Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2019 FBO #6452
SOLICITATION NOTICE

N -- US FWS R7 KDK A/V REPAIR

Notice Date
7/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE<br />1011 E TUDOR ROAD<br />ANCHORAGE<br />AK<br />99503-6199<br />US<br />
 
ZIP Code
99503
 
Solicitation Number
140F0719R0007
 
Response Due
8/8/2019
 
Archive Date
8/23/2019
 
Point of Contact
Kuntz, Anthony
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Fish and Wildlife Service, Anchorage, AK has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This posting will be referred to under Request for Proposal (RFP) Number 140F0719R0007. This announcement constitutes the only solicitation. A written solicitation will be issued and attached to this posting for reference only. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) 2019-03, effective July 12, 2019. This requirement is set aside for small businesses. The North American Industrial Classification System (NAICS) number is 541990, All Other Professional, Scientific and Technical Services and the business size standard is $15M. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. The U.S. Fish and Wildlife Service is requesting quotes to repair the audio visual components at the Kodiak National Wildlife Refuge Visitor ¿s Center in accordance with the following performance work statement: BACKGROUND The Kodiak National Wildlife Refuge Visitor Center is located on 402 Center St, Kodiak, Alaska 99615. It is operated by the U.S. Fish and Wildlife Service (FWS.) The web site is https://www.fws.gov/refuge/Kodiak/visit/visitor_activities/visitor_center.html The exhibits, multipurpose room, and associated AV systems were initially installed in 2007 were installed by Split Rock Studio. Over time, the exhibits have been damaged through the wear and tear of tens of thousands of visitors annually. After the 12 year in operation, the AV and lighting systems have also been worn due to the use and have become unreliable. As a result, the refuge visitor experience to the visitor center is significantly diminished and impaired. New and improved audiovisual systems are needed in the exhibit area and multipurpose room, The AV systems included are listed below under System Overview, with additional information and photos included in the attachments. II. PURPOSE The purpose of this contract is to repair the described exhibits, track lighting system, and audiovisual systems at the Kodiak National Wildlife Refuge Visitor Center. III. SCOPE OF WORK Independently, and not as an agent of the government, the contractor shall provide the U.S. Fish and Wildlife Service with all labor, materials and services necessary to repairs the stated damaged exhibits, track lighting, and provide a complete and working audiovisual presentation system. Work under this contract includes the system design, purchase of all necessary equipment, installation of all necessary equipment, including any Government Furnished Property (GFP), wiring, and programming for reliable audiovisual systems. All video, audio and control elements shall be adjusted and set up to achieve maximum quality obtainable. Work under this contract also includes encoding of all existing programs for visitor center exhibits, from master tapes or digital files to MPEG2 files compatible with playback on the contractor furnished programmable solid-state media players. The FWS will continue to operate with the existing equipment on site until the contractor begins installation of the new system. The Refuge will close the multipurpose room during the installation of the AV system. The exhibit areas will remain open, with specific areas closed during the repair as required to assure visitor safety. The contractor shall have access from 8 AM to 5 PM, Seven days a week. 1. All equipment and installation materials required shall be new. 2. Included in these specifications is to provide a project management schedule that achieves the desired goals and deliverable dates. 3. Prior to ordering equipment and materials for the audiovisual system, the contractor shall provide the following: a. Shop drawings that show all equipment, cables, connectors, devices and custom plates to be used in the fabrication of the system. All equipment shall be labeled as to function. All cables and connection points shall be identified as to type and service. Cables shall be uniquely labeled as to their use and a numeric identifier. Drawings shall be provided as pdf files. b. The contractor shall provide descriptive literature for all major components specified or proposed for use in the system. This information shall be transmitted electronically. c. Schedule of work detailing significant milestones and their anticipated dates of completion. 4. Workers fully competent in the fabrication, installation, and implementation of professional audiovisual, and sound systems shall perform the work specified in a thorough manner. All tools, ladders, scaffolds, hand trucks, carts, test equipment, safety equipment specific to the work, and/or other apparatus or machinery necessary for the contractor to accomplish this work shall be provided by the contractor. 6. The contractor shall take precautions as necessary to guard against electromagnetic and electrostatic hum, spurious oscillation, to provide for adequate ventilation and to install the equipment to provide maximum safety to any user or operator. 7. The contractor ¿s responsibility includes bringing to the attention of the COTR any aspects of the designs and specifications included here which the contractor anticipates or foresees will cause any problems, setbacks, or other undesirable results in delivery, fabrication, installation, operation, or other aspects of the systems described herein. 8. The contractor shall submit to the COTR a letter of completion when the system is complete and in proper operating condition. Final tests shall be made in the presence of the COTR, who shall be notified of the test date a minimum of one week prior to that date. 9. Following final checkout, the contractor shall provide three copies of a printed manual for use in operation and simple troubleshooting of the audiovisual systems specified here. One master copy of the manual shall include the owner ¿s operating/service manuals for each item of equipment used in the specified system. The manual layout at a minimum shall be: a. Cover / Title b. Contents c. As built systems block diagram(s) (11 ¿x17 ¿) d. Systems Overview description(s) and the function of each component with names, model numbers, serial numbers, etc. e. System Operation (1) Daily System Procedures (2) Showing Media (3) System Adjustments (a) Audio (b) Video f. Troubleshooting Guide (a branching diagram--If A is occurring, do B, try C ¿.) (1) Video (2) Audio (3) Controls g. Scheduled maintenance of each component including anticipated replacement of bulbs, filters, batteries, etc. h. All control system code, touch-panel screen files, and device configuration files in the manufacturer ¿s standard format. 10. Using the manual specified, the contractor shall provide no less than four hours of training and instruction to personnel designated by the COR. Submit a draft copy of the training and troubleshooting manual for approval before final printing and distribution. FUNCTIONS AND OBJECTIVES- MULTIPURPOSE ROOM (second floor) 1. Remove from service all audiovisual equipment, hardware, materials and supplies not intended for reuse from the multipurpose A/V storage room. Turn over all items to the FWS staff. 2. Provide and install a fully working audiovisual, audio, and video playback system comprised of contractor supplied and Government-Furnished equipment and materials. 3. Provide the audiovisual system described herein free of artifacts such as hum, noise, or distortion of any level above that specified by the manufacturers of the equipment specified and/or provided. SYSTEM OVERVIEW 1. The completed system shall primarily be used to display an existing Standard Definition video and Ultra High Definition 4K, 4:3 aspect ratio. 2. The system shall be used to display programs on Blu-ray, DVD, and digital formats in the multipurpose A/V rack to accommodate the following three input types: 1) HDMI with integrated audio; 2) DVI; 3) VGA. DVI and VGA to share a separate stereo mini jack audio input. 3. The design, provide, and install a Public Announcement (PA) system that uses the current building speaker system. EQUIPMENT 1. VIDEO AND AUDIO SOURCES ¿ all located in multipurpose A/V room equipment rack unless otherwise noted. All for output through multipurpose projector and sound system. a. HD Video player ¿ Memory SD Card, HDMI output. BrightSign HD-810 or equivalent. b. Blu-ray player ¿ consumer grade, capable of playing standard DVD ¿s too, with IR control. c. HDMI output. Spare input (one) for future component analog video sources with stereo audio. d. Spare input (one) for future HDMI e. Handheld touch pad to control the A/V equipment in the multipurpose storage room rack. f. Six foot long connecting cables (three) HDMI (one), DVI with audio (one), and VGA with audio (one). g. Fifteen foot long connecting cables (three) HDMI (one), DVI with audio (one), and VGA with audio (one). 2. MULTIPURPOSE ROOM a) Video Projector ¿ Ceiling mounted Single chip DLP with -1920 x 1200 resolution, minimum 6k ANSI lumens, liquid cooling, dual AC lamps, RS232 control, zoom lens to fill screen. Calibrate projector for optimal display, including 16:9 1920 x 1080 masking. Throw distance from screen to back wall is 25 ¿. b) Spare lamp set (two per set) for video projector - 3. AUDIO AND VIDEO PROCESSING / CONTROL SYSTEM a) Integrated programmable touch-screen control system that operates audio levels, audio, and video switching of and between all sources, playback control of programs on primary solid state media player and Blu-ray player. Install (two) portable touch panels with approximately 8 ¿ screen on a portable 2-way RF touch. Each controller shall have the same full control capabilities. b) Accessibility RF transmitter (two) ¿ with dual rack mount and antenna kits: One for Assistive listening (active for all audio playback sources; one for Audio Description for future application). c) Assistive listening receiver (six) - 8-channel, compatible with transmitters. d) Assistive listening Induction Loop Amplifier (one) ¿ with an induction loop wire, surface mounted around perimeter of the auditorium at top of walls. Booth audio monitor system (one) powered stereo pair with volume control and (two) headphones. e) Information desk mounted panel (located approximately 100 ft from projection booth) with push-buttons that integrate with A/V controller: f) to turn on the A/V controls, i. to start films in the mini theatre and multipurpose room. ii. for loop mode to automatically show the films on a regular schedule iii. the other unused button available for future programs. Use existing conduit from booth to info desk or wireless transmitter. 4. AC POWERLINE UPS AND LINE CONDITIONING a) Install UPS protection for all AV system rack mount equipment except audio power amplifiers and projector. b) Install line conditioner(s) for audio power amplifiers and projector. 5. HARDWARE, CABLE, CONNECTIONS a. All support hardware shall be of a grade equal to at least four times the rated load weight of the equipment being supported. b. Cabling and Connectors: Care shall be taken to bundle and secure all cables that interconnect electronic devices integral to the system with destinations outside the equipment rack. Strain relief, harnesses and segregation of cables according to signal levels must be maintained throughout. Crimp type connections shall be accomplished with ratchet type crimping tools as recommended by the crimp connection device manufacturer. Unused conductors, shields, or drain wires shall be dressed under heat shrink tubing, not cut. 6. EQUIPMENT RACK(S) Use existing Government Furnished Property and/or provide replacement floor standing metal equipment rack or racks (depending on the proposed system) in multipurpose room storage and A/V equipment room and the exhibit A/V equipment room. The rack(s) shall accommodate mounting of standard 19 ¿ width electronic apparatus in 1.75 ¿ height increments. Provide all necessary hardware. Equipment not manufactured for traditional rack mounting methods shall be provided with a rack mount vented shelf sized appropriately for that equipment. Include within the rack, hardware necessary to accommodate routing and segregation of cables according to signal levels, as well as adequate cooling fans. FUNCTIONS AND OBJECTIVES- EXHIBITS 1. Retain current operation of all AV exhibits, by updating the playback from DVD to current solid-state flash card based playback equipment. 2. Encode all existing programs for both the multipurpose room and exhibits, from Government Furnished master tapes or digital files to MPEG2 files compatible with playback on the contractor furnished programmable flash memory card based solid-state media players. 3. Provide control to existing lighting systems. 4. Provide and install a fully working audiovisual, audio, and video playback systems comprised of contractor supplied and Government-Furnished equipment and materials. 5. Provide the audiovisual systems described herein free of artifacts such as hum, noise, or distortion of any level above that specified by the manufacturers of the equipment specified and/or provided. SYSTEM OVERVIEW-EXHIBITS 1. Refer to attached documents showing the exhibit AV elements. Remove from service all DVD players, and replaced them with programmable flash memory card based solid-state media players, with integral GPIO ports, RS232 control, capable of native and up scaled 1080P HD video playback; BrightSign HD series players or equivalent. Remove controllers associated with each exhibit and replace with new digital media controllers. OVERVIEW OF VISITOR CENTER AND EXHIBIT REPAIRS 1. Replace the broken information desk controls that control the first floor mini theatre. 2. Replace the master audio control for the exhibit interactive elements a. Fish audio station b. Bear den audio sound of the cub ¿s heartbeat c. Bird Songs 3. Bear den audio design and replace the broken heartbeat stethoscope interactive at the Bear den with a durable and long lasting listening device. 4. Replace the broken phone Public Announcement (PA) system with a system that uses the existing speaker system throughout the building with audio sounds and music capabilities. 5. Visitor Center Multipurpose Room a. Replace the ceiling mounted projector with a newer higher resolution HD 4K projector. b. Replace the broken A/V equipment for the Multipurpose Room. c. Convert to a wireless tablet to control A/V equipment for presentations. EXECUTION- Multipurpose and Exhibits 1. Care shall be exercised in wiring the systems to avoid damage to cables and equipment. All joints and connections shall be made with rosin core solder or with mechanical connectors approved by the COR. 2. The contractor shall calculate anticipated heat loads for equipment used in the audiovisual system and provide a detailed report to the COR. The contractor shall provide and install convection vents and/or cooling fans as necessary if required to prevent the equipment ¿s environment temperature from rising no more than 30 ºF over the ambient temperature of the adjacent space. Fans, if used, shall provide the maximum amount of airflow with the minimum amount of noise. 3. Persons trained and experienced in audiovisual, sound and video installation technology shall perform all assembly, fabrication, and installation work. 4. The contractor shall assure that the equipment and installation is compliant with all applicable local, state and federal building, electrical, safety and seismic codes. WARRANTY The contractor shall provide the standard written Manufacturer ¿s Warranty for all equipment furnished by the contractor. The contractor shall identify the length of the warranty period for each piece of equipment, and provide original copies of the warranty. For equipment with less than one year warranty, the contractor shall provide an additional warranty to total a period of one year. All equipment and materials provided by the contractor as well as installation practices shall be for a period of one year from the date of acceptance by the COR. The contractor shall provide telephone customer service and technical support with a response time of less than two hours Monday through Friday from 9:00 AM to 5:00 PM for the one year warranty period. The contractor shall provide on-site customer service and technical support with a response time of less than two business days for the one-year warranty period. POST WARRANTY SERVICE AGREEMENT- AUDITORIUM AND EXHIBITS The contractor shall provide a proposal for on-site technical support for non-warranty and post warranty services as part of the response to this RFQ, including rates and response times. TIME FOR COMPLETION, REVIEW AND APPROVAL AND PAYMENT-- AUDITORIUM AND EXHIBITS All work shall be completed on or before May 1, 2020 CONTRACTING OFFICER ¿S REPRESENTATIVE For the purpose of this contract will be announced at time of award. GOVERNMENT-FURNISHED PROPERTY The contractor shall be responsible for GFP provided to the contractor under this contract. At the completion of the project, the contractor shall return all revised and supplemented materials to the COR. APPENDICES- (See separate pdf document) Appendix A - Photos of items in need of repair and current space and equipment The basis for award is Best Value to the government. Organization to be supported: U.S. Fish and Wildlife Service, Region 7 Kodiak National Wildlife Refuge Please submit your quote on the attached SF-1449 or company letterhead with all pertinent point of contact information including SAM, Cage Code, DUNS No., and business size/type. In addition, your proposal should provide unit price and total price. No formal format is required as this is a combined synopsis/request for proposal solicitation. Offers must be received by 5:00 pm Eastern Time, 08/08/2019, at the U.S. Fish and Wildlife Service, 1011 E. Tudor Rd M/S171, Anchorage, AK. It is preferable that quotes are emailed, however quotes may be mailed, e-mailed or hand delivered to the attention of: anthony_kuntz@fws.gov. Questions may be asked until: July 31, 2019 at 5:00 pm Eastern Time. You must submit your questions to anthony_kuntz@fws.gov Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in the attached solicitation documentation. The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/. In order to have a quote considered, all offerors must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. Quotes received from firms not registered in SAM by award date will not be considered. Additional document information and attachments can be accessed at the FedConnect link under the (Additional Info) heading. Click (Public Opportunities) and search by using the reference number 140F0719R0007 to find any documents related to this requirement. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Tony Kuntz via email: anthony_kuntz@fws.gov or telephone: (907) 786-3436. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0719R0007/listing.html)
 
Record
SN05377237-F 20190724/190722230032 (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.