Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

69 -- Classroom of the Future

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
2FA3300-09-R-0032
 
Archive Date
7/23/2009
 
Point of Contact
Jason T. Wilburn, Phone: 334-953-6615, Christopher Marquis, Phone: 334-953-6776
 
E-Mail Address
jason.wilburn@maxwell.af.mil, christopher.marquis@maxwell.af.mil
(jason.wilburn@maxwell.af.mil, christopher.marquis@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE AIR FORCE 42D AIR BASE WING (AETC) MAXWELL AIR FORCE BASE ALABAMA 19-Jun-09 FROM: 42 CONS/LGCA 50 LeMay Plaza South Maxwell AFB, AL 36112-6234 TO: All Interested Firms SUBJECT: Letter Request for Technical Proposal (Unpriced) Solicitation Number: FA3300-09-R-0032 1. This requirement is to furnish all material and labor required to utilize interactive whiteboard technology and video teleconferencing (VTC) educator systems to centralize computing resources and gain efficiencies in the delivery and administrative management of desktop/server images for the clients in the classroom for the Spaatz Center at Maxwell AFB, AL as described in the Statement of Objective (SOO) (See Attachment 1). 2. This acquisition is defined as a commercial item and will be conducted in accordance with Two-Step Negotiated Proposal using Simplified Acquisition procedures as outlined in Part 12, Part 13, Part 14.5 and Part 15.3 of the Federal Acquisition Regulation (FAR). This requirement is unrestricted. The NAICS code for this requirement is 334310, with a size standard of 750 Employees. Step One is to obtain unpriced technical proposals and Step Two will be the issuance of a Request for Proposals (RFP). In Step One, the technical proposals will be evaluated on a pass/fail basis on the criteria contained herein. In Step Two, only offers based upon technical proposals determined to be acceptable, either initially or as a result of discussions will be considered for an award. Each offer submitted in the second step must be based on the offeror's own technical proposals. 3. To ensure timely and equitable evaluation of technical proposals, offerors must comply with instructions contained herein. Technical proposals must be complete, self-sufficient, and respond directly to the requirements of this Request for Technical Proposals. The response shall consist of only the technical section. Technical proposals shall be limited to no more than forty (40) pages. Pages exceeding the page limitation set forth will not be read or evaluated, and will be removed from the proposal. Submit original plus four (4) copies. TECHNICAL PROPOSALS SHALL NOT INCLUDE PRICES OR PRICING INFORMATION. 4. Technical proposals will be evaluated on the criteria listed below: Offerors shall address the following evaluation subfactors so that an assessment of the offeror's ability to satisfy the requirement can be made: (a) Subfactor - Design and Implementation of Interactive Classroom Information Technology Systems: Provide a design and process for implementing an interactive classroom prototype as shown at Attachment 1 of the SOO. The design and process shall convey a solution that includes hardware that meet or exceeds the hardware baseline shown at Attachment 1 of the SOO. The design and process must address your understanding of the prototype project to include: (1) Systems Interoperability - solution to seamlessly share software files between agency's suite of hardware and software systems (Windows Vista, Blackboard, MS Office) to include audio and video files captured via proposed audio/video recording devices. (2) System Usability - solution must negate "air-gaps" measures to share/manipulate files; solution provides operating handbook (deliverable in E-format) to aid instructors/students understand functionally and capabilities of the proposed system (3) System Controllability - solution must provide integrated universal controlling device for all associated display, recording, and projection devices (b) Subfactor - Documentation and Knowledge Transfer Offeror shall describe an approach and process for providing documentation, knowledge transfer, and system training once implementation is complete in accordance with paragraph 3.4 of the SOO. Offeror must provide proof of current (within the last 5-yrs) ISO certifications. 5. Technical Acceptability: All technically acceptable offers shall be treated equally. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. The proposals shall be evaluated against the following subfactors: (a) Subfactor - Design and Implementation of Interactive Classroom Information Technology Systems: Design and process will be evaluated for completeness in conveying system interoperability, system usability and system controllability as describe in paragraph B.(a.) of Addendum to 52.212-1, Instructions to Offerors (See Attachment 2). (b) Subfactor - Documentation and Knowledge Transfer: Offeror's approach and process will be evaluated for thoroughness in providing documentation, knowledge transfer, and system training once implementation is complete in accordance with paragraph 3.4 of the SOO. Offeror must provide proof of current (within the last 5-yrs) ISO certifications 6. Offerors should submit technical proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a technical proposal's acceptability solely on the basis of the technical proposal as submitted. The Government may proceed with the second step without further information from any offeror; however, the Government reserves the right to request additional information from offerors of proposals that it considers reasonable susceptible of being made acceptable, and may discuss technical proposals with such offerors. A notice of unacceptability will be forwarded to the offeror upon completion of the technical proposal evaluation and final determination of unacceptability. 7. The desired completion date is sixty (60) days after receipt of contract. The desired completion date contained herein is for information only, and is not binding on the Government. The actual completion date will be contained in the Request for Proposal under Step Two. 8. A one-time site visit is scheduled for 9:00 a.m. to 12:00 p.m., Central Daylight Savings Time (CDST), 24 June 2009. Prospective offerors will meet in the Squadron Officer School (SOS), Bldg 1403, Rm 1110, SOS Conf Rm, Maxwell AFB AL. All prospective offerors are encouraged to attend as necessary to view the existing technology and measure intended space for prototype. Measurements accomplished by the prospective offerors may be used to determine the action required for proposal submission. The Government will meet with prospective offerors on the designated site visit date. 9. Only one technical proposal may be submitted by each offeror. Technical proposals, orginal and four (4) copies must be received in the 42 Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6234, Mark For: Step One, FA3300-09-R-0032, by Noon, CDST on 10 July 2009. 11. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors, Commercial Items (June 2008), applies to this acquisition and is addended to change paragraph (f), Late submissions, modifications, revisions, and withdrawals of offers, and delete (h) Multiple Awards. See attachment 2 for addendum to FAR 52.212-1, Instruction to Offerors, Commercial Items. 12. Any questions regarding this request for technical proposals shall be addressed to SSgt Jason Wilburn at 334-953-6615, email is jason.wilburn@maxwell.af.mil and Ms. Sandra Turner at 334-953-5456, email is sandra.turner@maxwell.af.mil. SANDRA K. TURNER Contracting Officer Three (3) Attachments: 1. Statement of Objective (SOO) 2. Addendum to 52.212-1, Instruction to Offerors - Commercial Items (Jan 2005) 3. Basis for Contract Award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/2FA3300-09-R-0032/listing.html)
 
Place of Performance
Address: 50 LeMay Plaza South, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01856930-W 20090627/090626000119-e43d71c1fea51d5ef75e83d078831356 (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.