Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

70 -- Add Audio/Visual and Video teleconferencing capabilities in USSOCOM/JSOU Pinewood facility for 2 seminar rooms and 6 classrooms - Required Equipment List

Notice Date
3/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUJU1076AC02
 
Archive Date
4/20/2011
 
Point of Contact
Thomas M. Armstead, Phone: 8138280280, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
thomas.armstead@us.af.mil, alyson.gowin@macdill.af.mil
(thomas.armstead@us.af.mil, alyson.gowin@macdill.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Required Equipment List for 2each seminar rooms and 6each classrooms This is a combined synopsis/solicitation for a commercial product 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 is a Request for Quote (RFQ) and the solicitation number is F2VUJU1076AC02. This acquisition is set aside for Hubzone. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Purchase and install all equipment listed in attached SOW to add audio/visual and video teleconferencing equipment in two seminar rooms and six classrooms in the USSOCOM/JSOU Pinewood facility DESCRIPTION OF REQUIREMENT CLIN 0001 - Purchase/Install all equipment listed in attached Statement of Work Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHOULD DESCRIBE THOROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. STATEMENT OF OBJECTIVES Joint Special Operations University (JSOU) Seminar and Classroom A/V VTC Design 1.0 Overview. The objective of purchase order is to add Audiovisual (A/V) and Video Teleconferencing (VTC) capabilities in the JSOU Pinewood facility for two seminar rooms and six classrooms. When the rooms are used for A/V presentations, the VTC Coder/Decoder (Codec) will be powered off. 2.0 General. The government is providing the following equipment to be used for these rooms. Government Furnished Equipment (GFE) partial list includes Tandberg C40 VTC systems, NEC DLP projectors, NEC 52" LCD monitors(including mounts) and RGB Spectrum Quad View multiviewer. Government will provide touch panel panes layouts for the vendor to make the control systems look and feel very similar to those within the SOCOM Campus. 2.0.1 Seminar Room requirement (Two rooms) GFE New equipment provided for each room: NEC DLP Projector, NP4100-07ZL NEC 52"- LCD Monitor's P521, 2 ea RGB Spectrum Quad View 2+2 Multiviewer, RGB 250-2/2 Tandberg Integrator Package C40, 1198251 C40 Integrator Package Dual Display Opt, 119826DD Chief Fusion Universal Flat Panel Micro, LTMU Chief large flat panel display mounting, PAC117 GFE Used equipment provided for each room: Podium Additional equipment required: -19" equipment metal rack (1/2 height) with either smoked Plexiglas front or wood finish. - Crestron control system (PRO 2) to include 15" wired touch panel (TPS-15B) for placement on table. -Additional Boundary desktop style microphones (U841a), sufficient to cover all students in this room, one microphone at podium. -Crestron (ST-PC) Power Control module or equivalent for Tandberg CODEC operation -Additional High Definition Tandberg VTC camera (to match camera provided with C40 integrator package) HD Camera, 720P Cable Extension Kit (115730S2) mounted in rear of room for dual camera capability. -Sound system for A/V, VTC and computer operation, Audio Amplifier (MXA75). Ceiling Speakers (CM42-EZS) -Motorized Wide aspect ratio ceiling mounted projection screen (DACC4580) sized for room, controlled by Crestron control system. -Analog CATV tuner (232-ATSC) -A/V switching equipment with the following Inputs (MPPX): -Unclassified VTC, Tandberg C40, dual outputs -Classified VTC (Infrastucture only, future) -Workstation Computer -Laptop input -Video source (Future DVD player, etc) -CATV tuner source -C40 Customer Core Maintenance-1 year (1198251V31D) -Audio & Video Distribution Amplifiers (P2DA2xl) -Misc. video, audio, speaker, control cables and wall plates -Floor Raceway (42-122-00), Extron Electrics or equivalent -Dual Port Ethernet Card (C2ENET-2) Outputs: -Projector via RGB Spectrum Quad view multiviewer -2 LCD screens -Audio and Video Inputs to Codec(s) -UPS/power conditioning for protection of A/V, VTC equipment 2.0.2 Classroom requirement (Six rooms) GFE New equipment to be installed provided for each room: NEC DLP Projector, NP4100-07ZL NEC 52"- LCD Monitor's P521, 2 ea RGB Spectrum Quad View 2+2 Multiviewer, RGB 250-2/2 Tandberg Integrator Package C40, 1198251 C40 Integrator Package Dual Display Opt, 119826DD Chief Fusion Universal Flat Panel Micro, LTMU Chief large flat panel display mounting, PAC117 GFE Used equipment to be installed provided for each room: Podium Additional equipment required: -19" equipment metal rack (1/2 height) with either smoked Plexiglas front or wood finish. - Crestron control system (PRO 2) to include 15" wired touch panel (TPS-15B) for placement on table. -Additional Boundary desktop style microphones (U841a), sufficient to cover all students in this room, one microphone at podium. -Crestron (ST-PC) Power Control module or equivalent for Tandberg CODEC operation -Additional High Definition Tandberg VTC camera (to match camera provided with C40 integrator package) HD Camera, 720P Cable Extension Kit (115730S2) mounted in rear of room for dual camera capability. -Sound system for A/V, VTC and computer operation, Audio Amplifier (MXA75). Ceiling Speakers (CM42-EZS) -Motorized Wide aspect ratio ceiling mounted projection screen (DACC4580) sized for room, controlled by Crestron control system. -Analog CATV tuner (232-ATSC) -A/V switching equipment with the following Inputs (MPPX): -Unclassified VTC, Tandberg C40, dual outputs -Classified VTC (Infrastucture only, future) -Workstation Computer -Laptop input -Video source (Future DVD player, etc) -CATV tuner source -C40 Customer Core Maintenance-1 year (1198251V31D) -Audio & Video Distribution Amplifiers (P2DA2xl) -Misc. video, audio, speaker, control cables and wall plates -Floor Raceway (42-122-00), Extron Electrics or equivalent -Dual Port Ethernet Card (C2ENET-2) Outputs: -Projector via RGB Spectrum Quad view multiviewer -2 LCD screens -Audio and Video Inputs to Codec(s) -UPS/power conditioning for protection of A/V, VTC equipment 3.0 Additional Deliverables The contractor shall provide an electronic copy of all the software code files for the touch panel system and code files for the control system. These files should include documented source files and the compiled software to allow for future changes. Files need to be delivered to the government at the conclusion of the installation. AS-built drawings to be delivered at conclusion of installation with final drawings (Paper and electronic format, PDF) delivered within 30 days. 4.0 Labor: Install (wall mount) monitors and camera's and screens. Install ceiling mounted projectors Install all A/V and VTC equipment in 19" rack Install switching, distribution and control system equipment Install cabling and associated hardware Program the control system for normal operation 5.0 Security. There is no security requirement for this task. The contracted personnel will be escorted during the performance of this contract. 6.0 Walk-thru. There will be a walk-thru on 29 March 2011 at 0930am est. All interested parties please meet a t the Macdill AFB visitor center at 0915am est, Mr. Mark Nelson will be your point of contact who will be meeting you there. We will need a list of names along with company name and contact information for people attending the site visit by 0900am est 28 March 2011. There will be a maximum of two people allowed per company to attend the site visit. 7.0 Required Delivery The government desires this contract to be completed and the A/V and VTC system operational no later than 30 Apr 2011. If not possible, please provide earliest completion date possible with anticipation of 18 April 2011 award date. PLEASE NOTE: Contractor must be able to meet all specified requirements. Proposal should thoroughly describe how you will meet all the needs to this requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 effective 31 January 2011, DFAR DPN 20110311 effective 11 March 2011 and AFFAR AFAC 2011-0214 effective 14 February 2011. The North American Industry Classification System code (NAICS) 423430 Computer and Computer Peripheral Equipment and Software Merchant Wholesalers. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the offeror that is determined to be technically acceptable and in the best interest of the Government. 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: (i) technical capability of the item offered to meet the Government requirement and all characteristics in the attachment (ii) price; (iii) past performance (see FAR 15.304); Offeror shall submit 3 references Technical and past performance, when combined, is approximately equal to price when being evaluated. (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. (End of Provision) DELIVERY ADDRESS: The equipment is to be procured on behalf United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.209-6 Protecting the Government's Interest; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reports on Subcontracting; FAR 52.219-3 Notice of total HUBZone set-aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28, Small Business Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.223-18, Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications; 252.204-7004 (Alt A), Required Central Contractor Registration; 252.232-7010, Levies on Contract Payments; DFARS 252.209-7001 Disclosure of ownership or control by the government of a terrorist country. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 52.203-3 Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American Act, Free Trade Agreements, Balance of Payment Programs; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002 Requests for equitable adjustment; DFARS 252.247-7023, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 05 April 2011 by 9:00 AM EST. Submit offers or any questions to the attention of Thomas Armstead 6CONS/LGCB by email to thomas.armstead@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJU1076AC02/listing.html)
 
Place of Performance
Address: USSOCOM, Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02406605-W 20110324/110322234604-29c2c8f5267fbc6b7b8357f4f81d18aa (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.