Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

59 -- CONFERENCE ROOM DISPLAY INTEGRATION

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-09-T-0374
 
Archive Date
10/13/2009
 
Point of Contact
Ana M Downes, Phone: 757-893-2722
 
E-Mail Address
ana.downes@vb.socom.mil
(ana.downes@vb.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-09-T-0374. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 effective 11 August 2009. This procurement is small business set-aside and the associated NAICS 334310 code is with a standard business size of 750 employees. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 - Integrate twelve (12) individual video Character Generators (CG) into the Sensitive Compartmented Information Facility (SCIF) Video Display System as per Section C. Quantity: 1, Unit: lump sum. The contractor will be required to attend a site visit. A site survey will be conducted at the Naval Special Warfare Development Group, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 on Friday, September 25, 2009 at 3:30 p.m. EST. Visitors must submit their name, company name, social security number, date of birth, place of birth, country of citizenship, make/model/license plate information and number of vehicles no later than September 25, 2009 at 8:00 a.m. to Ana Downes via email at ana.downes@vb.socom.mil; please call to confirm receipt of visitor information at 757-893-2722. Requests received after the specified time cannot be processed due to security reasons. SECTION C - STATEMENT OF WORK (SOW) The scope of this SOW includes labor, materials, hardware, software programming, installation, testing, training, and support services for the procurement, installation and reprogramming of the Crestron Touch Panel Controller and addition of individual user programmable character generators either hardware or software combination. The Character Generator(s) will need to provide bottom scrolling text and/or semi-transparent movable (Watermark)Logo/text for each individual display or array of displays as assigned by user selectable display presets in the Christie digital video processor. - Ease of use for end users is required. - Touch panel integration for inputting text into the character generator is desired. - Character Generation is required for each 2X4 (8 Cube) Christie Video wall preset (using the Christie ® FRC-5100 Digital Video Processor); Four stand alone 52" LCD Flat panels and One Sharp PH-50 Ceiling Mounted DLP Projector. All Source video shall be routed to the Displays and Christie FRC-5100 (for the Video Wall) via an 64X36 Extron Matrix AV switcher. This SOW defines the responsibilities and associated tasks to be performed by the contractor on the Installed A/V system. The following is a breakdown of the equipment and services required. - The Contractor is required to attend a mandatory on-site survey to measure cable length, review integration requirements. - The Contractor will ensure that implementation of the Character Generator system does not cause degradation to the existing system in operation, control or video display quality. - The Contractor will provide full size schematic blueprints in hard copy and electronic PDF format detailing all interconnections with Block/line drawings. - Sweep and Remove all trash and shipping containers at end of work day and dispose of trash in waste collection dumpsters located outside the compound gates. - The contractor(s) shall provide all necessary resources to plan and perform all engineering, installation and programming tasks necessary to modify, fabricate, test, deliver, and support the A/V enhancements in accordance with this SOW. - The contractor acknowledges that expert fully competent personnel will be utilized for all phases of work involved in installation and support of all equipment or software identified. - The contractor is responsible for meeting the performance requirements of the equipment and products utilized in the final deliverable configuration. - The Contractor will provide one (1) year, 24 Hr on-site support for installed hardware and software. All documentation and for any/all equipment and products used in the installation including equipment wiring schematics and associated software will be provided by the contractor. - The contractor will provide the original copy of each document to the NSWDG AV/VTC Manager or designated representative. - The contractor will provide NSWDG AV/VTC Manager with a copy of any programming update to include all un-compiled Source Code used or modified in this installation. Technical Requirements The contractor shall ensure that all equipment, cables and ancillary parts used for this SOW meet or exceed industry technical standards for government audio and video systems. The contractor shall ensure that all cables are professionally ran in existing cable management system and all interconnections are labeled on both ends corresponding to line-drawings that will be provided. Engineering Tasks The contractor shall plan and perform all engineering tasks necessary to conform to the configuration, baseline/modification performance, and other requirements contained herein. All plans, decisions, design, procedures, practices, analyses, results, and similar program data shall be documented in accordance with good management and engineering practices. The engineering tasks shall encompass the following: - Modify equipment as applicable, using existing design baselines, in accordance with design, manufacturer and this SOW. - Obtain approval from NSWDG Key point of contact personnel identified prior to modification or changing the SOW. - Perform operational and quality workmanship inspections and testing as outlined in this SOW. - Verify and validate modifications made to the baseline control and display system to include all necessary video scalers and/or down converters and ancillary equipment. - The contractor will deliver all documentation generated under this contract to NSWDG VTC office or designated personnel. - Provide any required special test equipment and/or support equipment required for System Testing. - Provide technical support to NSWDG VTC personnel when required for user level maintenance and operation. Engineering Documentation and Data All equipment and/or additions will be updated in the Contractor database, Hard and Soft copies will be provided to NSWDG. Equipment Specification The Contractor shall ensure equipment/product specification meet commercial quality standard and all IEEE industry requirements for Audio / Video installations. The following is a listing of parts and equipment desired however, modification of this listing may be made by the installing contractor after approval by NSWDG VTC A/V personnel and the NSWDG Contracting Officer. - Appropriate commercial quality Hardware and Software to support Digital Character Generation for up to 13 user configurable Display combinations. - Additional A/V cables and parts required to perform quality and reliable installation. -Any additional equipment required to support the intent of this SOW. Interface Control Document The contractor will provide an Interface Control Document (ICD) defining all physical, mechanical, and electrical interfaces. The ICD shall also define interface signal types and signal flow. NSWDG shall have the right to specify interface changes to the Contractor which are necessary to resolve equipment interface problems. The Contractor will provide a Interface map flow chart showing a legend with industry wide standard symbols depicting all installed equipment and signal paths. Software Development Data All Equipment/Control Software and source codes copies will be maintained by the Contractor for maintenance purposes. All labeled original software and un-compiled programs / source codes will be provided to NSWDG designated personnel. The contractor shall maintain Quality in all aspects of workmanship and components furnished in accordance with the terms and conditions of the SOW. Responsibility for Test and Inspection Unless otherwise directed by this SOW and/or the contract, the contractor shall be responsible for performing all tests and inspections specified herein. NSWDG reserves the right to witness and/or conduct any of the tests set forth in this SOW. NSWDG reserves the right to make inspections of the material and equipment where such tests and inspections are deemed necessary to assure that supplies and services conform to specified requirements and workmanship quality expectations. Classification of Tests Equipment covered by this SOW shall be subjected to the following tests as specified below to determine compliance with all applicable requirements: -Operational and functional testing. -Installation quality and appearance. -Performance acceptance tests as required. Test Procedures All acceptance testing will be conducted on-site. Testing will cover special features, equipment functionality and operation, to included aesthetic appeal and ease of use. Test Reports Test reports covering the series of tests applicable to the installation shall be prepared and delivered to NSWDG. The reports should follow industry standards and formats. Acceptance Inspection All systems and material involved in this SOW will be inspected and tested as required to meet NSWDG expectations to include inspection to verify compliance with design concepts, functionality of systems to include workmanship and other requirements as specified in this SOW. Performance Acceptance Tests (PAT) The testing procedure shall be prepared by the Contractor once specific capabilities have been identified, discussed and provided by NSWDG VTC Manager or designated personnel. - Functional performance tests will be conducted with a NSWDG VTC or designated representative. - All equipment and user interface shall be operated long enough to permit the equipment temperature to stabilize to ensure the performance of all equipment is in accordance with this SOW and Manufacturer Technical Specification. - All non-electronic or non- electrical equipment will be physically inspected for quality of material, workmanship and installation. Evidence of noncompliance shall constitute cause for rejection of acceptance. Reliability and Maintainability - The contractor is required to ensure all procured equipment and material is in full operating and new condition and meets or exceeds manufacture and NSWDG design specifications and requirements prior to delivery. - The Contractor will perform 100% equipment testing to ensure reliability prior to final acceptance testing. - The contractor shall repair and/or replace any equipment or component sections that fail to meet NSWDG requirements. - The contractor will warranty the installation and equipment used for one year providing on-site next day service for repair issues as required. - The contractor will schedule and perform periodic maintenance as required to keep the system in peak operational condition. - The contractor shall maintain a failure recording, analysis, and corrective action database for all equipment installed. The contractor shall make this database available for NSWDG review. The Contractor will deliver and transport all equipment, material and supplies required to perform the installation to the location of the installation. Government Furnished Equipment and Services. Power as required for installation of equipment. Escorted access to NSWDG compound and SCIF as required contingent on NSWDG room availability and/or operational schedule. FOB Destination Delivery to 1636 Regulus Avenue, Virginia Beach, VA 23461-2299 The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions (JUL 2004) FAR 52.203-3 Gratuities (APR 1984) FAR 52.203-6 Restriction on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) FAR 52.211-5 Material Requirements (AUG 2000) FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (APR 2008) FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2009) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (APR 2009) (DEVIATION) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.233-1Alt I Disputes (DEC 1991) FAR 52.233-3 Protest after Award (AUG 1996) FAR 52.242-13 Bankrupcy (JUL 1995) FAR 52.243-1 Changes - Fixed Price (AUG 1987) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2009) FAR 52.247-34 F.O. B. Destination (NOV 1991) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) FAR 52.253-1 Computer Generated Forms (JAN 1991) DFARS 252.204-7003 Control of Government work Product (APR 1992) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.211-7003 Item Identification and Valuation ALT I (AUG 2008) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2009) (DEVIATION) DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFAR 252.247-7023 Transportation of Supplies by Sea (MAY 2002) ALT III SOFARS 5652.204-9003 Disclosure of Unclassified Information (JAN 2007) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical, delivery, and price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2009) Alternate I (APR 2002) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.232-9003 Paying Office Instructions (2005) SOFARS 5652.233-9000 Independent Review of Agency Protests (2009) Section I All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d)(4) to: Naval Special Warfare Development Group, Chief of Contracting, 1636 Regulus Avenue, Virginia Beach, VA 23461-2299, Fax (757) 893-2957. SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Christine Anderson, telephone (757) 893-2715, 1636 Regulus Avenue, Virginia Beach, VA 23461. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Ana Downes at ana.downes@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Ana Downes by email at ana.downes@vb.socom.mil, phone: (757) 893-2722, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Ana Downes (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 a.m. Eastern Standard Time (EST) on 28 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-09-T-0374/listing.html)
 
Record
SN01967227-W 20090925/090924000823-733ad12423d5d75ad93d7b959baf5eea (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.