Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1999 PSA#2278

General Services Administration, Information Technology Services, Fast Program (7TF), 819 Taylor St., Rm. 11A30, Fort Worth, TX 76102-6105

58 -- COMMUNICATION, DETECTION, & COHERENT RADIATION EQUIPMENT SOL 7TF-99-0012 DUE 022399 POC Elaine M. Lacker, 817-978-6142 17(i). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued!! 17(ii). Solicitation Number 7TF-99-0012 Request for Proposal!! 17(iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-9!! 17(iv). This is a full and open procurement under SIC 3663 Radio and Television Broadcasting and Communications Equipment!! 17(v). There are several contract requirements: REQUIREMENTS LISTED UNDER 17(vi)!! 17(vi). Description: The purpose of this Request for Proposal is to acquire the following. The U.S. Army Europe Regional Medical Command (ERMC) requests the redesign of the conference room at the HQ ERMC location, Karlsruher Str. 144, Bldg. 3607, 2nd floor. It is requested that the conference room will be completely refurbished to provide a purpose built dedicated environment for videocollaboration. Work requires the successful design and then procurement and installation of required audio-video, multimedia and video teleconferencing equipment. Conference Room Profile: The layout of the existing conference room and refurbished room as envisioned are available for review by contacting the contracting officer. The finished inside dimensions are approximately 6.14 m wide and 10 m long using a 2.87 m ceiling height. The conference room has a folding partition wall which allows to divide the conference room into two sections. The wall construction is a mortared stone wall covered with structured wallpaper painted light brown/beige. The ceiling construction is 60 x 60 cm drop lay-in tile. Separated from the main conference room by a gypsum board partition is a control room. The control room is approximately 6.14 m wide and 2 m long. The conference room is illuminated by three windows which can be blinded out by curtains and/or 3 lamp fluorescent tube lay-in. The measured light level actually is 420 Lx horizontal and 120 Lx vertical. The measured ambient noise levels are dBASPL: 56 dB and dBASPL: 66 dB. Application/Usage: The planned utilization of the conference room is primarily twofold. The first application ("Briefing") is, that a presenter on site reports to people on site and remote sites connected via videoconference using various media including (but not limited to) 35mm slides, video tapes (VHS), transparencies, paper based documents and PowerPoint presentations. The presenter is supposed to control the presentation environment (Solution) while reporting to the attendees on-site and remote standing in front of the people attending the meeting on-site. The second application ("Round Table") is defined by the setup, that attendees to a meeting sitting around the table having a relative open discussion (probably but not necessary with the participation of a remote site) using the presentation environment to "display" the information to be shared. In terms of participation or roles, it can be distinguished at least between four roles within the group using the conference room, which are Chairman (General sitting at the head of the table leading the meeting), Briefer (Person standing in front of the people reporting to the people on-site and remote), Nucleus (up to 14 participants sitting around the conference table) and Observer (up to 15 participants sitting on additional chairs positioned in a row along the walls). Within "Round Table" scenario it is requested that the Chairman has full and easy to use control regarding transmitted voice and video. Within "Round Table" and "Report" scenarios the Observers have a more receptive role. The attendees to a meeting participating from remote are primarily intended to receive information; nevertheless the environment shall allow for interactive meetings between sites and presentations from remote. Scope of the Project: The works as listed here shall cover the various stages of the project, such as design development, project programming, procurement, delivery and installation, and shall involve the full coordination and project management of the associated works, as a turn-key package, to be handed over on completion for use by ERMC. The customer requests a modular concept, which allows for a step-by-step realization of the agreed upon room design concept. Therefore, the project will be based on the development of a modular (2 Phases) implementation concept and subsequent execution of this project plan to provide a purpose built dedicated environment for videocollaboration. Phase II is not subject of this Statement of Work whereas planning of Phase II is subject of Phase I. Phase 1: (1) Provision of detailed costings, feedback and planning in relation to the space planning, interior design, fitting-out and equipment specification for the video collaboration suite. (2) Comprehensive project management including coordination with the consultants and specialists working directly on behalf of ERMC, with respect to the interior design of the suite, including all floor, wall, and ceiling finishes, furniture, environmental services (including electrics, lighting, air conditioning, life safety system). Details shall include the provision of appropriate specifications and drawings, finishes schedules, equipment schedules, and decorative swatches, as and where appropriate. (3) Carrying out the necessary remedial works and undertake 1st fix installation works in accordance with the agreed program. The first fix works in this instance cover a number of items. Namely, the removal of existing components particularly the existing media wall and the subsequent construction of a new wall for the control room including the media wall, the preparation of the equipment/control room and preparation of the main conference room area starting with the installation of a textile wall covering at the back wall of the conference room with an acoustic attenuation inside, grey-blue and entirely inflammable, as well as textile covering of the partition wall segments according to the agreed upon color scheme. (4) Installation of curtains along the side wall according to the defined color scheme and acoustic recommendations. (5) Design, build, provision and integration of a modular purpose build conference table with respect to shape, function and finish as well as specifically designed high desk providing built in control monitors and an interface to connect a PC and an additional video-source as well as a interface panel for the room controller user interface. (6) Planning, definition, provision and integration of a room controller unit integrated with video, audio and data routing switchers and distribution devices, with a user interface specifically designed and programmed to the requirements of the users to control all devices in the Conference Room. (7) Planning, definition, provision and integration of the projection sub-system conceived for the user group, the application as well as room profile, based on dual rear projection system. (8) Realization of the room camera concept based on a central main camera and a second ceiling mounted camera supporting especially the Briefing Scenario. (9) Planning, definition, provision and integration of the audio subsystem including front loudspeaker system, microphone systems with automatic mixer and amplifiers for the to be integrated components. The system will provide a set of microphones with a directional characteristics on the conference table (1 microphone per two participants at the table), a microphone for the presenter and microphones on tripods for the "observers". (10) Provision and integration of collaboration suit peripherals namely: Semi Professional VCR, slide to video transfer system for the presentation of 35mm slides, RGBHV interface units and an already existing ELMO document camera according to the overall integration concept which is, that whatever media selected the users wants to employ should be converted to a electronic format and presented via the Rear-Projection System to the audience on-site and transmitted via videoconference to the far end. (11) Integration of the existing videoconferencing equipment into the Conference Environment. (12) Coordination with ERMC for the installation of all the necessary service connections, including ISDN and PSTN. (13) Training of the ERMC staff in the day to day operation of the video and audio conferencing equipment. (14) Definition of a comprehensive maintenance plan including parts and labor with at least next business day response time on-site and quarterly on-site maintenance intervals providing a full functionality check and adjustment. (15) Planning and development of a purpose build indirect lighting concept for further implementation in Phase II of the project. (16) Planning and development of a purpose build HVAC concept for further implementation in Phase II of the project. 17(vii). Date of delivery is no later than 30 days after receipt of contract. Period of performance is no later than 30 days after receipt of contract. Place of Delivery and Acceptance is: HQ ERMC, Conference Room, Karlsruher Str 144, Bldg. 3607, 2nd floor, Germany. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (AUG 1998) is hereby incorporated by reference.!! 17(ix). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical (a) Technical capability of the item offered to meet the Government requirement (b) Past Performance (see below) and (c) Delivery Terms -- ability to meet required delivery schedule and (2) Price. Factors are listed in their relative order of importance. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offeror (see below) and any other information the Government may obtain by following up on the information provided by the offeror and/or through other sources (i.e., offeror's performance on previously awarded FAST delivery orders/contracts and/or contracts with other Government entities). The offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The offeror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals. 17(x). Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JAN 1999) with its offer.!! 17(xi). Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (APR 1998), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 1999), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract(b)(3)52.219-8,(b)(9)52.222-26,(b)(10)52.222-35,(b)(11)52.222- 36,(b)(12)52.222-37,(b)(13)52.225-3.!! 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) N/A (ii) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. (iii) Period of Performance: Not later than 30 days after receipt of contract.!! 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!! 17(xv). N/A!! 17(xvi). Signed and dated offers (one original) must be submitted to GSA, FAST, 7TF, 819 Taylor Street, Room 14A02, Fort Worth, TX 76102-6105, Attn: Elaine M. Lacker, Contracting Officer at or before 4:30 p.m.(CST), February 23, 1999. Facsimile copies will not be accepted.!! 17(xvii). Contact Elaine M. Lacker at 817/978-6142.!! **** Posted 02/04/99 (W-SN295239). (0035)

Loren Data Corp. http://www.ld.com (SYN# 0378 19990208\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page