Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

N -- Audio Visual Upgrade to the Auditorium at the Utah National Guard Complex in Draper, Utah

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2S-8199-0505
 
Response Due
8/26/2008
 
Archive Date
10/25/2008
 
Point of Contact
Diane Johnson, 801-245-2312
 
Small Business Set-Aside
N/A
 
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. Solicitation W67K2S-8199-0505 is being issued as a Request for Quotation. This requirement is an UNRESTRICTED acquisition. The NAICS code is 334310 and the Standard Industrial Classification (SIC) 3669 applies to the procurement. SPECIFICATIONS: The Utah National Guard has a requirement for an Audio Visual Upgrade to the Auditorium at the Utah National Guard Complex in Draper, Utah. DESCRIPTION: Audio Visual Equipment and parts for Draper Complex Auditorium are specified as Brand name or equal. With that, the term or equal is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The Contractor shall provide the following: 0001 Projector, 6000 Lumen, Christi Model CHRLX500 1 each 0002 Short Throw Lens, Christi Model CHR38-809056-01 1 each 0003 LCD Projector Bracket, Chief CHIRPAU 1 each 0004 Rear Projection Dual Mirror Mount, Dalite DAL23189 1 each 0005 Mylar Mirrors with fine tuning adjustments, Dalite Custom 2 each 0006 12 x 8 Matrix Mixer with audio, Extron EXT6022015 1 each 0007 RGB Distribution Amplifier, Extron EXT6048801 1 each 0008 Advanced Web Control Option, RGB Spectrum AWC40006/6 1 each 0009 Multi Window Video Processor Super View 4000, RGB Spectrum SV40006/6 1 each 0010 Background and Foreground, RGB Spectrum BKF40006/6 1 each 0011 108 x 192 Front Projection Electric Ceiling Mounted Screen, Dalite DAL99287 - 1 each 0012 Low voltage Controller, Dalite DAL40973 1 each 0013 7700 Lumen SXGA Projector No Lens, Christi CHR38VIV403-01 1 each 0014 Zoom Lens 6.3-9.0.1., Christy CHR3880907051 1 each 0015 Projector Bracket, Chief CHIRPA 1 each 0016 Ceiling Mount, Chief CHICMA115 1 each 0017 Chief Adjustable Ceiling Pole, Chief CHICMA100 1 each 0018 VHS/DVD Player, Sony SONSLVD380 2 each 0019 DVD Player with Rs232, DENON DENDNV310 2 each 0020 Custom Shelf for DVD and VHS Players, Chief CHIRSH4 Shelf 2 each 0022 17-inch Preview LCD Monitor, Samsung SAM171NBLACK 1 each 0023 Speakers Only, JBL JBLAS2212/95 2 each 0024 3-Com Port Control Card, Crestron CREC2COM3 1 each 0025 Crestron Controller, Crestron CREpro2 1 each 0026 Volume Controller, Crestron C2NVEQ4 1 each 0027 Distribution Block, Crestron CREC2NHBLOCK 1 each 0028 Ir Pods, Crestron CREIR2, 1 each 0029 Relay Module, Crestron CRECNXRY16 1 each 0030 12 Touch Panel, Crestron CRETPS12B 1 each 0031 Swivel Mount Kit, Crestron CRESMK121517 1 each 0032 Control Panel Mount Kit Order with Lectern, Crestron Custom 1 each 0033 75 Watt Power Supply, Crestron CRECNPWS75 2 each 0034 Marshal Furniture Custom Lectern, Marshall MLP5560Custom 1 each 0035 Shure 18 Podium Microphone, Shure MX412 1 each 0036 12 Lectern Mount Touch Panel, Crestron CRETPS12LB 1 each 0037 Equipment Rack for Lectern, Middle Atlantic BRK12 1 each 0038 Power for Lectern, Middle Atlantic MIDPD915R 1 each 0039 VGA Wall Plate, Liberty Custom 1 each 0040 House Lighting Controller Dependent on Current Lighting System, Crestron Custom 1 each 0041 Sympodium, Smart SSID350, 1 each 0042 Miscellaneous Materials, AVI Custom Provide as needed NARRATIVE STATEMENT OF WORK ON SPECIFIED EQUIPMENT: Rear Display System: One 6000 Lumen LCD video/data projector displaying standard (2) NTSC video and (2) standard XGA (1024x768 computer sources will be installed and used for rear projection. The screen for the projected image is existing screen mounted in place. The rear projector will be installed in the custom designed dual mirror system. The dual mirror system will need to be specifically designed with the projector and the screen due to the limited distance in the room. A sight survey to determine the exact dual system will be required. Front Display System: One 7700 HD front displaying standard (2) NTSC video and (2) standard XGA (1024x768) computer sources will be installed in the rear of the auditorium. The projector will be suspended from the ceiling. The projector will need to be equipped with a long throw lens. The long throw lens will need to be installed in the projector. The lens will need to be determined by a sight survey to provide correct lens and distance to the screen. One ceiling mounted electrically operated screen will be used in the front of the room. This screen will be 108 x 194 inches. The screen will be used for the front projection system. The advantage of this screen is the ability to show one large side screen application or have the ability to show multiple windows on the screen at one time through an RGB Spectrum processor. Display Inputs: This system will have connectivity for up to three computers. One computer connection will be installed at the lectern, and two computer connections will be installed in the equipment room. One 17 preview monitor will be installed in the equipment room. Additionally, the system will be equipped with two VHS and two DVD players. One will be installed in the lectern on the stage. One VHS and DVD player will be installed in the equipment room. This system will also accept up to five additional inputs. The five additional inputs can be used for (in place) cable or satellite or additional computer inputs. Control System: One graphic wireless LCD control interface forms the center of this A/V presentation system. It provides simple, automatic operation of the presentation environment. A central presentation control system will be located in the equipment room. The controller will be used to connect and select sources, power the projectors, control the VCR and DVD, select between front or rear projection, the front projection screen, and control the volume. One additional LCD controller will be installed in the lectern on the stage. The controls on the panel will have the same features as the equipment rack controller. The Crestron controllers will need to be designed with the Utah National Guard requirements before the completion of the project. Multi Function Processor: One RGB Spectrum multi format switcher and multi window processor will be installed for this project. The processor will allow for up to six separate windows to be displayed on the front projection screen only. The sources will be selected from presets on the control panel. Lectern: One custom lectern will be provided by Marshall Furniture Company for the stage. The lectern will house the DVD and VHS players. One Smart symposium will be installed on the lectern. The Smart symposium will allow for the instructor to annotate on the computer presentation when in rear projection mode only. One microphone will be installed on the lectern. Lighting Control: The auditorium has eight rows of lighting currently. The lighting will need to be updated to be able to provide control by the control system. The lighting will need to be verified it can work with the Crestron control system. Ethernet Interface: This system has been IP enabled to be interfaced, monitored and controlled through the network. This allows the system to be easily upgraded for the ability to be interfaced with other rooms for feature such as remote administration and monitoring. Audio System: This system utilized four (in place) JBL ceiling speakers. The speakers, Biamp Audio system and amplified which are controlled separately from the Crestron control system. Four (in place) Shure wireless microphone systems will be connected to the system. Stage Lighting: There are two (2) lights in the existing lighting system referred to as spot lights. They are to be replaced with two focused spot lights. The stage lighting would be 6 to 8 lights each at a rating of 750 to 1000 watt variable focus spots to flood lights placed on either side of the auditorium on the wall or vicinity of the steel support columns. The stage would then be lighted in three to four controlled sections lit across the entire stage. Stage Drapery: Stage drapery is requested for the front of the stage. The stage drapes could be manual or controlled by the Crestron controller system (the final decision will be made at the walk through) opened when the rear projection system is in use. The drapery color requested is grey and would need to cover 70 wide and 8 high. System Implementation: Selected Vendor will provide a turnkey multimedia system to include equipment, implementation and warranty. Installation includes engineering, coordination and labor for display, video, audio, smart control systems and related equipment to include required plates, connectors and cables. System Engineering, to include: 1.Preparation of system functional interconnection diagram 2. Facility and equipment location drawing. Project Coordination, including meetings with the clients technical representatives and projection coordination to include: 1.System implementation monitoring 2.Schedule project and oversee installation team 3.Equipment staging 4.Ensure final punch-list items are completed Field Labor, to include: 1.Pulling and bundling cables 2.Terminating of all cable 3.Labeling all cables 4.Mounting and terminating computer interfaces 5.Installing structural systems for multimedia equipment 6.Program control system 7.Adjusting and balancing audio settings 8.Ensure that the installed systems function as proposed 9.Site clean-up and rubbish disposal 10.Provide end-user training SITE VISIT INFORMATION: A mandatory site visit is scheduled for 14 August 2008 at 9:30 a.m. Offerors shall email the Contracting Officer at diane.johnson@utsalt.ang.af.mil to receive site visit information and instructions. PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall provide proposal information that substantiates the equivalency of the product offered to the product stated and required herein. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offerors proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1(b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.203-3 Gratuities; (2) FAR 52.204-4 Printed or Copied-Double Sided on Recycled Paper; (3) FAR 52.204-7 Central Contractor Registration; (4) FAR 52.212-1 Instructions to Offerors Commercial Items; (5) FAR 52.212-2 Evaluation Commercial Items; (6) FAR 52.212-3 Offeror Representations and Certifications Commercial Items, with Alternate I; (7) FAR 52.212-4 Contract Terms and Conditions Commercial Items; (8) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government; (b) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (c) FAR 52.219-8 Utilization of Small Business Concerns; (d) FAR 52.222-3 Convict labor; (e) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (f) FAR 52.222-21 Prohibition of Segregated Facilities; (g) FAR 52.222-26 Equal Opportunity; (h) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (i) FAR 52.222-36 Affirmative Action for workers with Disabilities; (j) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (k) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (l) FAR 52.222-50 Combating Trafficking in Persons; (m) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (n) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (o) FAR 52.233-3 Protest After Award; (p) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (9) FAR 52.228-5 Insurance Work on a Government Installation; (10) FAR 52.233-2 Service of Protest; (11) FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation; (12) FAR 52.252-2 Clauses Incorporated by Reference; (13) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (14) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; (15) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items; (16) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within DFARS 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.225-7012 Preference for Certain Domestic Commodities; (b) DFARS 252.225-7014 Preference for Domestic Specialty Metals; (c) DFARS 252.225-7021 Trade Agreements; (d) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; (e) DFARS 252.247-7023 Transportation of Supplies by Sea; (17) DFARS 252.225-7020 Trade Agreements Certificate; (18) DFARS 252.243-7002 Requests for Equitable Adjustment; (19) DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide the required system upgrade (licensed and certified in the proposed profession) that best meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Quotations are due NLT 4:30 p.m. MST on August 26, 2008. Offers may be sent via e-mail to Diane Johnson at diane.johnson@utsalt.ang.af.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0008ea7d10f3390a400485b5dc984f1&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN01633695-W 20080809/080807222224-d0008ea7d10f3390a400485b5dc984f1 (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.