Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
DOCUMENT

70 -- Design and install a Video conference system - Attachment

Notice Date
5/4/2017
 
Notice Type
Attachment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24117Q0342
 
Response Due
5/15/2017
 
Archive Date
8/22/2017
 
Point of Contact
Joyce Goodale
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is VA241-17-Q-0342 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is being issued as a SDVOSB set-aside. The associated NAICS code is 334310 and small business size standard is 750 employees. (v) The Government intends to award a firm-fixed price award for Video conferencing system at the Boston VAMC Campuses. The order will have a period of performance of Date of Government Award-05/31/2017. Please see the attached Statement of Work for the full scope and deliverables. Final pricing shall include all charges necessary to provide the video conferencing system. Boston VAMC Video conference system POP: Date of Gov. Award-05/31/2017 CLIN Item Description Total Price 0001 Design, install monitor sound videoconference system 0002 Purchase smart board sound videoconference system Final Total Price An optional site visit would be offered on Wednesday May 10, 2017 @ 12 noon sharp. Please meet in the lobby of Building 20, 1400 VFW Parkway, West Roxbury, MA 02132. (vi) The Contractor shall provide all resources necessary to meet the PWS Part 1 Part 7 : PERFORMANCE WORK STATEMENT (PWS) WX, Research Addition, Smart Board-Sound-Videoconference System VA Medical Center Building 20, Research, Conference Room 60 Technology Modernization West Roxbury, Massachusetts General Information 1. General: This is a non-personal services contract to provide turnkey digital technology modernization to Building 20, Research, new Conference Room, West Roxbury, MA. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Smart Board-Sound-Videoconference System will be installed in Conference Room 60 of the new Research Building 20 addition on the VA Boston Healthcare System s (VABHS) West Roxbury campus. The conference room is primarily used by Medical Researchers for medical research presentations. The purpose of this project is to create an integrated system that works easily and flawlessly. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the technology modernization as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Scope of work. The contractor services described in this PWS shall consist of the creation and installation of turnkey technology modernization for the Veterans Administration Medical Center. The contractor shall execute a controlled, systematic, coordinated and integrated procedure and process that addresses approved requirements. The contractor shall accomplish the work within the period of performance through the following integrated/synchronized efforts to include: analyzing, designing, engineering, procuring, integrating, pre-staging prior to transport to the site, installing, testing, user training, warranting, and ensuring quality workmanship throughout the process and inspection of the room. The contractor shall procure all Commercial-Off-The Shelf (COTS) equipment, accessories, parts, pre-molded factory-terminated cables with the exception of fiber optics, microphone, speaker, and Category 6 UTP cabling. Furnish, install, and integrate the following into the monitor/sound/microphone system: Videoconferencing utilizing the codex model suggested by the VA (Cisco. SX20 Quick Set HD, NPP, 12xPHDCam, 1 mic, remote control) with accessories. Contractor to purchase all equipment. Phone/polycom capabilities, including videoconferencing, to be amplified to the room through the speaker system and use of a microphone system. (2) Handheld wireless microphones with (2) wireless microphone stands. Wireless lavaliers (2). Wireless Area (boundary) microphones. Podium - model to be selected by VA with Contractor input. Necessary electronics mounted in and on podium. An 84 or larger Smart Board 8084i, which is LCD interactive touchscreen monitor.   Simple wall-mounted control system. Train Staff on the use of the multimedia system to include an electronic copy of a simple Operation Guide Sheet utilizing photos. Equipment to be mid-priced, i.e. Scott, Sony, Bose, or equivalent. Cabling and associated equipment to be the latest most prevalent technology so as to not to be obsolete for at least 5 years, i.e. HDMI. See equipment details in Part 6. 1.3 Period of Performance: The period of performance shall be for a 2 week period. 1.4 General Information: Contractor shall at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within the PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.5 Place of Performance: Work is to be performed at the West Roxbury Campus, New Research Bldg. 20, Conference Room. 1.6 Type of Contract: The government will award a Firm Fixed Price Contract. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1 None. 3.2 Facilities: The Government will provide the necessary space for the contractor staff to provide the services outlined in the PWS. 3.3 Utilities: The Government will provide the necessary utilities at the Government school site for the room services outlined in the PWS. The Contractor (to include subcontractors) shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4 Contractor Furnished Items and Responsibilities: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Part 6 of this PWS. 4.2 Personal Identification Cards (PIV): To be obtained with VA assistance. PART 5 SPECIFIC CONFERENCE ROOM TECHNOLOGY MODERNIZATION TASKS 5. Specific Tasks: As described in this Performance Work Statement, the contractor shall design, develop, engineer, integrate, procure hardware and software technologies, pre-stage prior to transportation of the completed room unit to the site, assemble, test, evaluate, transport, install, perform Quality Control/Quality Assurance and train designated Government personnel on the installed room training technology solution. The contractor shall ensure quality and professional workmanship throughout installation. The contractor shall perform the following tasks: 5.1.1.5 Equipment Inventory: The Contractor s plan shall include a 100 percent equipment inventory the same day of room completion. This plan shall address the acquisition, staging assembling, integrating, shipping, installing and preparing of a Excel spreadsheet equipment inventory/accountability and QA/QC 5.2 Engineering and Design: The contractor shall design a technology solution in order to maximize conference room effectiveness; make the most efficient use of available square footage and ensure proper technology selection to meet the required conference room capabilities and infrastructure. 5.3 Programming: The Contractor shall deliver the room programming source code developed by a Crestron certified programmer that includes touch panel graphical user interface submitted for approval for each Creston control touch panel to be installed. The fully functional code shall be delivered the same date of completion. All Crestron codes will be delivered per room and labeled to indicate Installation / School/Building Number / Room Number / code / file names. 5.4 Room Implementation/Test: Install, test, and certify all technology, cabling, and technologies to include electrical system and uninterrupted power supplies, using qualified technicians and engineers 5.4.1 Mount audiovisual cabinet/printer stand technology in the designated room area. 5.4.2 Install needed electrical upgrades, wiring and LAN cables to support technology installation. 5.4.3 Trash Removal/Disposal. The contractor shall be required to perform daily cleanup and final removal of all trash from the site. The contractor shall transport and dispose of all waste generated in the performance of this contract to a landfill off the Army installation. 5.4.3.1 The contractor shall salvage and recycle as much non-hazardous waste as possible. Waste disposal in landfills or incinerators shall be minimized. The contractor shall recycle 100% of uncontaminated packaging materials: paper, cardboard, boxes, plastic sheet/film, polystyrene packaging, wood crates, plastic pails. 5.4.6 Acquisition: The contractor shall not purchase or install refurbished technology as new technology. The contractor shall utilize existing suppliers and dealerships for training technology products and services; audio/video suppliers and Original Equipment Manufacturers to acquire or procure the technology necessary to support the room design in accordance with the COR/PM s approved room technology list. 5.4.6.1 The contractor shall acquire, inventory, stage, pre-assemble and test all technology before delivery to the site. The contractor shall not drop ship technology to a government site or installation. 5.5 Final Room Acceptance: 5.5.1 Quality Assurance/Quality Control: The Contractor shall perform a final independent test of all installed technology upon completion of room installation before performing the final walk through with the Government representative. The Contractor who completed the QA/QC with the Government representative shall sign and date the QA/QC Checklist and have the Government Representative also sign and date the QA/QC Checklist. All names, positions, phone numbers, and e-mail addresses shall be legible. The contractor shall correct deficiencies identified during the government QA/QC inspection without additional cost to the government within two business days of government inspection. 5.5.2 Turnkey Completed Room: The contractor shall provide turnkey completed rooms in accordance with the requirements detailed in this PWS the same business day of room completion. The contractor shall provide electrical for all installed instructional technology capabilities (Crestron, screens, DLP projectors, audiovisual cabinet/printer stand) within the room. The contractor shall submit an Equipment Inventory List (MS Excel Format Spreadsheet) and pictures of room the same day as is completed itemizing all technology in accordance with the List of Materials and the associated serial numbers for each installed item in the room with the closeout documentation. d optional room technology requirements: 5.6 Technology/Software Documentation. The contractor shall collect, organize, and provide the documentation, operator manual, CD-ROMs, unassembled instructor control system code, and warranties for all technology and software two (2) business days after completion of room installation (room completion requires 100% documentation). The contractor shall provide all operator manuals to the POC. The contractor shall include photographs of all rooms cabling to include the electrical rack. 5.9.2 End-User Training. The contractor shall provide initial operator training for instructors, system administrators, and end-user preventative maintenance. The contractor shall train key personnel and system administrators/room support personnel one Business day following completion of the room. The training shall specifically address the operation, functionality, capability, and integration of newly installed technology on-site in the new room. 5.10 Warranty Support. The contractor shall, in addition to any Original Equipment Manufacturer warranties, provide a one-year integrated warranty and maintenance service for all installed rooms from the date the COR receives and approves the closeout documentation Part 6 Room Technology Specifications 6 Room Technology Specifications: 6.1 Conference Room: The requirements for the Conference room include the following minimum specifications: 6.1.2 Video: Each source and its associated infrastructure shall be capable of transporting HDMI (version 1.3 or higher) up to 330 feet without the use of in-line amplifiers and fully support High-bandwidth Digital Content Protection (HDCP). Room video sources consist of the following: One HDMI input, One Display Port Input, and one VGA with Audio per podium. The contractor shall provide the podium with one auxiliary network, audio, and digital video connections to support laptop connectivity for a guest speaker. The contractor shall adhere to generally accepted engineering standards for mounting displays (screens and plasmas), projectors and other room technologies and ancillary and associated items of equipment. 6.1.3 Audio: High fidelity and employs a high-headroom speaker system with high impedance. Digital Audio processing includes input processing available on all inputs, output processing, available on all outputs, sub mix processing available on all sub mix signals, on all optional telephony interfaces, and an audio matrix that connects this processing together. Processor must have a minimum capability of 20-22kHz 200 msec tail-time, Automatic gain control: +15 to -15dB, Feedback Eliminator: 10 adaptive filters, Noise cancellation: 0-20dB noise reduction, and Auto mixer: gain sharing or gated mixer Security for site-specific audio parameters that prevents user access to settings. 6.1.4 Control System: Centralizes and consolidates all controls and switches for video, audio, and screen controls. A 7 inch TFT Active matrix color LCD Touch panel 800 x 480 with common room programmed source code base for all room levels that is located at the Instructor position. The touch panel shall have an intuitive, user-friendly, icon-based graphical user interface. Security for configuration and maintenance options. Support for discrete RS232 control. IP-based control. 6.1.5 Networking: Centralizes and consolidates communication of controls through a gigabit Ethernet switch that provides Power over Ethernet (PoE) interfaces for networking and powering of equipment. 6.1.6 Audiovisual Cabinet/Printer Stand: To be selected and purchased by the VA with contractor input. 6.1.6.1 Audiovisual cabinet shall have a power strip and converter that shall meet the following specifications: outlets; NEMA 5-15R 120 V; Input Frequency of 50/60 Hz +/- 5 HZ (auto sensing) Maximum line current per phase of 15A, Input breaker capacity of 15.0A Maximum height 44.0mm; Maximum width 483.0mm; Maximum depth 146.0mm Surge energy rating 2770 Joules Fully welded 16-gauge construction 6.5 Video Teleconferencing (VTC). Video Teleconferencing--Video. Shall meet the following minimum specifications: Support for Industry Standard VTT Systems H.264, H.320, and H.323 LLOWING video quality up to 1080p resolution at 60 frames per second. support FHD input and output. With ability to share content up to 1080p resolution at 60 frames per second better than Blu-Ray quality. You can share anything with everyone on the call in the same quality that you see it locally - video clips, CAD animations, medical diagrams, or anything else collaborative video session The contractor shall supply 3 PTZ cameras with 65-degree vertical view, 4x optical zoom, 1920x1080 H/V resolution, and a SMPTE 274M 1920 x 1080p output capability. UTP Cabling The contractor shall install all room cabling. Category 6 must be at minimum plenum, unshielded and 24AWG cabling and jacks are required. Performance Requirements A Lecturer has the ability to seamlessly operate all multimedia functions in the room locations a Lecturer would present. The multimedia system functions flawlessly Provide a 1 year warranty on supplies and services with response time within 1 week of request. Deliverables (List all data required to manage or monitor contractor performance). Inspection and approval upon completion of each stage: Submittals of Equipment Specs, Installation, Integration, and Training, by Project Engineer Sean Galligan, Electrical Specialist Robert Fiore, COR Doug Hagen, and the Contracting Officer.. Enclosure 2: Onsite Project Lead Quality Assurance Inspector Checklist for Installation of Technology System Task Checklist Yes No Is ALL required equipment on site as a single unit? Check and verify inventory? Has ALL equipment been staged/tested prior to delivery? Has a time frame for installation/installation been coordinated with the school? Is a detailed work plan available for installers? Step by step Installation instructions? Is the crew fully qualified for tasking? Are all necessary tools and test equipment available? Are safety procedures available and followed? Are Professional workmanship standards available on site? Are these standards strictly adhered to by installers? Security requirements adhered to? Component placement? Wiring harnesses? Labeling? All system functions are tested after installation? 100% of functions are available and work normally? Comments: (vii) The Place of Performance is listed in Section 4.0 of the PWS. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Jan 2017); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); (ix) Provision at 52.212-2, Evaluation -- Commercial Items, 52.212-3 Offeror representation and certification commercial items applies to this requirement. This requirement will be acquired through a commercial acquisition process utilizing FAR 12 in conjunction with FAR 13. This is a competitive Request for Quote (RFQ). The best value to the Government will be determined using the Lowest Price Technically Acceptable (LPTA) evaluation process in accordance with the requirements of the Statement of Work. An Award will be made on the basis of the lowest price quote meeting or exceeding the acceptability standards for non-cost factors. The Government will rank price quotes from lowest to highest. If the lowest priced offer receives an Technically Acceptable Technical rating, then the evaluation process concludes and the Government will make preparations for contract award. If the lowest priced quote is not rated Technically Acceptable, then the evaluation process continues until a technically acceptable quote is determined. 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: Price (Follow these instructions): Please complete the Price Schedule located in Section (v) of this solicitation, with offerors proposed contract line item prices inserted in appropriate spaces.   Please be specific as to how each part in the PWS will be met. Solicitation Clauses "Offeror Representation and Certifications -Commercial Items", completed by offeror.   Or an SAM Reps and Certs print out may be submitted (https://www.sam.gov). Past Performance: Provide (2) references of work, similar in scope with contact information, brief description of the work completed, and contract # (if relevant).   References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.   References can be attached to price proposal specified in item #1 above.   The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical:   Please provide your estimated completion time for this project Please provide your estimated lead time to start this project. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and PWS.   Any additional information to further identify how the company is experienced and capable of performing work is welcome. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (JAN 2017), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984),852.246-70 (JAN2008), 852.246-71 Inspection (JAN2008), Service data manuals (NOV1984),, 852.211-72 Technical industry standards (JAN2008), 852.211-74 Liquidated damages (JAN2008), (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-16, 52.219-27, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33. (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 05/19/2017 at 10:00 AM EST. RFQ responses must be submitted via email to: joyce.goodale@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Joyce Goodale (joyce.goodale@va.gov)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117Q0342/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0342 VA241-17-Q-0342_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3469330&FileName=VA241-17-Q-0342-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3469330&FileName=VA241-17-Q-0342-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04496202-W 20170506/170504235338-1c64b0f2b6efb9a3ad82fd8507031c39 (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.