installed, two circuit need to be installed. Minimum Fiber pull should include spare pairs for future growth. Pull in a twelve strand fiber.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90679b43c946d14158053e24a6570b97&tab=core&_cview=1)
 
Place of Performance
Address: Washington DC Area, United States
 
Record
SN01625808-W 20080731/080729225131-90679b43c946d14158053e24a6570b97 (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.