Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2008 FBO #2575
SOLICITATION NOTICE

63 -- Digital Signage System

Notice Date
12/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron, 2000 Wyoming Blvd SE, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAA8261A002
 
Archive Date
1/24/2009
 
Point of Contact
Lloyd L. Porterfield,, Phone: 505-846-8140, David E Romo-Garza,, Phone: 505-846-4877
 
E-Mail Address
lloyd.porterfield@kirtland.af.mil, david.romo-garza@kirtland.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 334310-Audio and Video Equipment Manufacturing, Size Standard 750 employees. Solicitation/Purchase Request number F2KBAA8261A002 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26, effective 12 June 2008. The Government intends to award one contract line item number (CLIN 0001) for one (1) each Digital Signage System in accordance with the following specifications: 1. Client: United States Air Force, Air Force Research Laboratory, Directed Energy Directorate located at Kirtland Air Force Base, New Mexico. 2. Scope of Work: Vendor actions are required to provision, engineer, integrate, install and configure a Digital Signage System in the AFRL Conference Center, 1750 Kirtland Drive, Building 201, Kirtland Air Force Base, New Mexico, 87117. Vendor actions are required for: a. Provisioning, engineering, software & hardware configuration, integration, installation, hardware assembly, testing, and on site training, for a stand alone digital signage system consisting of 5 digital signs one server to remotely administer all signage from a single point. The system to be used to provide customers information such as scrolling messages, room schedules, current event in conference room and any custom messages, videos, audio or cable TV events needed by the conference facility staff. b. Provisioning, engineering, software & hardware configuration, integration, installation, hardware assembly, testing, and on site training, for a standalone digital signage system to include 5 digital signs located at each conference room and one server located at kiosk. 3. Specific Requirements: a.) Digital display - Located at entry way of each conference room, size from 20" - 27" with audio. b.) Signage server - Located at the kiosk area to provide a single point of administration. c.) Security: System will have an administrator logon and user logon profiles and cabling will be a standalone system not connected to existing network.. d.) Inputs: 1 PC at workstation, 1 laptop and 1 cable TV. All holes made by vendor will be properly covered using appropriate boxes and plates. Power is provided at all locations. e.) Vendor will coordinate any structural modifications with government. All holes made by vendor will be properly covered using appropriate boxes and plates. f.) Systems Testing - The vendor will provide a draft and final (upon approval) written & operational System Test Plan, both specified in writing and by performing the following actions that: a. Confirms system connectivity operation. b. Ensure the system, all internal, systems diagnostics, audio, video and network (at all available band-width speeds). c. Test all audio & visual functions g.) Quality Assurance - Required System Operation a. Administrator logon b. User logon h.) Setup Configurations - i.) System Manuals and Records - Minimum of one (1) hard/electronic copy of Installation and Operations Manuals including troubleshooting guidelines for each system to include error code determination matrix, all setup/configuration and cabling connections for each system IAW AFI 33-117. j.) Vendor to provide one (1) copy of all systems configuration charts, diagrams, blueprints, program backup, etc... to identify all systems cabling connections. One set for each system. k.) Software Updates - will be performed remotely accessing the internet and downloading the most recent, authorized version of software, and performing a remote software upgrade. l.) Software Updates of the Control Units - shall be performed on an as needed basis or when software upgrades to the Control Units are released and installed by the vendor. If not covered under warranty or a maintenance agreement, vendor to provide a cost breakout and consolidated price listing for these services. m.) Training - Vendor shall provide on site training for up to six (6) designated government (military/contractor/customer included) individuals. n.) Environmental Requirements - Vendor shall identify any environmental restrictions/requirements that would require government or vendor modification, example: Air conditioning, AC Power Requirements o.) Warranty Information - The vendor shall provide a "by item" breakout of all warranty information. The vendor shall specify warranty periods for all installed, new components to include: Displays, signage hardware devices, Signage Server system, Plasma/LCD Monitor, Control Unit Remote Controls, Remote Controls, Plasma/LCD Remote Controls, any additional interface equipment and cabling. The vendor shall provide all booklets, periodicals, manuals for all of the hardware, software and electronic interfaces installed. These periodicals shall have the Serial Number(s) and Model Numbers of the components referenced, so the facilitators may reference the component information when making inquiries with the manufacturer. The vendor shall also provide an electronic bill of materials, listing each individual piece of hardware, for RVIR life cycle accounting purposes. Desired Delivery Date: 1 May 2009 FOB: DESTINATION Inspection and acceptance: DESTINATION The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.219-1 Small Business Program Representations and FAR 52.219-1 Alternate I; FAR 52.251-1 Government Supply Sources; DFARS 252204-7004 Central Contractor Registration; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquititions of commercial items. DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7036 Buy America Act-Free Trade Agreements-Balance of Payments Program and DFARS 252.225-7036 Alternate I; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of supplies by sea; DFARS 252.247-7023 Alternate III; DFARS 252.225-7002 Qualifyint country sources as subcontractors; DFARS 252.211-7003 Item Identification and Valuation; Offeror will be evaluated in accordance with FAR 13.106-2 Evaluation of quotations or offers; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.219-6, 52.219-28; 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33]; FAR 52.252-2 Clauses Incorporated by Reference, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire the status of your payment. SHIPMENT MUST BE RECEIVED COMPLETE IN ORDER TO INVOICE. PARTIAL SHIPMENTS AND PAYMENTS ARE NOT AUTHORIZED ON THIS ORDER. All offers are due no later than 9 January 2009, 5:00PM (Mountain Standard Time). Offers may be mailed to 377 CONS/LGCA, ATTN: Lloyd Porterfield and David Romo-Garza, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, emailed to lloyd.porterfield@kirtland.af.mil and david.romo-garza@kirtland.af.mil or faxed to (505) 846-4262, ATTN: Lloyd Porterfield/David Romo-Garza. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9758517671f87ba332e9822efbbd312a&tab=core&_cview=1)
 
Place of Performance
Address: AFRL Conference Center, 1750 Kirtland Drive, Building 201, Kirtland Air Force Base, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN01718068-W 20081214/081212215152-9758517671f87ba332e9822efbbd312a (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.