Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

59 -- Audio Visual System Upgrade - Signed DD254

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1AF1H0189A003
 
Archive Date
9/28/2010
 
Point of Contact
Dimitria Antonopoulos, Phone: 2024042329, Natalie Sitkowski, Phone: 202-767-8098
 
E-Mail Address
dimitria.antonopoulos@afncr.af.mil, natalie.sitkowski@afncr.af.mil
(dimitria.antonopoulos@afncr.af.mil, natalie.sitkowski@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Signed DD254 This is a combined synopsis/solicitation. INSTRUCTION TO OFFERORS SYSTEM INTEGRATION OF MICROPHONES FOR THE RAVEN ROCK MOUNTAIN COMPLEX AIR FORCE CRISIS ACTION TEAM A. Background: Air Force Headquarters AF/A3O-AO is soliciting this requirement for a microphone upgrade to the Air Force Crisis Action Team (AFCAT) at Raven Rock Mountain Complex (RRMC). The period of performance is from contract award for a period of 180 days. Offerors shall submit their proposals and questions via e-mail to: dimitria.antonopoulos@afncr.af.mil and natalie.sitkowski@afncr.af.mil. B. Questions: Offerors are requested to e-mail questions to Ms. Dimitria Antonopoulos at dimitria.antonopoulos@afncr.af.mil and natalie.sitkowski@afncr.af.mil. Responses to all questions will be in the form of a supplemental word document to this solicitation and made available electronically on FedBizOpps. Responsiveness: Offers must include all data and information requested and shall be submitted in accordance with these instructions. Offer shall not simply rephrase or restate the intent to meet the performance requirements. Offerors shall assume that the government has no prior knowledge of their experience and that evaluation will be based on the information presented with the offer. C. Due Date: The due date and time for proposals is 13 September 2010, 2010 at 12:00 PM. D. Submission: Offerors shall submit 1. The following introductory information (letter format is acceptable) as required: a) Name and Address of Offeror; b) Name and Telephone Number of the point of contact; c) GSA Schedule and expiration date, if available; d) Validity/Offer acceptance period; e) Date of Offer, Name, Title and Signature of Authorized Representatives; and f) CCR, DUNS, and Federal Tax ID Information. 2. The following detailed information: a) Evidence demonstrating that you have personnel trained to install the equipment required b) The Contractor shall provide evidence of ability to comply with the following Subfactor 1.1: The Government's expectations are that the requirements stated will be completed within 180 days of award of contract. Subfactor 1.2: The contractor shall furnish and install two (2) Interlink Electronics Remotepoint presenters. These RF remote presenters will enable PC remote control for PowerPoint presentations. Subfactor 1.3: The contractor shall furnish and install a new Listen conference audio listening system. The system will feature twenty-eight (28) additional microphone units. To include all the required Listen cabling and connector plates. This microphone system will allow for 28 additional positions in the overflow rooms to participate in a video or audio teleconference call. These additional systems will be set as push to talk in order to maintain a low number of open microphones. Subfactor 1.4: The Contractor shall update the existing remote control and audio mixing system to support the newly furnished microphone system. The system will be tested in and demonstrated after the upgrade has been completed to ensure optimal calibration and proper functioning. Subfactor 1.5: The Contractor shall provide experienced and manufacturer trained and certified installation and engineering personnel. Personnel are required to be ICIA Certified Technology Specialists (CTS), certified by Crestron Electronics for installation and for programming respectively and certified to install Biamp Audia system products. Subfactor 1.6: The Contractor shall use installation and programming staff that have completed Tandberg training on Tandberg end points, Tandberg Software, and Tandberg Infrastructure products. Subfactor 1.7: The Contractor shall complete on-site installation and conduct a full System Test and document the as-built conditions for your system. After the successful System Test the Contractor shall conduct and document with the end-user a walk-through to demonstrate full system functionality. Subfactor 1.8: The Contractor will provide one (1) user training session for the microphone conferencing system at the time of system commissioning. Subfactor 1.9: The Contractor will warrant all cabling and workmanship for a period of one year after system completion and honor all manufacturers' warranties and provide assistance in resolving any warranty issues.; Subfactor 1.10: The Contractor shall implement and administer a security program to ensure that classified information and documentation are protected in accordance with the latest appropriate Security Classification Guide for each project identified in the Department of Defense Contract Security Classification Specification (DD Form 254). Contractor shall have a Security clearance with eligibility to access RRMC. c) A price proposal EVALUATION BASIS FOR AWARD The following evaluation factors will be used to evaluate each proposal. Award will be to the lowest priced, technically acceptable offeror. The Evaluation factors/subfactors are described below. Subfactors are of equal importance and will each individually rated. Ratings will not be rolled up; however, any unfavorable rating will make the offer unawardable. FACTOR 1: TECHNICAL CAPABILITY Subfactor 1.1: The Contractor has demonstrated that they can meet the Government's expectations for all work requirements to be completed within 180 days of award of contract. Subfactor 1.2: The contractor has demonstrated that they can furnish and can install two (2) Interlink Electronics Remotepoint presenters, which will enable PC remote control for PowerPoint presentations. Subfactor 1.3: The contractor has demonstrated they can furnish and can install a new Listen conference audio listening system which will feature twenty-eight (28) additional microphone units; to include all the required listen cabling and connector plates which will allow for 28 additional positions in the overflow rooms to participate in a video or audio teleconference call. The Contractor has demonstrated that these additional systems will be set as push to talk in order to maintain a low number of open microphones. Subfactor 1.4: The Contractor has demonstrated that they can update the existing remote control and audio mixing system to support the newly furnished microphone system. The system will be tested in and demonstrated after the upgrade has been completed to ensure optimal calibration and proper functioning. Subfactor 1.5: The Contractor has demonstrated that they can provide experienced and manufacturer trained and certified installation and engineering personnel. Personnel are required to be ICIA Certified Technology Specialists (CTS), certified by Crestron Electronics for installation and for programming respectively and certified to install Biamp Audia system products. Subfactor 1.6: The Contractor has demonstrated that they can provide installation and programming staff that have completed Tandberg training on Tandberg end points, Tandberg Software, and Tandberg Infrastructure products. Subfactor 1.7: The Contractor has demonstrated that they can complete on-site installation and conduct a full System Test and document the as-built conditions for the system. The Contractor has also demonstrated that after the successful System Test, they can conduct and document with the end-user a walk-through to demonstrate full system functionality. Subfactor 1.8: The Contractor has demonstrated that they can provide one (1) user training session for the microphone conferencing system at the time of system commissioning. Subfactor 1.9: The Contractor has demonstrated that they can warrant all cabling and workmanship for a period of one year after system completion and honor all manufacturers' warranties and provide assistance in resolving any warranty issues.; Subfactor 1.10: The Contractor has demonstrated that they can implement and administer a security program to ensure that classified information and documentation are protected in accordance with the latest appropriate Security Classification Guide for each project identified in the Department of Defense Contract Security Classification Specification (DD Form 254). The Contractor has demonstrated that they have a Security clearance with eligibility to access. TECHNICAL PROPOSAL EVALUATION RATINGS Rating Definition ACCEPTABLE Offeror meets specified minimum performance or capability requirement necessary for acceptable contract performance. REASONABLE SUSCEPTIBLE OF BEING MADE ACCEPTABLE Susceptible of being made acceptable with minor clarification may meet specified minimum performance or capability requirement for acceptable contract performance. UNACCEPTABLE Fails to meet specified minimum technical requirements. Proposals with an unacceptable rating for any Technical Capability subfactor are not awardable. FACTOR 2: PRICE Prices must be fair and reasonable. For a price to be determined fair and reasonable, it must represent a price to the Government that a reasonable prudent person would pay when consideration is given to price in the market place for this industry. Award will be made to the lowest priced, technically acceptable offeror. PERFORMANCE WORK STATEMENT 1.0 DESCRIPTION of SERVICES The Air Force Operations Group (AFOG) is responsible for maintaining the Air Force Crisis Action Team (AFCAT) at the Headquarters Air Force relocation site inside Raven Rock Mountain Complex (RRMC). In order to meet the required audio visual capabilities of the AFCAT a microphone system must be installed. 2.0 SUMMARY of REQUIREMENTS: 2.1 The contractor shall furnish and install two (2) Interlink Electronics Remotepoint presenters. These RF remote presenters will enable PC remote control for PowerPoint presentations. 2.2. The contractor shall furnish and install a new Listen conference audio listening system. The system will feature twenty-eight (28) additional microphone units. To include all the required Listen cabling and connector plates. This microphone system will allow for 28 additional positions in the overflow rooms to participate in a video or audio teleconference call. These additional systems will be set as push to talk in order to maintain a low number of open microphones. 2.3. The Contractor shall update the existing remote control and audio mixing system to support the newly furnished microphone system. The system will be tested in and demonstrated after the upgrade has been completed to ensure optimal calibration and proper functioning. 2.4. The Contractor shall provide experienced and manufacturer trained and certified installation and engineering personnel. Personnel are required to be ICIA Certified Technology Specialists (CTS), certified by Crestron Electronics for installation and for programming respectively and certified to install Biamp Audia system products. 2.5. The Contractor shall use installation and programming staff that have completed Tandberg training on Tandberg end points, Tandberg Software, and Tandberg Infrastructure products. 2.6. The Contractor shall complete on-site installation and conduct a full System Test and document the as-built conditions for your system. After the successful System Test the Contractor shall conduct and document with the end-user a walk-through to demonstrate full system functionality. 2.7. The Contractor will provide one (1) user training session for the microphone conferencing system at the time of system commissioning. 2.8. The Contractor will warrant all cabling and workmanship for a period of one year after system completion and honor all manufacturers' warranties and provide assistance in resolving any warranty issues. 2.9. The Contractor shall implement and administer a security program to ensure that classified information and documentation are protected in accordance with the latest appropriate Security Classification Guide for each project identified in the Department of Defense Contract Security Classification Specification (DD Form 254). Contractor shall have a Security clearance with eligibility to access RRMC. The Contractor may be precluded from award if unable to comply with AFI 31-601, Industrial Security Program Management, and obtain access to SCIF at time of award. 3.0 QUALITY ASSURANCE PLAN The Government's expectations are that the requirements stated in 2.0 will be completed within 180 days of award of contract. 4.0 Non Personal Services. The Government will neither supervise contractor employees nor control the method by which the contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contractor employees. It shall be the responsibility of the contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the contractor's responsibility to notify the CO immediately. These services shall not be used to perform work of a policy/decision making or management nature, i.e., inherently Governmental functions. All decisions relative to programs supported by the contractor shall be the sole responsibility of the Government. 5.0 Contractor Identification. All contractor/subcontractor personnel shall wear company picture identification badges so as to distinguish themselves from Government employees. When conversing with Government personnel during business meetings, over the telephone or via electronic mail, contractor/subcontractor personnel shall identify themselves as such to avoid situations arising where sensitive topics might be better discussed solely between Government employees. Contractors/subcontractors shall identify themselves on any attendance sheet or any coordination documents they may review. Electronic mail signature blocks shall identify their company affiliation. Where practicable, contractor/subcontractors occupying collocated space with their Government program customer should identify their work space area with their name and company affiliation, or as a minimum "Contractor" after name. 6.0 HOURS OF OPERATION. Weekly hours shall not exceed a forty (40) hour work week and a typical work day will be 0700 to 1600 Monday through Friday. The Government reserves the right to change hours of operation or restrict contractor access. Work outside these daily hours is prohibited without Contracting Officer approval. 6.1 Government agencies will not be available during scheduled holidays, inclement weather, weekends, after duty hours, or AF down days. All chargeable work will be directly attributable to the task being performed by the individual. 6.2 Scheduled Holidays. New Year's Day; Dr. Martin Luther King, Jr. Birthday; President's Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran's Day; Thanksgiving Day; Christmas Day.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1AF1H0189A003/listing.html)
 
Record
SN02267715-W 20100905/100903235209-6592b375b7b1c5ee6b1dde9598929233 (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.