SOURCES SOUGHT
78 -- Clune Arena Scoreboard
- Notice Date
- 2/23/2018
- Notice Type
- Sources Sought
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA700018R0016
- Point of Contact
- Malissa A. Crofoot, Phone: 7193330287
- E-Mail Address
-
malissa.crofoot.2@us.af.mil
(malissa.crofoot.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy (USAFA). This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 339950 and the size standard in number of employees is 500. The purpose of this notice is to identify companies capable and qualified to manufacture or provide a Daktronics scoreboard or equal product for the United States Air Force Academy. The system purchased needs to run not only all of the new scoreboards and ribbons associated with this purchase, but also needs to tie into and be able to run the currently owned Daktronic score tables, all from one console. The Daktronics or equal system must seamlessly interface with existing StatCrew and Rapid CG by Broadcast Pix which USAFA/AD currently uses to display real-time statistics and graphics during sporting events. The scoreboard will require installation in Clune Arena where Air Force basketball games are held. Offers of "equal" products, including "equal" products of the brand name manufacturer, must- • Meet the salient physical, functional, or performance characteristic specified in this sources sought; • Clearly identify the item by- o Brand name, if any; and o Make or model number; • Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and • Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. All businesses capable of providing the scoreboard are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. The proposed contract is anticipated to be a Firm-Fixed Price type contract. The estimated quantities and specifications for scoreboard components/capabilities are: • Salient Characteristics - Video: o Two (2) - Center hung Displays that are 6mm - 480 x 864 - 10.40' H x 18.72' W - Indoor LED Video Displays o Two (2) - Center hung Displays that are 6mm - 480 x 624 - 10.40' H x 13.52' W - Indoor LED Video Displays o Four (4) - VOM Displays that are 6mm - 96 x 288 - 2.08' H x 6.24' W - Indoor LED Video Displays o One (1) - 360 Ribbon Display - 15mm - 80 x 10320 - 4.16' H x 636.65' W - Indoor LED Video Display o Two (2) - 10mm 64 x 1440 Scorer's Tables o Three (3) - BB-2140 Main Shot Clocks o Three (3) - BB-2142 Aux Shot Clocks o Three (3) - BB2135 Light Strip Kits o Four (4) - 11' x 3' Non-Backlit Ad Panels • Salient Characteristics - Audio: o Media Player - Full Screen audio video content playback with access to real time data for live stats playback; o Display Interface - 1 DVI-D Input, primary and backup switching as well as dimming is possible with show control and venus control suite; converts player output signals to a format compatible with the display electronics; o Video Processor - 4HD/SDI inputs; composites multiple inputs; primary and backup switching as well as dimming is possible with show control and venus control suite; converts player output and video feeds to a format compatible with the display electronics; o Show control - Creation of quick display buttons to easily change graphics on the display; creation to script buttons to complete multiple operations with a sing button; ability to switch between content playback mode and video mode. All items and components must be made and manufactured in accordance with DFARS 252.225-7001, Buy American Act. All potential offerors are reminded, in accordance with FAR 52.212-4(t)(4), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through http://www.sam.gov. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Delivery is FOB Destination to USAF Academy, CO 80840. The specifications for this requirement are included above. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. If you are a potential source interested in participating in this procurement, please submit a written response with your capability statement on letterhead to one the following: Mail: 10 CONS/PKB, Attn: Londres Medranda and Malissa Crofoot, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315 -or- E-mail: londres.medranda@us.af.mil and malissa.crofoot.2@us.af.mil Responses should also include the following: 1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. 2. Business size status, e.g., 8(a), HUBZone, Woman Owned Small Business, Veteran-Owned or Service Disabled Veteran-Owned Small Business, large business, etc. 3. Appropriate written information and/or data supporting your capability to provide the stated Daktronic Scoreboard or equal product. 4. Answers to the following questions: • Are you a manufacturer or reseller of the items? • What is your lead time for delivery and installation? • What are the warranty terms? • What kind of customer help desk and/or replacement parts program are offered, if any? • Are the components readily available in the market? • Where is the product manufactured? • If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. This notice is designed to locate responsible sources that have an interest, and have the ability to supply the items described herein. All responsible sources may submit a capability statement which shall be considered by the agency. If your firm is capable and qualified to provide the Daktronics Scoreboard, please send your response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 7 March 2018, 4:30 p.m. MDT. Questions and responses should be addressed to the primary contact, Malissa Crofoot, Contract Specialist, 719-333-0287 or malissa.crofoot.2@us.af.mil or the alternate point of contact, Londres Medranda, Contracting Officer, 719-333-3961 or londres.medranda@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700018R0016/listing.html)
- Place of Performance
- Address: United States Air Force Academy, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN04833121-W 20180225/180223231446-e62a089f4d296a5ec5aaba32c5ca0b3b (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 |