Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
DOCUMENT

59 -- The Navy Supply Systems Command Fleet Logistics Center Jacksonville (NAVSUP-FLCJ), is seeking to contract a vendor able to replace the antiquated Audio Visual (A/V) equipment at the Lassen Auditorium - Attachment

Notice Date
8/10/2018
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
Solicitation Number
N68836AVSYSTE
 
Response Due
8/24/2018
 
Archive Date
11/11/2018
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION OF REQUIREMENTS Audio Visual Equipment and Installation for NAS Whiting Field 1.0 INTRODUCTION The Navy Supply Systems Command Fleet Logistics Center Jacksonville (NAVSUP-FLCJ), is seeking to contract a vendor able to replace the antiquated Audio Visual (A/V) equipment at the Lassen Auditorium. These systems are used for Safety Stand-down, General Military Training (GMT) and various other training needs on base. The A/V system shall be composed of multiple commercial / professional grade components. However, all of the components shall operate flawlessly and in unison in the same fashion as the current system operates. 2.0 REQUIREMENTS Vendors bidding for this contract must conduct a required site visit to NAS Whiting Field ™s Lassen Auditorium in Milton, FL. Located at 7550 USS Essex St, Milton, FL 32570. The visit will take place on August 16, 2018 starting at 01:00PM until 04:00PM. Central Day Time (CDT). If all the answers from the vendors, user, and contracting have been satisfied, the site visit can be completed earlier than the allotted time. Please contact Mr. Ron McCurdy (850-623-7599, ron.mccurdy@navy.mil) to coordinate access on base. All the questions will be received, answered, and shared on site. This is to ensure that all the vendors have a fair share to the information exchanged between vendors, the user, and contracting. No other questions will be entertained after the site visit. The quotes shall be received by contracting no later than August 24, 2018 03:00PM CDT. Please email the quotations to: angel.mateo@navy.mil The A/V system shall be completed by installing commercial / professional grade components and other supporting equipment in the best location/position within the Lassen Auditorium. The user will validate that the proposed quotation is deemed technically acceptable. The technical acceptance will be based on the deliverables shown on the Description of Requirements (DOR) document. Then, contracting shall select the Lowest Price Technically Acceptable (LPTA). The vendor shall provide in within quotation the cost of the video/audio equipment, supporting equipment, installation, labor, and travel expenses, as required. The vendors shall place all the visible cables to the plain eye to be hidden or behind the walls to provide a clean and aesthetic look through the auditorium. The vendor shall use commercial / professional grade hooks, switches, cables (RCA/AV Jacks, HDMI, optical, AC/DC, coaxial cables, etc), harnesses, cords, and mounts as required. Includes full one-day training session after equipment installation to provide designated personnel with familiarization of equipment operation. Training shall occur within one week after completion of installation. Includes one-year warranty; parts and labor. Vendor must provide on-site response to trouble calls covered by the warranty within 12 hours. NAS Whiting Field will keep all of the replaced equipment. The integrated A/V system will provide quality audio and video across the auditorium (63FT Long, 58FT Wide, 20FT Ceilings). The integrated A/V system will include two projectors with native video signal resolution of 1280x800, 1920x1080, or 1920x1200. System must support 1080p/60 video and have the capability to convert analog input signals to digital signals. The video signal shall have the capability to be transmitted via HDMI, RCA, and VGA cables. The system must be capable of sufficient brightness to project a high quality image in a fully lit auditorium. The A/V system shall have the capability to be operated remotely, signal extenders as required to ensure that the quality of the sound and video does not dwindle during long functions (5+ hours). The A/V system will have the ability to identify connectivity issues wherever they may lay throughout the system. A commercial / professional grade Blue Ray disk player. 4 commercial / professional grade wireless microphones that can be used across the auditorium through any type of function. Power surcharge protector/s as required to protect the equipment. Power conditioners as required to prevent ground loop issues such as humming. The video signal shall be projected into electric screens (two) that will be at least 164 (diagonal) with an aspect ratio corresponding with the projectors. The screens must be retractable and remotely controlled. The video display screens (2) shall be installed symmetrically around and above the main stage. This in order to be seen from all sides all the auditorium. Please see floor plan attachment. The A/V system shall include at a minimum four (4) new commercial / professional grade speakers. The speakers shall be positioned to optimize sound quality within the auditorium and shall match or exceed the quality and technical specifications of the current speakers (4 Bose Panaray 402 II loudspeakers and 1 Bose Panaray 502 B loudspeaker). The A/V The A/V system shall include new commercial / professional grade components capable of offering at a minimum, the same or better performance as the current controller (1 Bose Panaray System Digital Controller II) and amplifiers (1 QSC RMX 1850HD and 1 QSC RMX 2450HD), to include any additional commercial / professional grade components necessary to deliver a fully functional system. The vendor shall provide warranty for all the components of the new A/V system for at least a year. During the installation the vendor shall install any required software updates and demonstrate the capabilities of the A/V system no later than a week after the installation is completed. The installation of the A/V system shall be completed no later 30 days. 3.0 DELIVERABLES The objective of this contract is to provide high quality audio / visual display systems at the Lassen Auditorium onboard NAS Whiting Field with up-to-date systems in order to conduct the highest class of training to all personnel on the NAS Whiting Field Complex. The contractor will provide equipment needed for upgrade, installation services, and expedient warranty repair for the Lassen Auditorium. After install of all equipment, the contractor will provide a full one-day training session for personnel who are deemed necessary by the Deputy Ground Electronics Maintenance Officer. During the one-year warranty period, the on-site response time for all equipment deficiencies called into the contractor will be within 12 hours. 4.0 DELIVERY LOCATION Physical Location of Equipment: Lassen Auditorium, Building 2980 Point of Contacts: Technical:Adrian Langlois (850) 665-6265 Requestor:Ron McCurdy (850) 623-7599 4.1 Delivery Address: NAS Whiting Field 7077 USS Lexington Ct. Building 1471 Milton, FL 32570
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/06cdc5c647b7443fdf07b84b5e9f7290)
 
Document(s)
Attachment
 
File Name: N68836AVSYSTE_Description_of_Requirements_NASWF_AV_08102018_Official.docx (https://www.neco.navy.mil/synopsis_file/N68836AVSYSTE_Description_of_Requirements_NASWF_AV_08102018_Official.docx)
Link: https://www.neco.navy.mil/synopsis_file/N68836AVSYSTE_Description_of_Requirements_NASWF_AV_08102018_Official.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAS Whiting Field
Zip Code: 7077 USS Lexington Ct. Building 1471, Milton, FL
 
Record
SN05031089-W 20180812/180810230711-06cdc5c647b7443fdf07b84b5e9f7290 (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.