SOURCES SOUGHT
Z -- Replace/Repair Multi-Media System � Arnold Hall
- Notice Date
- 6/12/2020 2:50:04 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA7000-20-R-0021
- Response Due
- 6/26/2020 1:00:00 PM
- Archive Date
- 07/11/2020
- Point of Contact
- Rory R. Kouba, Phone: 7193338049, Steven D. Brinker, Phone: 7193338161
- E-Mail Address
-
rory.kouba.2@us.af.mil, steven.brinker.1@us.af.mil
(rory.kouba.2@us.af.mil, steven.brinker.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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, CO. This sources sought is issued solely for information and planning purposes and does NOT constitute a solicitation.� For the purpose of this acquisition, the anticipated North American Industry Classification System Code (NAICS) is 238210, Electrical Contractors and Other Wiring Installation Contractors and the size standard is $16.5 Million.� The magnitude of the project is between $1,000,000 and $5,000,000.� �� The purpose of this notice is to identify companies capable and qualified to provide a complete finished functional project to include all labor, materials, transportation, equipment and supervision meeting U.S. Air Force Academy (USAFA) specifications for the following project: Replace/Repair Multi-Media System � Arnold Hall: � This project will replace the existing multi-media / sound system and related systems components in the Arnold Hall Theater.� The new audio/visual system must accommodate cinema movies, live performances, theatrical plays, concerts, presentations, briefings, and other miscellaneous state-of-the-art technology-oriented type events. 1. Audio / Visual Audio System The key components of the existing audio systems are to be replaced Current speaker systems to be removed, and new speaker systems will include flown arrays of speakers located stage left & right as well as replacing the current center speaker systems with new line array speaker technology Subwoofer reinforcement will be provided, as are stage lip supplemental speaker systems New stage input boxes for microphone inputs are to be installed, larger stage boxes capable of microphone, auxiliary audio, and video inputs with supporting network and power connectivity will be provided The audio mixer will be replaced with a new digital mixer system that connects to the networked input/output boxes New wireless microphone systems will have digital encryption capability and are to be installed with the new audio systems Audio output of the audio mix systems are to be digitally fed to a signal processor system and amplifier system, and networking head-end and nodes located at key systems locations will include the control booth, stage manager area, and amplifier rack location Video System The key components of the video systems are to be replaced and expanded The video projector has been replaced with a new unit capable of digital display formats, including HDMI, DVI, SDI, and it has a minimum native resolution of 4K and minimum brightness of 20,000 ANSI lumens.� Projector cut sheets have been included for coordination � The new projection system will be capable of true digital cinema content delivery, which requires video servers to be in close proximity to the projector Video source and switching equipment are to be replaced with new systems capable of digital formats, and will allow input of multiple digital display formats including HDMI, DisplayPort, and DVI Video output will be fed to the projector and monitor locations in the control booth Video system will support teleprompter capability for presentations Video sources to include 4K, HDD Blu-ray DVD players/recorders, and HD PTZ camera systems Control Systems Existing control systems rely upon manual operation of handheld remote controls and direct control at equipment front panels The new centralized control system will allow touch screen control over the networked A/V components, with touch screens at the Control Booth and Stage manager positions Auxiliary control is available through the computer network and will allow laptop and tablet connection to the control systems, and full emulation of all controls available at the touch screens Preset conditions will be programmed into the touch panels to allow simplified setup of the systems for audio and video presentations The control system will support multiple network connections to allow a private control-only network, in addition to connection to the larger USAFA network Infrastructure System Existing infrastructure systems are outdated old technology and in disrepair Infrastructure systems, including conduit routing and pathways, wiring and cabling, will be replaced with new to support the new A/V systems and controls Architectural Replace twelve entry doors and frames with new sound sealed doors, including remove and reinstall existing metal mesh interior finish at the Theater side of the doors, to eliminate outside ambient noise from the Theater Remove and reinstall existing metal mesh interior finish panels at Theater walls to accommodate removal of existing speakers and installation of new speakers Remove, expand, and reinstall corner diagonal soffit/platform assemblies of metal mesh interior finish panels each side of the proscenium to accommodate sub-woofers Install new trap doors in existing cloud at Theater ceiling to accommodate left and right speaker arrays, so the arrays can be lowered for an event, and retracted above the cloud when not in use Structural Provide structural support to motorized trolley lift systems, speakers, projectors, and related equipment Provide structural elements to support the left and right speaker arrays, so the arrays can be lowered for an event, and retracted above the ceiling cloud when not in use Provide structural framing for the corner diagonal soffit/platform assemblies of metal mesh interior finish panels each side of the proscenium to accommodate sub-woofers HVAC Replace Projection Booth exhaust fan and provide new with vibration isolators Replace Projection Booth exhaust fan uninsulated ductwork with lined ductwork Replace portions of Balcony return air ductwork with lined ductwork Adjustment of air handling unit (in space adjacent the Theater) and exhaust fan vibration isolators so they are free to move Electrical Replace existing noisy electrical transformer in space adjacent to Theater with new energy efficient and quieter electrical transformer Existing available power in the audio control room, projection room, and presentation control room are adequate to support new A/V equipment and related controls and systems Existing power in the mid-house seating area, on the stage, and serving the speaker amplifiers will be upgraded in this project to support new A/V equipment and related controls and systems Environmental Environmental work involves modifications to the existing fire proofing on structural members to accommodate new structural work The contractor shall accomplish all work in accordance with requirements contained in the Drawings and Specifications.� The Drawings and Specifications will be in a future solicitation.� All businesses, capable of performing this project, are invited to respond.� Interested small business concerns must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable.� The Government anticipates awarding a firm fixed price contract to one contractor.� All potential offerors must be registered in System for Award Management (SAM); lack of registration in SAM will make an offeror ineligible for contract award in accordance with FAR 52.204-7.� Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through https://www.sam.gov/portal.� The offeror agrees any information provided to the Government is voluntary.� The Government will not pay for any information submitted in response to this sources sought synopsis. Proprietary information should be marked ""PROPRIETARY INFORMATION"".� Responses should be limited to ten (10) pages.��� Interested businesses shall provide the following information: Company name, mailing address, point of contact, telephone number, email address, company cage code, and DUNS number. � Business size status, (e.g., 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc.). � Statement of capability to be bonded (both performance and payment bonds).� The statement should indicate your company�s single and aggregate bonding capability. � Contractor�s capability statement.� Please provide a list of no more than five projects of a similar size and scope of the proposed project.� These projects can be either Governmental or commercial.� These project references shall have performed within the last three years and shall include a brief description of the project (contract number, project title, dollar amount, period of performance, customer satisfaction.)� Include the customer�s name, address, telephone number, email address, and points of contact with their phone numbers.� The Offeror shall indicate if their role was as prime contractor or a subcontractor.� If the Offeror was a subcontractor, provide the name and point of contact for the prime contractor.� The Offeror shall include the percentage of self-performed work, the methods used to accomplish the work, and the performance rating given for the work accomplished.� � Any other appropriate written information and/or data supporting your capability to complete a project of this type. Feedback on the following questions: Are there specific accreditations, licensures, permits, or state requirements for BUSINESSES performing this type of work? Are there specific accreditations, licensures, permits, or state requirements for INDIVIDUALS performing this type of work? Are manufacturer or installer certifications typical for this type of work? What other industry standards exist for this type of work? Does your firm typically provide bid guarantees with the submission of proposal? Is providing a bid guarantee a hindrance for submission of proposal or otherwise an unreasonable requirement. If yes, please explain.� Based on this description, does the NAICS code 238210 appear to be appropriate? ����� If your firm is capable and qualified send the required response in writing to the primary point of contact (POC) indicated within this announcement.� Responses are due no later than 26 Jun 2020, 2:00 p.m. Mountain time by e-mail.� Please address questions and responses to the primary contact, Rory Kouba, Contract Specialist, 719-333-8049 rory.kouba.2@us.af.mil or Sean Garland, Contract Specialist, 719-333-6224 sean.garland.1@us.af.mil or the alternate point of contact, Steve Brinker, Contracting Officer, 719-333-8161 or steven.brinker.1@us.af.mil. Pursuant to Air Force Federal Acquisition Regulation Supplement (AFFARS) 5301.9102(c), Mr. James Anderson has been appointed as the USAF Academy Ombudsman.� The USAF Ombudsman contact information is as follows: 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone Number: 719-333-3829 FAX: 719-333-9018 Email: james.anderson.72@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f12b86f6fd464dffa3488e9bfb7cddc7/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN05689189-F 20200614/200612230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |