Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1996 PSA#1643

NASA, Johnson Space Center, BE 13, Houston, TX 77058

67 -- VIDEO, AUDIO, AND LIGHTING FOR THE 32 CHAMBER CONTROL ROOM SOL 9-BE13-31-6-50P DUE 071796 POC Contract Specialist: Stephanie D. Hunter, (713) 483-8523 Contract Officer: Ann S. Sullivan, (713) 483-1863 This notice is a combined Synopsis/RFO for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement contstitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offers (RFO) for Video, Audio, and Lighting for the 32 Chamber Control Room. The requirement is for a functioning system--including the hardware, integration, installation, training, and checkout. The requirement is for a complete system. The specifications are as follows: Projectors: 3 each that meet the following requirements: The Projection System shall have 8'' EMF CRTs, 1000 lumens bright, 15-105 kHz horizontal and 37-140 Hz vertical scan frequencies, 75 MHz RGB bandwidth, and remote control. Projector to accept RGB, pal video, secam video, NTSC, and S-Video. System shall include ceiling mount kits and all necessary hardware for installation. Projectors shall be serviceable via modem by A/V contractor. We recommend the BarcoGraphics 808 Hr projection system. Matrix switching system: 1 each. Full matrix switching system to control output from any one of the 15 terminals to any of the three graphic projectors and or combinations of both. Audio follow video shall be an integrated function of the switching system. The matrix shall be RS-232 controllable and rack mountable into NASA furnished console, see below. Communication displays shall be displayed into custom remote control system pages as designed by and with NASA owner. Audio: 1 each. Amplifier and Speaker system shall provide for playback sources such as VCR. The switching system shall be upgradable to accommodate additional or future media sources. Amplifier shall have 100 W output and drive eight 10'' 70V ceiling speakers. Audio system shall be designed for balanced audio distribution for full coverage within the control center. Audio levels shall be controlled by the remote control system. The amplifier shall be rack mounted in NASA furnished console. We recommend the ElectroVoice Amplifier and Speaker system. Screen 1 each: Fabric with a minimum gain of 1.5 amplification. The fabric shall be installed by the Audio and Video contractor including wall sanding and preparation to be done by factory authorized installers. Overall wall to be framed with wood. Screen dimensions 7' x 27'. We recommend matte white fabric. Remote Control System 1 each: The remote control system shall be fully integrated into the control center. The control system shall provide color touch control panels that will control all switching functions. The remote control system shall consist of four parts: a master audio and video control panel, two remote (slave) control panels, and lighting controls. We recommend the Crestron Color Touch Panel System. The master audio and video control panel shall be a touch control panel that will control all switching functions, projector select, light controls-see below, audio levels, and video control functions. The master control panel shall provide lockout of each of the remote panels. The remote audio and video control panels shall be a touch control panel that will control all switching functions, projector select, light controls-see below, audio levels, and video control functions subject to lock out by the master control panel. The lighting controls shall provide on/off capability for the fluorescent lights and dimmer switches for 4 zones of task lighting. Total power loads are to be determined. This function may be integrated into the control panels listed above. Any electronics associated with the remote control system that are not located within the panels shall be rack mountable and located in the owner furnished console. A/V contractor shall have a on site programming team. The A/V contractor shall support programming page changes at no additional cost throughout the 1 year warranty period. Intergration 1 each: System integration shall include all necessary audio, visual, and control installation. Installation shall consist of all low voltage cable pulls and termination's (i.e. audio, video, data, and control system cables). The A/V contractor shall install all video, projection, audio, and control equipment per manufacturer specifications to insure proper performance. It will be the responsibility of the A/V contractor to coordinate with NASA, Elaine Stephens, for all high voltage (120 VAC) electrical required for the audio, video, and control equipment. The contractor shall answer any questions the electrical staff may have related to A/V electrical and infrastructure requirements. The A/V contractor shall provide a ''turn key'' system for a complete and functional media environment. A/V installation and Control System Programming shall be performed by contractor in-house personnel. The installation shall be backed by a one year warranty against defects in installation, workmanship, and hardware. In any case where the manufacturers warranty exceeds one year, the manufacturer coverage shall prevail. The service response time during the warranty period shall be 4 hours or less. The service shall include unlimited calls with no additional labor or parts charges. Installation shall be based on work to be performed during normal business hours, Monday through Friday; work days shall be coordinated with NASA, Elaine Stephens, to accommodate NASA test schedule. Documentation and training required: The A/V contractor shall provide documents to indicate electrical reuirements and interfaces for such projection and A/V equipment (shop submittals), wiring diagrams, copies of manufacturer operator manuals. The contractor shall provide training in the use of the system to six (6) NASA personnel. Owner provided console 1 each: NASA shall provide a rack mount console with the following usable space: height 43 1/2'' depth 21 1/2'', by 19'' width. A detailed drawing is available upon request. Room dimensions and layout are available upon request. This procurement shall be a firm-fixed priced contract. The chamber shall be available for work by September 1, 1996. Work shall start no later than October 1, 1996. Standard Form 1449 shall be used to make contract award. The provisions and clauses in the RFO are those in effect through FAC 90-37. This procurement is a total small business set-aside. All responsible business sources may submit a offer which shall be considered by the agency. Delivery to JSC (FOB Destination) is required by May 1, 1997. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The offeror shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, and submit it as part of their offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this solicitation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable. The offeror shall state in their offer their size status for this procurement. The SIC code and the size standard for this procurement are 7829 and $5,000,000 respectively. Selection and award will be made to the lowest priced, technically acceptable offeror in accordance with NFS 1871.401-3(b). Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement. The DPAS rating for this procurement is DO-09. See Numbered Note _1_ Offers (including FAR 52.212-3, Offerors Representations and Certifications - Commercial Items) are due August 12,1996. Offers shall be submitted to the contract specialist at the address specified above, or offers may be faxed to the contract specialist at 713-244-5331, followed up with the original by mail. Questions regarding this acquisition must be submitted to the contract specialist. An ombudsman has been appointed to hear concerns from quoters, potential quoters, and contractors during the preaward and postaward phases of this acquisition. The purpose of the ombudsman is not to diminish the authority of the contracting officer or the selection official, but to communicate concerns, issues, disagreements, and recommendations of interested parties to the appropriate Government personnel and to work to resolve them. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of formal contract disputes. Interested parties are invited to call the installation ombudsman, Susan H. Garman at 713-483-0490. Concerns, issues, disagreements, and recommendations which cannot be resolved at the installation may be referred to the NASA ombudsman, Thomas S. Luedtke at 202-358-2090. Before consulting with any ombudsman, interested parties must try to resolve their concerns with the contract specialist or the contracting officer. DO NOT CALL THE OMBUDSMAN FOR SOLICITATION (0204)

Loren Data Corp. http://www.ld.com (SYN# 0416 19960723\67-0001.SOL)


67 - Photographic Equipment Index Page