SOURCES SOUGHT
59 -- Boyd/Hoover Auditorium Integrated Audio/Visual Systems Consulting and Renovation Services - Statement of Objectives
- Notice Date
- 6/2/2014
- Notice Type
- Sources Sought
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XJA84133A001
- Archive Date
- 6/13/2014
- Point of Contact
- Marcus Abram, Phone: 334-953-5530, Mark K. Restad, Phone: 334-953-6776
- E-Mail Address
-
marcus.abram@us.af.mil, mark.restad.1@us.af.mil
(marcus.abram@us.af.mil, mark.restad.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOO Synopsis: Request for Information Maxwell AFB, AL Officer Training School (OTS) Integrated Audio/Visual Systems Consulting and Renovation Services Response Deadline: 12 Jun 2014; 4:00 PM (CDST) 42nd Contracting Squadron Marcus Abram-Contract Specialist; Mark Restad-Team Lead Maxwell AFB, AL 36112 Purpose: THIS IS A REQUEST FOR INFORMATION IAW FAR 15.201(e). This notice is solely for market research and planning purposes and does not constitute a request for proposal, request for quote, or invitation for bid, nor does its issuance in any way restrict the Government to its ultimate acquisition approach. No award will be made from this Request For Information (RFI) and the Government will not pay for any effort expended in responding to this notice. The purpose of this RFI is to gather information from industry on upgrading the existing analog audio/visual system to a commercial grade digital audio/visual system at the Air Force OTS Boyd and Hoover Auditoriums located at Maxwell AFB, AL. The Government considers information on market capabilities, common industry standards, latest technological advances, commercial terms, and conditions, timelines for adaptation and integration, and possible suppliers and sources to be helpful. All feedback and information received may be used to determine the appropriate acquisition strategy for possible future acquisitions. Please do not request a copy of a solicitation because one does not exist. The contractor shall provide an Acoustical/Visual Environment Analysis of existing audio-visual equipment in the OTS Auditoriums. The Acoustical / Visual Environment Analysis must clearly outline actions required to improve the Acoustical / Visual qualities of the OTS auditoriums. Provide and install speakers, digital amplifiers, digital time delay, digital audio processing, digital signal processors, high definition projectors, high definition digital video switcher, high definition video cameras, high definition monitors and any other equipment needed to provide a clear, comfortable, vivid Acoustical / Visual Environment with sharp vivid images along with an accurate balanced ambience for a vocal and musical audio environment. Install environmental system to ensure proper maintenance of system. Provide labor to program the entire system as described above to allow for seamless, user-friendly operation of entire system via the control booth. All components shall meet the minimum level of quality defined below, and must be comparable to provide the quality and durability for constant use with clear sound and sharp images. Audio/Visual equipment quality levels are defined as follows: consumer, which includes equipment aimed to the home market, industrial which is designed for mid-grade or large commercial use (church, boardroom, large auditoriums, etc.) and professional or broadcast which is designed for large scale theater/auditoriums or video production facilities. Professional equipment shall be provided for both the audio and video components. Request for Information/Questions: In order to develop any potential acquisition strategy the following information would be useful: 1. Please provide a capability statement. 2. What experience, as well as how much experience (i.e. months, years) do you have in purchasing and installing audio/visual equipment in the commercial industry. Please provide any relevant past performance information within the past 3 years were your company has company has completed a requirement with a similar scope and the dollar amount. If a government contract please include contract number. 3. As part of the past performance information please provide references and POC information. 4. Any other aspects that should be considered by the government as it refines the requirement and potentially develops an acquisition strategy? 5. Any inputs concerning the NAICS and SBA size standards that should be considered for any potential RFP? 6. Is your company capable of meeting nonmanufacturing rule requirements defined in FAR 19.001 and described in FAR 19.102(f). If your company is a small business will your company be able to provide either its own product or that of another domestic small business manufacturing or processing concern. If additional information is required to formulate your response to this RFI, request the information through the POC listed below. In addition, site surveys may be available by appointment to provide more accurate responses. Responses: This RFI is prepared for planning purposes only and is not restricted to small business. If the government decides to pursue an RFP, portions of your RFI response may be incorporated into the Performance Work Statement (PWS). Sources are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submissions become Government property and will not be returned. 1) RFI responses must include company name, address, at least one designated point of contact, voice, and fax telephone numbers, and an email address. 2) Please include your Business Type, i.e., Small, Small disadvantaged, Women-owned, Hub Zone, Service-disabled veteran-owned, 8(a), large business, etc. 3) All responses shall be provided on white paper outlining the company's responses, not to exceed 12 pages, single-spaced, Times New Roman, 12 font. 4) All questions and responses to our request for information/questions shall be submitted, via e-mail, to marcus.abram@us.af.mil; and mark.restad.1@us.af.mil After review of the responses to this RFI, the Government may or may not proceed with an acquisition. It is the potential offeror's responsibility to monitor this site for any new information related to this RFI. Primary POC Alt POC Name Marcus Abram Mark Restad E-mail address marcus.abram@maxwell.af.mil mark.restad.1@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XJA84133A001/listing.html)
- Place of Performance
- Address: Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN03382347-W 20140604/140602234340-0afecf28b0bc4b83cbc030604cea3aa0 (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 |