SOLICITATION NOTICE
70 -- Video Teleconferencing (VTC) System
- Notice Date
- 8/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8520-10-Q-25884
- Archive Date
- 9/4/2010
- Point of Contact
- Howard C George, Phone: (478) 327-4326, William (Bill) H Downs, Phone: (478) 926-9264
- E-Mail Address
-
howard.george@robins.af.mil, bill.downs1@robins.af.mil
(howard.george@robins.af.mil, bill.downs1@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a notice of intent that WR-ALC anticipates issuing a firm-fixed price basic contract for the procurement of a Video Teleconferencing (VTC) System. The contractor shall provide all project management, engineering, programming, and installation. The contractor shall provide all labor for installation, equipment, materials, installation schedule, test and acceptance plan, on-site training, to replace the VTC system, projector, and projection screen for the 830th Aircraft Sustainment Group (ACSG) Conference Room in Building 300, East Wing, Bay E, Robins Air Force Base (AFB), Georgia. This includes all the VTC system, projection screen, projector (if necessary), controllers, remote controls, transmitters/receivers, multi-media equipment rack, alternating current (AC) filter and surge protector, mounts, microphones, amplifier, speakers, bulbs, audio and video cabling, cable lacing bars, raceways, connectors, labeling, vented plates, terminal strips, clips, project oversight/management, installation, etc. The contractor shall design, purchase, develop a mutually agreed upon installation schedule to include on-site familiarization with the government-designated personnel upon installation complete the system upgrade and turn possession/operation over to the customer. Video Teleconferencing (VTC) (Codec) System: For Interoperability, the system profile must comply with the Joint Interoperability Test Command (JITC) (http://jitc.fhu.disa.mil/apl/index.html) approved ISDN VTC equipment, yet compatible with other standards-based video communication systems in both the Government and private-sector. The codec shall have standard rack mountable dimensions (19 inches). Both IP and ISDN networks shall be supportable. Bandwidth shall be configured to act automatically or by the user. The codec shall provide the capability for point-to-point and multipoint connections, up to six video and five audio sites, with optional embedded multipoint functionality with rate matching to support different call rates for all sites. The system shall have an on-screen menu with an easy interface and simplified on-screen menu. A video teleconferencing unit shall be provided with built-in telephone interface and power amplifier for standalone conferencing applications, and shall have standard rack mountable dimensions (19 inches). The system shall make it possible to include PC presentations in the VTC and allow the user to choose the best layout for the VTC. The presentation shall transmit in high-quality, allowing the participants at the receiving end to watch simultaneously a presenter on one screen/monitor and the presentation on a second screen/monitor. The system shall be capable of being configured to act automatically or to give the user the option of controlling. The VTC system shall have a fully automatic camera designed for selected video teleconferencing. The camera shall be high-definition (HD), high resolution (1280x720p@30fps) with a 70° wide angle lens and 7x zoom for quality video processing. The contractor shall ensure the all associated parts are purchased and installed based on their technical assessment. Audio shall be comprised of: (1) audio conferencing system, (2) audio power amplifier (3) microphones. The audio conferencing system shall provide telephone interface for audio conferencing. The amplifier shall be 160 watts to allow for higher volumes and greater audio clarity. For routing/interfacing, the media presentation matrix switcher shall combine routing for multiple formats, i.e., Video Graphics Array (VGA), composite video, S-video, and stereo audio. To control the VTC system, the contractor shall provide a touch-panel, control panel shall be a 10.4 inch touch screen tilt design that provides integrated video audio and user-interface for multimedia. Wireless operation. A dual bus control system shall be to provide bi-directional communication and power, with a built-in power supply to support external the touch control panel. The projection screen shall be a permanently tensioned mounted projection screen suitable for high-definition video and PC presentations. The projection shall have high-definition (HD) capable with built-in stacking correction capabilities allows the projectors to boost an image's brightness up to 16,000 lumens in order to adjust to a larger-sized projection screens, and allowing for the adaptation to a conference room heavy with ambient lighting. The AC filter and surge protector shall be rack mountable with standard rack mountable dimensions (19 inches). The protector shall be properly grounded and provide 40,000 amps of surge protection and up to 60dB of AC line noise filtration. The rack shall provide efficient equipment storage for the VTC codec, amplifier, associated equipment, and cabling. The rack shall be a freestanding rolling rack with stacking capability made of gauge steel, with key-locked doors. The contractor shall provide onsite system familiarization to the designated government employees the set up and operation of the VTC, touch-screen control panel, and video projection system upon installation. Manufacturer-provided commercial warranties will be extended to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-Q-25884/listing.html)
- Place of Performance
- Address: Robins AFB, GA, Warner Robins, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02240458-W 20100815/100814000028-7b2e270ef01f02d7c8b6af470faaa73d (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 |