SOLICITATION NOTICE
N -- Procurement of services, equipment and installation of wireless audio and video presentation systems.
- Notice Date
- 7/27/2011
- Notice Type
- Presolicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
- ZIP Code
- 72199-9600
- Solicitation Number
- W912JF-11-T-0018
- Response Due
- 8/18/2011
- Archive Date
- 10/17/2011
- Point of Contact
- timothy pighee, 501-212-4401
- E-Mail Address
-
USPFO for Arkansas
(tim.pighee@ar.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- All potential offerors must attend the Mandatory Site Visit schedule for Thursday, August the 4th at 10:00am in building 2557 located at Fort Chaffee, AR. In roder to gain entry on base youmust provide the following: Proof of identify for each occupant of the vehicle; proof of insurance, proof of ownership of vehicle. In case of a rental vehicle the rental agreement will suffice. Below is the statement of work that each potential offeror should read as it is the document you will use to base your quote. Please bring this document to the meeting along with the other documents associated with this procurement that you must request a copy of. For a copy of the other documents and solicitaiton please submit a request by e-mailing Timothy Pighee at timothy.pighee@us.army.mil or by phone at 501-212-4401. All Service Disabled Veteran Owned, all women owned, all 8 (a), and HUBZONE small businesses are encouraged to participate. Potential offerors with the NACIS code of 238210 or others could possibly meet this requirement. Those offerors are encouraged to participate. Statement of Work AV Presentation Systems Army Gaming Tool Kit, Building 2557, Fort Chaffee 1. The Arkansas Army National Guard has a requirement for the procurement of services, equipment, and installation of wireless audio and video presentation systems for the Army Gaming Tool Kit (AGTK) located in Building 2557, Room B at Fort Chaffee, Arkansas, 72916-5000. 2. The AGTK's expanding mission and limitation of viewing area requires a modification to the existing facility to maximize viewing of computer generated Voice\Data\Video throughout the classroom in order to maximize the training value and interactive participation of Soldiers participating in each scenario. This room is part of a closed system that is not connected to a production network or the internet. Contractor support is required to assist with the design and implementation of an integrated solution that that assists the staff of the AGTK to meet this goal. 3. Project Scope: This project includes all procurement of equipment, installation of equipment, coordination requirements, system component and cable labeling, cable management, schematics, manuals, and operator instruction (a scheduled training session) pertaining to the complete system. It also includes all warranties and service agreements. The intent is to have a complete integrated wireless system of all peripheral components and communication resources (to include three administrative computers, Blue-Ray\DVD player, and display monitors\projectors that is tamper proof, ensures consistent and quality volume control, and easy, user friendly one touch execution of system operations. When complete there will be no visible cables along wall surfaces or components. Site is to be to the highest professional aesthetic standards. 4. Specific Tasks and Requirements of Base Contract: In addition to criteria in Project Scope (Para. 3), the following are minimum criteria for the procurement and installation of the AGTK multimedia presentation systems: Integrate controller, audio, and peripherals into a primary projector and several "right sized" LCD\LED Monitors. The Projector and monitors must have connectivity to and from all peripherals to include the AGTK's three Administrative computers and a video player. The Projector, monitors, and peripherals must be able to be controlled from a wireless touch screen audio-video switcher (e.g., similar to a Crestron remote). (See Enclosure 1 for location of the computers). Definition of "Right Sized" LCD\LED monitors. The Arkansas Army National Guard recognizes that "bigger is not always better" when it comes to viewing LCD\LED monitors due to pixilation of video when a person is sitting "inside of the optimum viewing area" for the monitor. Enclosure 3 clearly shows that monitors must be installed on the EAST wall. However the vendor may elect to install monitors on the WEST wall OR on the "Western Columns". The key is to maximize viewing of the video from all angles while allowing the audience to pay attention to the speaker standing near the projected image. Ideally, the vendor's offering will provide the maximum video size. Along the EAST wall, viewers will be sitting between 10-15' from the monitor. Along the WEST wall, the distance will vary depending if the vendor elects to install monitors on the wall or the columns (See Enclosure 3 & 4). All solutions will account for the fact that Soldiers watching the monitors may be watching from up to a 45 degree angle. Audio: Sound follows Video: In all cases, sound must follow the video shown on the monitors. Speakers: The Arkansas Army Guard desires sufficient ceiling mounted speakers to be installed above the Gaming workstations so all participants can hear audio from the projected video or microphones. It is critical that this audio does not over power the room so that participants can be heard while speaking in a normal conversational tone. Microphones: The solution must support a minimum of four (4) wireless microphones that operate independently from the three integrated computers and BlueRay\DVD player. All audio inputs must be volume equalized to eliminate the need to adjust volume when switching between devices. Two of the microphones will be wireless "hand held" and two will be wireless "hands free lapel" microphones. Video: All video inputs must be able to display the same image simultaneously on all monitors and projectors. As the video source changes, equalized audio must follow the video signal. Hence forth the three computers providing source video will be identified as Admin PC, Instructor 1 PC, and Instructor 2 PC. (See Enclosure 1 for approximate location of the three computers that will provide the video signals) Projector: The projector solution at a minimum to be a liquid crystal display (LCD) or Digital Light Projection (DLP) 1080P compliant, capable of a short throw distance, and be able to operate continuously for 12 hours per day, 20 days per month without overheating. Furthermore, have sufficient illums (minimum 4000 illums) to be clearly visible when the outside two rows of lights in the room remain on. (equivalent to a Sanyo PLC-XP57L projector or Sanyo PLC-XTC50L. NOTE: brands are for example purposes only, not a recommendation) OPTION 1: Projector (see Enclosure 3): Currently a projector resides in "position 1". The AR ARNG is prepared to install the new projector in this position. However to eliminate throwing a shadow on the screen, we prefer a solution utilizing a "short throw projector installed closer to the screen eliminating throwing of a shadow. In either solution, the bottom of the projected image must not extend below 40" from the floor (See Enclosure 4). The contractor's offering should include a quote for either install. If the price is the same, the contractor must be prepared to install the projector in the vicinity of position 2 as identified on Enclosure 3. Projection Screen. The current projector screen must be replaced. The vendor's offering will provide the largest screen possible that maximizes the "projector throw" (see Enclosure 3) for projectors located in position 1 and/or 2. In either solution, the bottom of the projected image must not extend below 40" from the floor (See Enclosure 4). OPTION 2: Screens (See Enclosure 4 & 2): The AR ARNG currently utilizes a fixed screen and is prepared to accept a similar solution. However we prefer to have a motorized screen installed in the ceiling that can fully retract. The vendor's offering will bid both solutions. Enclosure 4 shows the current screen. In both cases, the new screen cannot be installed "flush" to the vertical wall because of a cable management system that is attached to the wall. (See Enclosure 2) we prefer using a motorized screen solution in conjunction with a "short throw" projector. System peripherals include: a BlueRay\DVD player, integrated remote control, and wireless microphone system. The video player will be located near the vicinity of the vendor's control system and be integrated into the "universal remote". A site survey is required and may be conducted in conjunction with organizational work hours (0700-1530 hours Monday - Friday). By appointment only. System includes a one year warranty on equipment and installation for all contractor provided equipment. Should Government provided equipment fail (e.g., Admin PC); reintegration of replacement equipment will be completed by the vendor at a fixed cost that is included with their bid during the warranty period. Procurement includes installation cost, one year warranty, training on use of system, schematic of entire system connectivity (electronic & hardcopy), user/operator manual (electronic & hardcopy). User/Operator training will be scheduled and conducted on site. Contractor is to uninstall any unnecessary equipment as necessary, e.g., existing projector, wall mounts, cables, etc. Installation includes complete wire management (no exposed wiring, however surface mounted molding is acceptable). Audio Video Switching System is protected by a surge protection and backup power supply capable of sustaining the system for at least 30 minutes. Contractor is encouraged to use existing electrical outlets in support of monitors and projections system. However, should additional power be required, the vendor must conduct all necessary electrical and carpentry work with prior coordination with the installation facility management and electrical engineers. NOTE: The Arkansas Army Guard POC for this statement of work believes that no additional electrical work (e.g., running new power outlets) will be required to fulfill the requirements of this Statement of Work. Contractor is to coordinate and schedule installation time frame prior to installation. Installation must take place during organization's normal duty hours and must be scheduled around planned events and meetings. Contractor is to have the project complete within two weeks of acceptance/award date (not counting deferred scheduling on the part of the organization.). Government requires one-week trial of system before payment is approved. Payment will not be approved until the entire system is completely installed, functional and all aspects of the above requirements are furnished. All cables, equipment, plugs, knobs, and controls must be professionally labeled (adhesive labels are unacceptable). Universal Remote Control code (e.g., Crestron or equivalent product) will be provided in an electronic format along with written instruction and description of controller operational code; how to upgrade, make changes to peripherals, etc. Provide itemized equipment list of components make, model, and serial numbers. Static media connections will include composite audio (stereo) and video, S-video, Laptop audio, and VGA as a minimum. All connection will be inclusive to input and outputs. (i.e., there will be composite video input and outputs, etc.) All racks/furniture must contain cable management, adequate ventilation, and controlled access. Maintenance will provide for on-site repair, replacement, and trouble shooting with a minimum response time of same or next day service and operability. 5. Major Requirements: All installation, training, and documentation requirements must be fulfilled by technically qualified personnel to provide rapidly implemented solutions to this constantly changing environment. The contractor will coordinate with Deputy Chief of Staff for Information Management (DCSIM) or the Contracting Officer's Representative (COR) and Contracting before changes or modifications to requirement solutions. The DCISM representative or COR will assist the Contractor in coordinating with the AGTK Team for site surveys and install dates. Contractor coordinates with DCSIM or COR before acceptance of completion of project. The contractor must follow all policies, guidance, and securities associated with this organization, state and federal laws to include electrical and facility modifications. Should electrical work be necessary, the contractor must coordinate with through the DCSIM representative with post engineering to ensure the building can support the required changes and the solution meets State and Local requirements. The vendor shall maintain a single on-site point of contact/job site supervisor at all times. 6. Deliverables and Schedules: a. The contractor will ensure that installation occurs from 0700-1530 hours Monday through Friday and contract personnel may be required to operate past normal duty day or on the weekend as requirements arise to complete project. This requirement will be coordinated in advance between the government Point of Contact (POC) and the contractor; otherwise there will be no requirements for weekends, extended hours, or federal holidays. b. Documentation: The contractor will provide written documentation as directed by the government POC. The contractor will present an engineering conceptual design to the government Action Officer before contract is awarded. The engineering design will include a list of all system components, diagram or photographs of what the system will look like once completed. c. Reports: Due to the nature of the work performed under this contract, the reports to be delivered may be written or oral. All reports produced under the contract shall comply with standards as directed by the COR. The contractor will submit a daily status report as to the completion of the project once the contract is awarded. d. Schedules: Vendor will provide schedule or timeline of installation, training, and document completion prior to arrival on site. e. Access to Government facilities: Access to government facilities shall be during normal business hours from 0700-1530 Monday through Friday. Vendor shall notify the DCSIM and the AGTK POC at least one day prior to on-site arrival for installation. Access at other times or on weekends and holidays shall be coordinated with the government POC. 7. Acceptance Criteria: a. All equipment is completely installed and operational properly sending, receiving, and distributing audio, video, and data signals to and/or from all peripherals and major system components. All required control function operates properly with the existing desktop, CCTV and visitor laptop. b. All documentation has been submitted to the DCSIM and AGTK POC to include Users Manual, Schematics, Training Videos, Diagrams, Inventory list with serial numbers of all components, and 1 year warranty and service agreement. c. All specific tasks have been completed. 8. Point of Contact: CPT Marcus Pierce DCSIM, Visual Information Manager Bldg. 5301 Camp Robinson North Little Rock, AR 72199-9600 Phone: (501) 212-5932 Fax: (501) 212-5909 Email: marcus.a.pierce@us.army.mil 9. Government furnished information, services, and equipment: The government will provide access to facilities as required. The government will not provide phone services, access to computers or other information systems for organizational daily operations. The government does not provide tools needed to complete the installation or labor support that should be subcontracted or provided by the contractor awarded the contract. 10. Meetings and Reviews: The contractor will attend all meetings and reviews as directed by the COR. The contractor will coordinate with the COR and schedule an initial in-brief prior to execution of the work and an out-brief prior to acceptance of the completed project. 11. Travel: The contractor will cover all transportation and lodging costs for contractor personnel. 12. Security: Services required under this contract will be restricted to unclassified and unclassified but sensitive data. All records and documents generated by the contractor are the property of the Government upon completion of the contract. During contract performance, all records will be maintained in accordance with applicable guidance and regulatory material of the Department of Defense. Records shall not be disseminated, destroyed or otherwise disposed of without prior written consent of COR. Contractor personnel will have visible identification cards readily identifiable by government personnel. 13. Period of Service: Installation completed two weeks from beginning of task order. One week of system trial before acceptance. One year of on-site service and maintenance from date of acceptance. One year equipment and installation warranty from date of acceptance. 14. The Government requests that the prospective offerors submit pricing based on the following options: OPTION 1: Projector (see Enclosure 3): Currently a projector resides in "position 1". The AR ARNG is prepared to install the new projector in this position. However to eliminate throwing a shadow on the screen, we prefer a solution utilizing a "short throw projector. OPTION 2: Projector Screen: Base bid will include a permanently installed "fixed" screen similar to the example on Enclosure 4. The bid will also include installation of a motorized screen that retracts into the ceiling. OPTION 3: Monitors: The vendor base bid will reflect a minimalist approach for installing the "right sized monitors". However we recognize other options may exist that we have not thought of, therefore request an option for a Best in Class solution.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03/W912JF-11-T-0018/listing.html)
- Place of Performance
- Address: Fort Chaffee Maneuver Training Center Gate 19 Road Fort Chaffee AR
- Zip Code: 72905
- Record
- SN02512889-W 20110729/110727235639-56187784d272525ebcd67603a9ae037a (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 |