SOLICITATION NOTICE
58 -- A/V Refresh (VA-21-00083830)
- Notice Date
- 3/8/2022 6:31:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- NAC FACILITY PURCHASING SUPPORT (36S797) HINES IL 60141 USA
- ZIP Code
- 60141
- Solicitation Number
- 36S79722Q0002
- Response Due
- 3/31/2022 2:00:00 PM
- Archive Date
- 05/30/2022
- Point of Contact
- Henry Fox, Contract Specialist, Phone: 708-786-7744
- E-Mail Address
-
Henry.Fox@va.gov
(Henry.Fox@va.gov)
- Awardee
- null
- Description
- The purpose of this amendment is to update the instructions to offerors in the addendum to FAR 52.212-1, change the evaluation method in the provision FAR 52.212-2, make changes to the scope of work, post the answers to questions received, and extend the quote due date. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items ADDENDUM to 52.212-1 Instructions to Offerors -Commercial Items The provision at FAR 52.211-6, Brand Name, applies to this acquisition. All quotes submitted must comply with the above provision and offerors must submit the necessary product information to ensure the government can properly evaluate equal items submitted. Quoters must submit the following items with all quotes submitted. Failure to submit all items will result in the quote being deemed nonresponsive. 1. Completed price schedule. The Government recommends using the price schedule included on the solicitation; however, different formats are acceptable. 2. Complete list of items included in the design, listed by room as shown in the scope. All items must conform to industry standards and reflect current technologies. The Government will not consider outdated, past generation, or end-of-lifecycle items, unless the quote clearly identifies a compatibility issue. 3. Design layout with items quoted clearly indicated. Exact dimensions are not required. 4. Acknowledgment of all solicitation amendments. Additional questions may be submitted. Please submit additional questions no later than Friday, March 11th by 1pm Central time. All questions must be submitted to Henry Fox at henry.fox@va.gov. Answers to questions will be posted via additional solicitation amendments. The date, time and place offers are due. Amended date quotes are due: 31 March 2022 Time quotes are due: 04:00pm CST Submit quotes to: Henry Fox henry.fox@va.gov IAW FAR 52.212-2 (NOV 2021); Evaluation - Commercial Items, The Government will award a contract resulting from this RFQ to the responsible quoter who meets the set-aside criteria of 852.219-10, and whose quote conforming to the RFQ is the best value to the government in terms of price and technical approach. The government intends to award without discussions. The importance of the evaluation factors is as follows: 1. Technical Approach 2. Price The Government will rank each quote based on total price from lowest to highest. All quotes will be evaluated for technical approach, unless determined nonresponsive. One of the following ratings will be assigned to the quote s technical approach using the documentation required in FAR 52.212-1 above. Rating Description Outstanding Proposal indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and risk of unsuccessful performance is low. Good Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and risk of unsuccessful performance is low to moderate. Acceptable Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and risk of unsuccessful performance is no worse than moderate. Unacceptable Proposal has not demonstrated an adequate approach and understanding of the requirements, and/or risk of unsuccessful performance is high. Once all quotes have been evaluated for technical approach, the Government will determine which quote is the best value to the Government based on the technical approach, considering the price (reasonable and affordable) and overall value to the Government. This is an all or none requirement, only one award will result from this solicitation. No award will be made to a quote that is deemed unacceptable. SCOPE: The Government seeks to update and upgrade the current conference room systems and capabilities as noted below. The contractor is responsible for providing a unique design solution to meet the government s needs that conform to industry standards. All items listed below are minimum capabilities required. If the contractor determines an alternate superior solution exists, the contractor may submit a quote based on those items identified. All conference/training room systems will need to include 1 yr of Crestron Flex Care (or equal) and XIO Cloud Management (or equal). The contractor will also need to provide annually renewable licensing and service. The Crestron Flex Care (or equal) should include access to 24/7 dedicated Flex (or equal) support, guaranteed advanced replacements for all components, and warranty extensions of all Crestron or equal branded products to five years. The XIO Cloud Management (or equal service) should include offsite provisioning and remote management for updates and settings. Training Room Use existing amplifier and existing ceiling speakers. Electronics will be mounted in existing equipment rack. Projection/Display Demo existing 2 projectors 2 Panasonic PT-FRZ60WU7 6,000 Lumens, 1DLP, WUXGA laser projector (or equal or similar technology) Screen 2 Da-Lite 24794V Fixed Screen Da-Snap HD1.3 57.5x92 109Diag (or equal or similar technology. Instead of projector and screen, the government will consider solutions with similar size television screens that will meet the intent of the space) Remove existing screens (ceiling repair NIC) Video Conferencing 1 Crestron UC-CX100-T Flex Advanced Video Conf System Integrator Kit for Microsoft (or equal) 1 Crestron UC-FLEXCARE-C Premium Crestron Flex Support for New C-Series Systems (or equal) 12 Crestron SW-XIOC-S XiO Cloud Provisioning and Management Service, Support License (or equal) Camera 1 Logitech 960-001226 Rally PTZ HD Camera 15X Zoom, USB (or equal) 1 Logitech 939-001644 Rally Mounting Kit (or equal) Table Connection 2 Crestron MP-WP181-C-W Media Presentation Wall Plate Crestron DigitalMedia 8G+, White (or equal) Microphones (all items or equal or similar technology) 2 Shure MXWAPT8=-Z10 8-CH Access Point Transceiver (or equal) 2 Shure MXWNCS8 8-CH Networked Charging Station (or equal) 14 Shure MXW6/C=-Z10 Boundary Transceiver, Cardioid (or equal) 2 Shure MXW1/O=-Z10 Bodypack Transmitter with Integrated Omnidirectional Microphone (or equal) 2 Shure WL185 Microflex Cardioid Lavalier Microphone (or equal) Electronics 1 Cisco SG350-10MP-K9-NA 10 Port Gigabit PoE Managed Switch (or equal) 2 Crestron CBL-HD-6 6ft, Certified HDMI Interface Cable (or equal) 1 QSC CORE 110f Q-SYS Core: 16Ch Local I/O, 128x128-CH Network I/O, (2) LAN, POTS 16x16 GPIO (or equal) 1 Crestron CP4N 4-Series Control System (or equal) Room Scheduling 1 Crestron TSS-770-B-S 7 in. Room Scheduling Touch Screen, Black Smooth (or equal) 1 Crestron TSW-770-MSMK-B-S Multisurface Mount Kit for TSW-770 Series, Black Smooth (or equal) Programming Configuration and Coordination to connect to calendaring System testing and field commissioning User Training / Quick Start Guide. All equipment operation guides/manuals and user manuals must be provided. Training class for support staff Conf Room 223 Use existing ceiling speakers Existing display will be de-installed and provided to the DALC Projection/Display Demo existing display 1 Samsung QB65R 65 4K Ultra-HD LED Flat Panel Display, Wifi & Bluetooth (or equal) 1 Chief XTMU1U Micro-Adjust Tilt Wall Mount, X-Large (or equal) 1 Chief FCAXV1U XL Fusion Pullout Accs (or equal) Video Conferencing 1 Crestron UC-CX100-T Crestron Flex Advanced Video Conf System Integrator Kit for Microsoft Teams (or equal) 1 Crestron UC-FLEXCARE-C Premium Crestron Flex Support for New C-Series, Support License (or equal) 12 Crestron SW-XIOC-S XiO Cloud Provisioning and Management Service, Support License (or equal) Camera 1 Logitech 960-001226 Rally PTZ HD Camera 15X Zoom, USB (or equal) 1 Logitech 939-001644 Rally Mounting Kit (or equal) Table Connection 1 Crestron CBL-HD-12 12ft, Certified HDMI Interface Cable (or equal) Microphones (all items or equal or similar technology) 2 Shure MXA910W-US Ceiling Array Microphone (or equal) Loudspeakers Use existing speakers Electronics 1 QSC Core 8 Flex Q-Sys Core: 8 Ch Local I/O, 64x64-Ch network I/O, (2) LAN, 8-Ch AEC (or equal) 1 QSC SPA260 QSC SPAC2-60 2X60W 4&8 OHM (or equal) 1 Cisco SG350-10MP-K9-NA 10-Port Gigabit PoE Managed Switch (or equal) 1 Crestron RMC4 4-Series Control System (or equal) Room Scheduling 2 Crestron TSS-770-B-S 7 in Room Scheduling Touch Screen, Black Smooth (or equal) 2 Crestron TSW-770-MSMK-B-S Multisurface Mount Kit for TSW-770 Series, Black Smooth (or equal) Programming, configuration, and coordination with DALC to connect to calendaring system System testing and field commissioning. All equipment operation guides/manuals and user manuals must be provided. User training/ quick start guide Conf Room 224 Use of existing speakers Existing display will be de-installed and provided to DALC Projection/Display Demo existing display 1 Samsung QB75R 75 4K Ultra-HD LED Flat Panel display Wifi and Bluetooth (or equal) 1 Chief XTM1U Micro Adjust Tilt Wall Mount, XLarge (or equal) 1 Chief FACXC1U XL Fusion Pullout Accs (or equal) Video Conferencing 1 Crestron UC-CX100-T Crestron Flex Advanced Video Conference System Integrator Kit for Microsoft Teams (or equal) 1 Crestron UC-FLEXCARE-C Premium Crestron Flex Support for New C-series Systems (or equal) 12 Crestron SW-XIOC-S XiO Cloud Provisioning and Management Service, Support License (or equal) Camera 1 Logitech 960-001226 Rally PTZ HD Camera 15X Zoom, USB (or equal) 1 Logitech 939-001644 Rally Mounting Kit (or equal) Table Connection 1 Crestron CBL-HD-12 12ft, Certified HDMI Interface Cable (or equal) Microphones (all items or equal or similar technology) 1 Shure MXA910W-USd Ceiling Array Microphone (or equal) Loudspeakers Use existing speakers Electronics 1 QSC CORE 8 FLEX Q-Sys Core: 8-Ch Local I/O, 64x64 Ch Network I/O, (2) LAN, 8-CH AEC (or equal) 1 QSC SPA260 QSC SPA2-60 2X60W 4&8 OHM (or equal) 1 Cisco SG350-10MP-K9-NA 10-Port Gigabit PoE Managed Switch (or equal) 1 Crestron RMC4 4-Series Control System (or equal) Room Scheduling 2 Crestron TSS-770-B-S 7 in Room Scheduling Touch Screen, Black Smooth (or equal) 2 Crestron TSW-770-MSMK-B-S Multisurface Mount Kit for TSW-770 Series, Black Smooth (or equal) Configuration, coordination, and programming to connect to Calendaring system System testing and field commissioning User training/ quick start guide. All equipment operation guides/manuals and user manuals must be provided. Executive Conf Room Projection/Display Demo existing display and soundbar and return to DALC 1 Samsung QB75R 75 4K Ultra-HD LED Flat Panel Display (or equal) 1 Chief XTMU Micro-Adjust Tilt Wall Mount, XLARGE (or equal) 1 Chief FACXV1U XL Fusion Pullout Accs (or equal) Video Conferencing 1 Crestron UC-BX30-T Crestron Flex Advanced Wall Mount Small Room Video Con System for Microsoft Teams (or equal) 1 Crestron UC-FLEXCARE-C Premium Crestron Flex Support for New C-Series Systems (or equal) 12 Crestron SW-XIOC-S XiO Cloud Provisioning and Management Service, Support License (or equal) Table Connection 1 Crestron Certified 12 ft HDMI Interface Cable (or equal) Loudspeakers Demo existing wall speakers and replace with sound solution necessary to work with other equipment and to meet the intent of the space. Microphones (all items or equal or similar technology) Shure MXA910W-USd Ceiling Array Microphone (or equal) Room Scheduling 1 Crestron TSS-770-B-S 7 in Room Scheduling Touch Screen, Black Smooth (or equal) 1 Crestron TSW-770-MSMK-B-S Multisurface Mount Kit for TSW-770 Series, Black Smooth (or equal) Programming, configuration, and coordination with DALC to connect to calendaring system System testing and field commissioning. All equipment operation guides/manuals and user manuals must be provided. User training/ quick start guide Main Conf Room Projection/Display Demo existing projector and screen 1 Samsung QB98T 98 4K UHD LED LCD Built in Magicinfo S6 3840x2160 24/7 (or equal) 1 Chief XTMU1U Micro-Adjust Tilt Wall Mount, XLARGE (or equal) 1 Chief FCAX1U XL Fusion Pullout Accs (or equal) Video Conferencing 1 Crestron UC-CX100-T Crestron Flex Advanced Video Conf System Integrator Kit for Microsoft Teams (or equal) 1 EVanlak HDMI Edid Emulator (or equal) 1 Crestron UC-FLEXCARE-C Premium Crestron Flex Support for New C-Series Systems (or equal) 12 Crestron SW-XIOC-S XiO Cloud Provisioning and Management Service, Support License (or equal) Camera 1 Logitech 960-001226 Rally PTZ HD Camera 15X Zoom, USB (or equal) 1 Logitech 939-001644 Rally Mounting Kit (or equal) Table Connection 1 Crestron HD-MD4X1-4KZ-E 4x1 4K60 4:4:4 HDR AV Switcher (or equal) Microphones (all items or equal or similar technology) 1 Shure MXA910W-US Ceiling Array Microphone (or equal) Loudspeakers Use existing speakers Electronics 1 QSC CORE 8 Flex Q-Sys Core: 8-Ch Local I/O, 64x64-Ch network I/O, (2) LAN, 8-Ch AEC (or equal) 1 QSC SPA260 QSC SPA2-60 2X60W 4&8 OHM (or equal) 1 Cisco SG350-10MP-K9-NA 10-Port Gigabit PoE Managed Switch (or equal) 1 Crestron RMC4 4-Series Control System (or equal) Room Scheduling 1 Crestron TSS-770-B-S 7in Room Scheduling Touch Screen, Black Smooth (or equal) 1 Crestron TSW-770-MSMK-B-S Multisurface Mount Kit for TSW-770 Series, Black Smooth (or equal) Programming, configuration, and coordination with DALC to connect to calendaring system System Testing and Field Commissioning User Training/quick start guide. All equipment operation guides/manuals and user manuals must be provided. Include owner-furnished Xfinity cable box Extend existing coax cabling from current rack location to display. Xfinity box would live behind display. Channel control through OFE Xfinity remote. Questions and Answers #1 In the Training Room. The government is asking for two projector systems and screens to accomplish the video presentation capability at 109 diagonal. Would the government consider allowing two 98 TVs or to save significant investment 2 ea 85 TVs? A: The Government will accept other solutions to the items listed in the scope. The scope and evaluation method have been amended to reflect this change to the Government s requirements. #2 The government asks only for quick start users guides and training classes for documentation. Please confirm that we are not required to produce Logical and Physical Topologies Schematics Operations Guide User manuals A: Logical and Physical Topologies or Schematics are not required. Operations Guide and User Manuals have been included as a requirement. #3 In the training room. Can we please have an understanding of why using the individual and table top microphones are requested rather than using the MXA910 solution that is being used in the conference rooms? These are hands free and without maintenance. The size of the training room can be covered with 2ea MXA910 microphone arrays. A: The Government will accept other solutions to the items listed in the scope. The scope and evaluation method have been amended to reflect this change to the Government s requirements. #4 In the training room, there is not a means to record the training sessions for future use or broadcasting post the live event. Would the government like as an option a broadcast recorder for this purpose? A: A recording solution is not required. #5 Could we please have a floorplan of the rooms and building? A: The Government cannot provide a floorplan. #6 The government requires a cloud based solution for offsite provisioning and remote management. Will the government IT policies allow for us to have a remote connection through the VA network for this? If not, shall we quote a physical system monitoring server for the IT staff to monitor the systems live? A: A physical solution is required. Cloud solutions will not be accepted. #7 Conference Room 223 The government wants to be able to use these two rooms independently or as one. Only one microphone array is asked for. This will not work for two functioning systems simultaneously or two systems period. Does the government suggest having two microphone arrays? One for each area? A. The scope has been updated to reflect this suggestion. #8 All rooms Nothing is called out for UPS or Power Distribution Systems. We saw on the walkthrough that multiple systems had dead batteries. Are we to provide power systems or re-utilize the existing? A: A backup power system is not required. Government will supply backup power system. #9 All rooms Are we to design the system for Bring Your Own Device (BYOD) as in a laptop with a soft codec for Zoom, Messenger, WebEx? Without this the limit is Teams through the Crestron Flex. If this is desired, the specified Core 110f can provide this USB interface for video and audio but it is USB 3.0 and can only be a short distance from the laptop without an extender. Not a simple problem. What s the government s perspective? A: The only requirement that we need for BYOD is the ability to display the user s device / presentation on the screen. #10 Executive Conference Room We are requested to demo the existing speakers. No request for new speakers are made. A simple sound bar may not be adequate. What is the government s position? A: The scope has been updated to reflect this requirement. #11 Executive Conference Room No microphone solution is specified. It is then understood that the Crestron Flex system is to be the microphone source. This is not a best practice for this size room nor for the executive level use. A proper microphone system is needed if all participants at the table are expected to contribute to Teams calls. Current design only caters to the first positions at the table. A: The scope has been updated to reflect this requirement. #12 Executive Conference Room According to the design requirement. We would be technically correct by simply providing an HDMI cable laying on the top of the table bridging across the front of the room and connecting to the system. This would not make the Facility Director happy. Can we ask for a little more detail on this requirement. A: The evaluation method of the solicitation has been updated to reflect changes to the evaluation in order to consider different technical approaches. #13 A vendors comment The Executive Conference room is technically inferior to all the other conference rooms. We would suggest that the government consider increasing specification minimums for the Executive Conference room. A: The evaluation method of the solicitation has been updated to reflect changes to the evaluation in order to consider different technical approaches. Q: Mike all displays in Training Room support 4K native resolution. This will put the training room displays on par with the LCD panels in the other rooms. Either 4K projectors, dual 98 LCD, or a 4x2 of 55 video walls. Any of these will deliver 4K resolution. A: The evaluation method of the solicitation has been updated to reflect changes to the evaluation in order to consider different technical approaches. Q: Ensure the viewable display surface in training room is mounted as close to the soffit as possible. Otherwise, it will display about one foot below the heads of those in the first row, blocking the view of those seated behind. If projections screens remain the chosen solution, the motorized roller and case should be mounted INSIDE the soffit to raise the viewable image. A video wall would solve this by being mounted directly below the soffit. A: The evaluation method of the solicitation has been updated to reflect changes to the evaluation in order to consider different technical approaches. Additional items for submission in are also required in order for the Government to properly evaluation proposals. Q: The LPTA acquisition strategy has some challenges, principally because PAST PERFORMANCE was excluded as an evaluation factor A: The evaluation method of the solicitation has been updated to reflect changes to the evaluation in order to consider different technical approaches. The government always considers contractor past performance as part of contractor responsibility in accordance with FAR Subpart 9.1.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c43e0c648d64564bb5d3668bfad5f18/view)
- Place of Performance
- Address: Commodities and Services Acquisition Service CSAS 555 Corporate Circle, Golden 80401
- Zip Code: 80401
- Zip Code: 80401
- Record
- SN06260645-F 20220310/220308230103 (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 |