Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
SOURCES SOUGHT

59 -- PUBLIC ANNOUNCEMENT SYSTEM - DRAFT SOW BLDG 215 PA SYSTEM

Notice Date
9/24/2014
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC SSU SAN DIEGO, 140 SYLVESTER ROAD, BUILDING 570, NAVAL BASE POINT LOMA, SAN DIEGO, California, 92106-3521, United States
 
ZIP Code
92106-3521
 
Solicitation Number
N40443-14-T-0330
 
Archive Date
10/11/2014
 
Point of Contact
Robert B. Link, Phone: 619-553-0348
 
E-Mail Address
bob.link@navy.mil
(bob.link@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT SOW BLDG 215 PA SYSTEM • 1.0 Scope of Work: To install a Public Announcement System for the Military Sealift Command Pacific, Ship Support Unit San Diego in Building 215 on Naval Base Point Loma, San Diego, CA. • 1.1 • 2.0 Requirement: • 2.1 The contractor shall deliver and install all required materials and equipment to support the installation of the Public Announcement (PA) system. • 2.2 The contractor shall provide all the necessary equipment to complete the installation of services. • 2.3 The contractor shall provide a Public Announcement System that is compatible and has the capabilities of integrating/interfacing with NBPL telephone systems. • 2.4 The contractor shall provide a Public Announcement System with capabilities to support an estimated 4,000 sq ft facility, allowing access throughout. • 2.5 The PA system is to include interior and exterior paging, universal telephone interface, and amplifier capabilities. • 2.6 The PA paging system will have a minimum of ten (10) speakers (five internal and five external), each speaker will include the capability of individual volume control and mute capabilities to control/prevent announcements. • 2.7 The PA system interior five speakers will be in-ceiling recessed/flush speakers, One (1) ceiling flush speaker in Room 100, one (1) wall mounted speaker in Room 200 and three (3) ceiling flush speakers in the Civilian Mariner (CIVMAR) Lounge. • 2.8 The contractor shall provide exterior coverage for five weather proof speakers, two on the south wall, one on the west wall, one on the north wall and one on the east wall of the facilities, with the capabilities to project sound in accordance to customer's specification to be determine during walkthrough. • 2.9 PA system is to include a programmable timer that will prevent announcements during schedule hours. • 2.10 PA system and equipment will be installed in an equipment rack and with all components in designated closet. • 2.11 The contractor shall properly label cabling, equipment and material that is installed • 2.12 All management, materials, supervision, labor, transportation and tools to support this requirement are the responsibility of the contractor. • 2.13 Contractor will provide training to customers, how to operate PA system. • 2.14 Contractor will provide at the minimum a one yr. warranty and state terms and conditions of maintenance warranty. • 3.0 Testing and Validation... • 3.1 Contractor shall install, balance, and test PA system. The government will coordinate testing of the PA system between the various contractors. • 3.2 The contractor will ensure functionality and operations of PA systems to include all "government defined" required features prior to final closeout. • 4.0 Disposal of old wiring and equipment. • 4.1 The contractor will be responsible for removal of all excess material (to include cabling, equipment and material) that was removed or used to install the PA system. • 4.2 The contractor will be responsible for removing of material as the job is in progress, leaving no mess at the end of the work day. • 5.0 Deliverables. • 5.1 The contractor shall provide a drawing schematic of the PA system cable and equipment infrastructure. The drawing will depict the cable path, connectivity and location of equipment. • 5.2 All documentation deliverables will be prepared using Microsoft Suite products (word, Excel, Project, Visio and PowerPoint). • 5.3 Documentation and drawings will be delivered through electronic transmission to the Government Point of Contact no later than three (3) business days after the completion of the project. • 5.4 The contract will provide a plan of action and timeline at the commencement of the project. • 6.0 Desired Performance Window: Two weeks (10 business days) following the award of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/SSUSANDIEGO139/N40443-14-T-0330/listing.html)
 
Place of Performance
Address: MILITARY SEALIFT COMMAND, NAVAL BASE POINT LOMA, BLDG 215, SAN DIEGO, California, 92106, United States
Zip Code: 92106
 
Record
SN03525826-W 20140926/140925000800-62e93399d77d6e1dd3ad43e3a952ad95 (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.