SOURCES SOUGHT
70 -- RFI ENGINEERING SERVICES CONTRACT
- Notice Date
- 7/23/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement CA, 23755 Z Street, Riverside, California, 92518-2031, United States
- ZIP Code
- 92518-2031
- Solicitation Number
- HQ0028-FY-15-0021
- Archive Date
- 9/8/2015
- Point of Contact
- Jessie Feliciano, Phone: 951-413-2406, Kathryn Maurais, Phone: 9514132502
- E-Mail Address
-
jesus.feliciano3.civ@mail.mil, kathryn.maurais@dma.mil
(jesus.feliciano3.civ@mail.mil, kathryn.maurais@dma.mil)
- Small Business Set-Aside
- N/A
- Description
- HQ0028-FY-15-0021 SOURCES SOUGHT ANNOUNCEMENT ENGINEERING SERVICES CONTRACT FOR DEFENSE MEDIA ACTIVITY TECHNICAL OPERATIONS RIVERSIDE CA The Defense Media Activity (DMA) is seeking authorized sources to provide the technical expertise for engineering the system design, specify all required supplies including equipment, materials and services; perform the installation/integration of equipment or systems; conduct testing and training on the operational equipment or systems, travel to conduct the site survey, installation, testing or training of Visual Information (VI) and broadcast systems for DMA Television-Audio Support Activity's (T-ASA) Department of Defense (DoD) customers. Work locations for the task orders may be in fixed facilities or a technical refresh/upgrade to an existing production vehicle or trailer. CONTRACTING OFFICE ADDRESS: DMA Contracting Office - West 23755 Z Street, Bldg. 2730 Riverside, CA 92518-2031 INTRODUCTION: This is a Sources Sought Synopsis to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The Defense Media Activity, Tech Services, T-ASA is seeking a contract with a Base Year + four (4) option years for the following items. CLIN 0001: Site Survey: The Contractor shall perform an on-location site survey to determine the customer's requirements. In addition, the contractor shall develop a cost estimate for any anticipated future work that will be used for planning/funding purposes. Any tests and data required by T-ASA will be specified in the Site Survey Task/Delivery Order. Site Surveys shall be performed at a mutually acceptable time/date. The functions to be performed and addressed by the Contractor under the site survey requirement at minimum include the following: Meeting with appropriate end users and action officers to discuss site-specific requirements; Coordinating, along with Government representatives, proposed facilities with base/facility engineering, etc.; Determining from site personnel if asbestos or other hazmat are present; Determining if the facilities physical attributes/layout will support the proposed system; Ensure heating, ventilation, and air conditioning (HVAC) are sufficient to dissipate heat load of equipment/personnel; Check available electrical service and recommend any changes/upgrades required to meet system/facility/ancillary power requirements; estimate minimum usable space for system equipment and personnel; Determine acoustic reinforcement and treatment requirements for proper system operation; facility/system lighting requirements and end user operational/training requirements. Site Survey/Report: Upon completion of the physical site survey, and within the time parameters of the Site Survey Task/Delivery Order, the Contractor shall furnish the Government a Site Survey Report which shall include at a minimum: single line floor plan drawing(s) on 11 X 17 inch paper of the proposed facility depicting room dimensions and placement of the proposed system(s); text in Microsoft Word, subject oriented, trip report that details findings compiled during the survey; a chronology of events relating to people, places, times/dates, and locations relative to the survey; Contractor's overall technical assessment of the proposed system; cost estimate for System design, supply integration, installation, testing and training; Noted facility deficiencies (physical/logistical) with recommended solutions; digital images (JPEG) of existing facilities; Recommendations to allow the customer optimal utilization of the proposed system while operating within a conservative budget; Summary of overall findings. The Site Survey report shall be formatted for IBM/Compatible computer with data in Microsoft Word or Microsoft Excel (MS Office latest version), and drawings in Autodesk, INC. AUTOCAD/VIDCAD latest version. The Site Survey report shall be attached to email and sent to the T-ASA Contracting Officer's Representative (COR) specified in the task/delivery order. CLIN 0002 System design: The Contractor shall provide a system design engineering package based on the material contained in the Site Survey Report (Government or Contractor furnished) as specified in the Task/Delivery Order. The System design engineering package shall include a detailed price proposal including; man hour/labor categories required for Installation, Testing and Training; system configuration drawings showing audio/video/remote control flow; equipment rack elevations, acoustic analysis data, applicable studio lighting, cable charts, critical signal path/measurements and remote control panel layout; estimated performance schedule; Bill of Materials (BOM) listing recommended equipment by brands, models and quantities with brochures and specifications and detailed cost data for each. The information provided must contain sufficient depth of detail to order materials and install the system. A softcopy of the System design engineering package shall be formatted for IBM/Compatible computer with data in Microsoft Word or Microsoft Excel (MS Office latest version) and drawings in Autodesk, INC. AUTOCAD/VIDCAD (latest version). The System design engineering package shall be attached to email and sent to the T-ASA COR specified in the task/delivery order. CLIN 0003 Supplies/Services: The Contractor shall perform supply chain tasks as specified in the Delivery Order. This includes procuring the equipment, parts, materials and services specified in the BOM, consolidating and shipping to the specified location within the required timeframe. Services are specified as but not limited to vendor installation, vendor commissioning, vendor training, extended warranties, system "health checks", technical phone support, and software or firmware upgrades. The Contractor shall furnish all equipment in compliance with the supply integration task/delivery order. The acquisition of supplies and services is considered an inherent governmental function and is subject to the requirements of federal procurement laws and regulations. As such, the Government shall not exercise the contract line items associated with acquiring a list of equipment of a bill of materials to circumvent compliance with procurement laws and regulations. The Government shall only exercise contract line items associated with "bill of materials" in conjunction with a service identified by another line item (e.g., design, installation, testing, and training). The Contractor shall furnish the Brands/Models as specified in the task/delivery order. Any equipment substitutions must be approved by the Contracting Officer (KO) prior to Contractor procurement. This includes substitutions for an "or equal" and substitutions for items that are no longer available. In addition to items that are no longer available, the Contractor occasionally may not be able to provide a small number of items listed on the BOM, within the negotiated percentage over invoice cost, due to equipment manufacturer sales restrictions. The Contracting officer may, at his/her discretion, issue the delivery order minus these items and procure these through alternate means. Contractor Furnished Equipment shall be new, "off the shelf" commercial type except where modifications or fabrications are required to meet the requirements specified by the Government. See FAR Subpart 2.101 for the government's definition of commercial-off-the-shelf. CLIN 0004 Installation: The Contractor shall install and integrate the system including all hardware, firmware, and software to achieve the required capabilities and demonstrate that the system operates as designed. The installed system shall be complete with all necessary integration, end items, hardware, software, connectors, and cables. All minor installation items, not specifically identified by the design documents, shall be provided by the Contractor to meet optimum performance requirements. The system shall be fully operational at the completion and acceptance of installation without further addition or modification. The Contractor shall ensure proper positioning and functioning of Contractor Furnished Equipment and Government Furnished Equipment for optimum performance and easy access by operator/maintenance personnel as indicated in the equipment/rack elevation drawings. The Contractor shall provide all necessary equipment, tools, and safety items to install and test the System. The Contractor shall utilize the industrially recognized equipment safety and procedures during installation and testing to avoid personnel injury and property damage. The installation, fabrication, and interfacing shall be in accordance with industry standards. When equipment cabinet anchoring is required by local regulations, the equipment cabinets shall be anchored firmly in place. Fasteners and hardware shall be adequate to support their loads with a safety factor of at least three. Any non-rack mounted equipment installed 36 inches or greater above floor level shall have a safety factor of at least five. All switches, outlets, cables, ports, controls, etc. shall be clearly, logically, and permanently marked. All cables/wires shall be properly terminated and neatly dressed. Adequate overload protection shall be employed on all electrical equipment. Adequate power conditioning shall be employed in areas with sub-standard power delivery. Proper phase balancing and grounding shall be employed for the installation's power delivery system. The Contractor shall take such precautions as necessary to guard against electromagnetic and electrostatic interference, to supply adequate ventilation within equipment cabinets, racks and consoles, and to install equipment so as to provide maximum safety to the operating personnel. Equipment cabinets shall be designed to allow personnel to turn power on/off from the front of the cabinets when defined in System Design Report and approved by the Contracting Officer Technical Representative (COTR) and T-ASA engineering. Blank panels shall be furnished and installed in equipment cabinets to cover the front of all unoccupied cabinet and rack spaces. The Contractor shall fabricate and install cables and cable assemblies in tailored lengths to interconnect the equipment components. All cabling external to the electronic cabinets shall be installed in accordance with local electrical/fire regulations. In the event that adequate space is not available in the existing conduits/raceways or additional conduits/raceway are required for any other reason, the Contractor shall furnish and install the required conduits/raceways when defined in System Design Report and approved by the Contracting Officer Technical Representative (COTR) and T-ASA engineering. Manuals: The Contractor shall furnish commercial/system manuals to the Government Technical Representative (GTR) prior to system acceptance testing. The exact number of commercial/system manuals will be specified in the installation task order. These manuals shall include equipment/component data as well as system data. Commercial Manuals: The Contractor shall provide a commercial operation/service manual for hardware, firmware, and software, as provided by the original manufacturers, for each piece of equipment and software furnished by the Contractor to the Government Technical Representative (GTR) at system acceptance testing. System Manuals: The Contractor shall provide the System operations/service manual(s) to the GTR at acceptance. The manuals shall be in Contractor format and shall contain the procedures necessary to properly operate, maintain, and support the system. Installation Documentation: The Contractor shall furnish As-Built drawings and digital images depicting all equipment, components, and rack layout of subsystems and of the system. The drawings shall show all connections, wire numbers, and signal flow within the system. The digital images shall show the overall installation, equipment layout/placement and any specific areas of interest that were discovered during the installation. The images shall be imbedded in a MS Word document that gives a brief narrative of the images. A preliminary, complete, set of As-Built drawings (red lines) shall be furnished to the GTR at the time of acceptance testing. A formal set of As-Built drawings including one set not to exceed ANSI "D" size, 2 sets of 11" X 17" and 2 EA. CD/DVD with.pdf copies of all drawings, and the digital image document shall be furnished within 30 calendar days of final acceptance. A softcopy of the As-Built drawings and the digital image document shall be attached to email and sent to the T-ASA engineer specified in the task order. The softcopy of as-built drawings shall be on Autodesk, INC. AUTOCAD/VIDCAD (latest version) and be formatted for IBM/Compatible computers. The digital image document shall be formatted for IBM/Compatible computer with data in Microsoft Word (latest version). The contractor shall furnish all programming, source codes, and passwords to the government. The programming, source code, and passwords should be considered the property of the government after delivery by the contractor. CLIN 0005 Testing: The Contractor shall perform the acceptance test with Government personnel observing the results. The Contractor shall appoint a Test Director to coordinate all tests to be performed. The Test Director (Contractor) shall coordinate the test schedule with the GTR/ALT GTR five working days prior to the proposed starting of the tests. One copy of the annotated test report shall be furnished to the GTR at the completion of the acceptance test and one copy forwarded to the Contracting Officer within ten days after completion of the test. Installation Test Procedures: System acceptance test procedures shall be prepared by the Contractor and submitted to the Contracting Officer 30 days prior to start of acceptance testing. The test procedures shall be prepared in sufficient depth to demonstrate the full capability (functions and features) of the system with pass/fail criteria on all significant specifications. The procedure shall include a step by step process that will be used to test the system. Each test shall be described in detail explaining the purpose of the test, the test equipment and/or charts to be used, and the expected results. A written copy of the step-by-step test procedure shall be provided to the Government Technical Representative (GTR) enabling the GTR to follow the performance and record the results. The Contractor shall provide all applicable equipment and personnel required to perform the acceptance test. Nothing contained in this section shall be construed to prohibit the Government from conducting additional tests on the system to validate compliance with the Performance Work Statement or any part thereof. CLIN 0006 Training: The Contractor shall provide on-site operator training, at the Government's facility for the installed system including all personnel and materials required to perform the training. The training shall be scheduled for the period immediately prior to system acceptance. As a minimum the training shall cover overall operation of the system, operator's procedures including the various software operations for the software furnished by the Contractor, operator's troubleshooting for isolating equipment malfunctions, and ON/OFF procedures that are part of system operation. The time/date, number of government personnel to be trained, and level of training will be detailed in the Training task/delivery order. The Contractor shall furnish a lesson plan to the Government for approval, at least 30 days prior to the system training. The lesson plan shall include, as a minimum, course outline, specific definition and direction on learning objectives, equipment requirements, instructional media requirements, and subjects to be presented and conduct of training. The Contractor shall provide all necessary training materials, literature, and training aids required for the training. As a minimum each trainee will be provided with a copy of the operator's instruction manual, signal block diagrams of the system, and interconnecting cabling diagram. CLIN 0007 Travel: The contractor shall be required to travel within and outside the local area to support the task requirements, such as conducting a site survey, installation and integration of the system, conducting testing, training and on-site commissioning of the system. All travel outside the local area will require approval 30 days prior to the trip by the Government. The coordination shall include the contractor's proposal of the number of contract staff to accomplish each trip. The government, however, shall have final approval of the size of each traveling party. Travel costs shall be reimbursed at cost, not to exceed the then current rates specified in the Joint Travel Regulation (JTR). The contractor shall use only the minimum number of travelers and rental cars needed to accomplish the task(s). Travel shall be scheduled during normal duty hours whenever possible. Airfare will be reimbursed for actual common carrier fares which are obtained by the most reasonable and economical means. Airfare costs in excess of the lowest customary standard, coach, or equivalent airfare offered during normal business hours are unallowable except when such accommodations require circuitous routing, require travel during unreasonable hours, excessively prolong travel, result in increased cost that would offset transportation savings, are not reasonably adequate for the physical or medical needs of the traveler, or are not reasonably available to meet mission requirements. However, in order for airfare costs in excess of the above standard airfare to be allowable, the applicable condition(s) set forth above must be documented and justified. The contractor shall keep a summary of all long-distance travel, to include, at a minimum, the name of the employee, location of travel, duration of trip, and POC at travel location. The contractor may invoice monthly on the basis of cost incurred for travel CLIN. The invoice shall include the period of performance covered by the invoice, the CLIN number and name and Task Order number. In addition, the contractor shall provide the following detailed information for each invoice submitted, as applicable. Separate worksheets, in MS Excel format, shall be submitted for travel with separate columns for the following: • Current invoice period • Names of persons traveling • Number of travel days • Dates of travel • Number of days per diem charged • Per diem rate used • Total per diem charged • Transportation costs • Other charges • Total charges DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: HQ0028-07-D-0003 and HQ0028-12-D-0012 Contract Type: IDIQ Incumbent and their size: Innovative Technologies, Inc Method of previous acquisition: Open Competition Provide Brief description of the current program/effort: The Defense Media Activity (DMA) is seeking authorized sources to provide the technical expertise for engineering the system design, specify all required supplies including equipment, materials and services; perform the installation/integration of equipment or systems; conduct testing and training on the operational equipment or systems, travel to conduct the site survey, installation, testing or training of Visual Information (VI) and broadcast systems for DMA Television-Audio Support Activity's (T-ASA) Department of Defense (DoD) customers. Work locations for the task orders may be in fixed facilities or a technical refresh/upgrade to an existing production vehicle or trailer. List Anticipated Time Frame: 1 March 2016 to 28 February 2017+ four (4) one year options List Place of Performance: Travel in and around the primary place of performance may be required throughout the period of performance. Initial fabrication, staging of systems, testing/training or system commissioning may be performed at the contractor's facility. Additional travel within CONUS or OCONUS may be required to support the requirements of the individual project. REQUIRED CAPABILITIES: Provide the technical expertise for engineering the system design, specify all required supplies including equipment, materials and services; perform the installation/integration of equipment or systems; conduct testing and training on the operational equipment or systems, travel to conduct the site survey, installation, testing or training of Visual Information (VI) and broadcast systems for DMA Television-Audio Support Activity's (T-ASA) Department of Defense (DoD) customers. Work locations for the task orders may be in fixed facilities or a technical refresh/upgrade to an existing production vehicle or trailer. SPECIAL REQUIREMENTS: Contractor Qualifications: The Contractor shall be responsible for employing qualified personnel to perform duties defined in this PWS. The Contractor shall have the personnel, organization, and administrative control necessary to ensure that each project is completed satisfactorily. Contractor personnel may need security clearances issued by Defense Security Service (DSS). Recently some of the T-ASA customer facilities and programs served by the T-ASA Engineering Services Contract required "TOP SECRET" cleared personnel for work performance. The contractor key personnel shall hold a certification by an industry accredited institution such as, but not limited to, the Society of Broadcast Engineers (SBE) or infoComm. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541330. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist DMA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email August 24,2015 2:00 PM Pacific Daylight Time (PDT) to jesus.feliciano3.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae8e78c5ea50fa39ac0bd133f096a3c4)
- Place of Performance
- Address: DMA Contracting Office - West, 23755 Z Street, Bldg. 2730, Riverside, CA 92518-2031, Riverside, California, 92518, United States
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN03807669-W 20150725/150723235049-ae8e78c5ea50fa39ac0bd133f096a3c4 (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 |