Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2017 FBO #5693
SOLICITATION NOTICE

J -- Maintenance Support and Repair for Audio-Visual and Communications Systems - RFQ Bid Package

Notice Date
6/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-17-T-1043
 
Archive Date
8/4/2017
 
Point of Contact
Andre D. Vasseur, Phone: 8163893435
 
E-Mail Address
andre.d.vasseur@usace.army.mil
(andre.d.vasseur@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Package with CLINs. See attached RFQ for bid items. SCOPE OF WORK FOR USACE KANSAS CITY DISTRICT AUDIO-VISUAL (A-V) COMMUNICATIONS SYSTEMS - MAINTENANCE & REPAIR PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. This section pertains to the U.S. Army Corps of Engineers, Kansas City District A-V communications systems to include: 1. The Emergency Operation Center (EOC) A-V systems including major items such as the video wall display, sound systems, A-V fiber optic switching and distribution system, A-V equipment, VTC, A-V control systems, cables and connectors, equipment racks, cabinets and accessories, AC power devices, small conference room A-V, and video ribbon system. The EOC includes the main briefing room and all other small rooms (such as office, meeting, small conference, storage and entry rooms) where the equipment and displays are located. 2. Additional EOC interface systems including theater lighting control system, security camera signal interface components/accessories (camera's and encoder not included), dalia room lighting control systems and CATV cables/accessories. 3. Four (4) conference rooms with six (6) A-V systems of various configurations (Room 204A(2); Room 204B(2); Room 241(1); and, Room 254(1)). These systems typically include a projector, display, a control system and cables/connectors/accessories. One system also includes a VTC capability (Room 241). 4. Programming for all of the above referenced systems. B. It is the purpose of this specification to require the furnishing of timely maintenance and service of all above referenced A-V systems. C. Work shall be conducted during normal Federal Building operating hours (Monday thru Friday; 0730-1600) unless there is an emergency service call. In addition, all visits must be coordinated in advance with the designated government representative. Warranty and maintenance services shall be restricted to normal working hours unless the Government agrees to pay the difference in labor rates for overtime work. 1.2 EXISTING CONDITIONS A. This facility is an existing structure. It shall be the responsibility of each bidder to verify all conditions which pertain to this work. B. Prior to site work, the Systems Contractor, any subcontractors, and contractor employees shall be required to obtain and wear badges issued by US Army Corps of Engineers. Badging procedures and process shall be provided on request from the project COR. A background check is required. Photo ID badges, when worn, will provide facility access through manned building access points and access to any non-secured USACE work areas. C. Government will provide an electronic copy of available original installation SOW specifications which are pertinent to this work upon request. After award, the government will provide an electronic copy of available as-built drawings and operating instructions for use during maintenance visits or service calls. These items can only be used for work at this site and must be returned at the conclusion of the contract. 1.3 DEFINITION OF TERMS A. The term "Government" shall refer to U.S. Army Corps of Engineers; Richard Bolling Federal Building, 601 East 12th Street, Kansas City, MO 64106; phone 816-389-3426. B. The term "Systems Contractor" shall refer to the person, persons, or company who or which contracts for the performance of the A-V system work specified herein. C. The term "COR" shall refer to the Contracting Officer Representative who shall coordinate with the US Army Corps of Engineers project Contracting Officer regarding any contractual issues which arise during the contract duration. 1.4 CONTRACTOR QUALIFICATIONS A. The Systems Contractor's proposal must provide verification that the contractor is a "System Contractor" who regularly engages in the furnishing, installation and service of commercial and industrial A-V systems to include, but not limited to, video wall display systems. Include a minimum of two and a maximum of five project summaries in which each demonstrate recent (within last five years) past performance work experience of this type and size. B. The Systems Contractor's proposal must provide verification that the contractor will maintain a suitably staffed and equipped service organization and has the ability to regularly offer maintenance/repair services for systems of this type and size. C. The Systems Contractor shall have on staff or employ the services of a Creston Certified Programmer. The Systems Contractor's proposal shall include the resume of this individual. D. The Systems Contractor's proposal shall demonstrate to the satisfaction of the Government. 1. Adequate diagnostic and repair equipment to pursue the work properly and expeditiously; 2. Adequate staff and technical experience. PART 2 - PRODUCTS 2.1 GENERAL A. It is the intention of these specifications that maintenance will sustain and enable properly operating A-V systems. A listing of the existing major items of equipment is available per attachments. These listings are only intended to provide the Systems Contractor a concept of the existing types of equipment required for the operation of these A-V systems. Any equipment variations/changes or other minor items of equipment or hardware not specifically listed herein but required for proper A-V system operation are also covered under this maintenance agreement. As-built drawings for the EOC AV systems reflect the magnitude of the system and the connections/accessories required for normal operation (refer attached). B. When required, all replacement equipment and material shall be new and shall be suitable for continuous operation. C. In any case, where a specific specification has not been included herein or shown on the drawings for any item that is required, the Systems Contractor, with prior COR knowledge and Contracting Officers approval, shall furnish only the best quality replacement equipment or material consistent with the quality of other specified equipment and material. PART 3 - EXECUTION 3.1 GENERAL A. Any defective equipment discovered during any maintenance visit shall be repaired or replaced under the terms of existing warranties if applicable. If the warranty period(s) has expired, the Systems Contractor shall identify replacement equipment of same model/type per original installation specifications. Where a specific piece of equipment has been discontinued and/or replaced by a new model, submission of the new model or a suitable item as applicable shall be required to be submitted for evaluation and approval in writing by the government contracting officer prior to purchasing and installation. Any proposed substitute equipment shall meet the requirements of the original installation specifications for the applicable system/item. NO EQUIPMENT/PARTS ARE TO BE PURCHASE PRIOR TO GOVERNEMTN APPROVAL. B. If the Systems Contractor installs replacement equipment, the Systems Contractor shall warrant the replacement equipment against defects in materials and workmanship, including any required parts and labor, during a one year warranty period from date of final acceptance or first beneficial use, whichever occurs first, at no additional cost to the Government. The Systems Contractor shall not be liable for equipment damaged by improper use, negligence, or accidental acts of nature. The Systems Contractor shall also provide updates to the O&M manuals for replacement equipment as needed to keep O&M manuals current. C. All materials and equipment are to be installed in accordance with all applicable standards of the National Electrical Code, the Electrical Code of the governing local municipality, all other applicable local codes, and all safety codes and ordinances. 3.2 MAINTENANCE VISITS AND SERVICE CALLS A. Semi-annual preventive maintenance service visit. Systems Contractor shall conduct diagnostic functional checks, check and resolve system generated error codes, clean fans/vents, and any other manufacturer designated preventative maintenance actions per O&M manuals. As a part of the diagnostic functional checks, the Systems Contractor shall test all procedures, elements, sources listed in the EOC Video Conferencing and Presentation Equipment Instruction End User Guide: and, Conference Room 1127 Conferencing and Presentation Equipment Instruction End User Guide. The Systems Contractor must schedule these visits in advance with the designated government representative to ensure uninterrupted availability of the space. (CLIN 0001, 0006 and 0011) B. Routine service call. The Systems Contractor will provide a service call phone number to the Government. The Government will call this number for service and provide a description of the problem with the A-V system. After this initial call, Systems Contractor technician responds by phone within 4 hours and can be on-site within 24 hours. If replacement equipment is not required, not needed or is readily available from spare parts, Systems Contractor technician will correct the problem and return the A-V system to an operational state. For example this may include, but is not limited to, replacing bulbs, fixing loose/broken/mal-functioning connectors/cables/adaptors/accessories, and correcting diagnostic error messages. If replacement items are needed, Systems Contractor technician will advise the government and schedule a follow-up visit. (CLIN 0002, 0007 and 0012). NO EQUIPMENT/PARTS ARE TO BE PURCHASE PRIOR TO GOVERNEMTN APPROVAL C. Emergency service call. The emergency operation center is a mission critical facility. During an emergency response operation, a faster response time is required. After initial call, Systems Contractor technician responds by phone as soon as possible and can be on-site within 4 hours, seven days a week throughout the entire year. If replacement equipment is not required, not needed or is readily available from spare parts, Systems Contractor technician will correct the problem and return the A-V system to an operational state. For example this may include, but is not limited to, replacing bulbs, fixing loose/broken/mal-functioning connectors/cables/ adaptors/accessories, and correcting diagnostic error messages. If replacement items are needed, Systems Contractor technician will advise the government on interim measures and schedule a follow-up visit. (CLIN 0003, 0008 and 0013) D. Follow-up Repair Visit. After receiving needed replacement items/equipment, System Contractor technician will correct the problem and return the A-V system to a fully operational state. (CLIN 0004, 0009 and 0014) E. Video Wall Fine Tune Adjustments Service Call. On an as needed basis, Systems Contractor shall make comprehensive fine tune adjustments for the video wall (Twenty-four Mitsubishi 50" rear projection cubes, 8x3 configuration) for internal display geometry, brightness and color matching using the permanently installed source equipment (video wall processor) driving the signal to the displays to achieve optimal results. The Systems Contractor must have their own tools and equipment to do the necessary testing and adjustments. The Systems Contractor must schedule these visits in advance with the designated government representative to ensure uninterrupted availability of the space. (Option; CLIN 0005, 0010 and 0015)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-17-T-1043/listing.html)
 
Place of Performance
Address: USACE, KANSAS CITY +, FEDERAL BLDG, CT-C, 601 E 12TH ST RM 647, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN04555561-W 20170625/170623234336-602e959343d2f2d9f1c31a754ee244ed (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.