COMMERCE BUSINESS DAILY ISSUE OF APRIL 5, 2001 PSA #2823
SOLICITATIONS
99 -- PURCHASE AND INSTALLATION OF A PERMANENT AUDIOVISUAL PRESENTATION SYSTEM
- Notice Date
- April 3, 2001
- Contracting Office
- National Park Service, Harpers Ferry Center, Office of Acquisition Management, P.O. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425-0050
- ZIP Code
- 25425-0050
- Solicitation Number
- Q1130010276
- Response Due
- April 17, 2001
- Point of Contact
- Beverly Rinaldi-Alt, Contracting Officer, (304) 535-6237
- E-Mail Address
- beverly_rinaldi-alt@nps.gov (beverly_rinaldi-alt@nps.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; price quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. This solicitation is under the Simplified Acquisition Procedures for Small Business-Small Purchase Set-Aside. This acquisition is a total small business set-aside. Responses are due on or before April 17, 2001. The North American Industry Classification System (NAICS) code is 421690 (Other Electronic Parts and Equipment Wholesalers) and the related small business size standard is 500 employees. The National Park Service has a requirement for the purchase and installation of standard and custom equipment, hardware, materials, and cabling utilizing Contractor provided and Government-Furnished equipment and materials as necessary to assemble a 16:9 format video presentation system and 5.1 Surround audio system in the existing audiovisual presentation theater at Guilford Courthouse National Military Park, 2332 New Garden Road, Greensboro, North Carolina. A pre-proposal meeting will take place April 12, 2001, at 10:00 a.m., at the park. Work shall consist of providing four complete sets of shop drawings showing all equipment, cables, connectors, and devices to be used in 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 are to be uniquely labeled as to their use and a numeric identifier. Drawings shall be no smaller than 11”x17”. Descriptive literature for all major components specified or proposed for use in the system shall be provided. This information shall be bound in book form. Neither loose materials nor incomplete versions will be acceptable. Precautions must be taken 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. 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 other approved mechanical connectors. Final tests shall be made in the presence of the Contracting Officer’s Technical Representative. The following information is required after the systems are complete and accepted. As-built wiring diagrams for each system as derived from the shop drawings and actual installation results. Installation, maintenance, and user instruction manuals for all components of the systems. These documents shall be bound. Existing installed audiovisual system equipment, connectors, and cables shall be removed from the theater and projection booth. Provide as an integral part of the system a microprocessor based control apparatus to remotely control system functions and media motion control. 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. The Contractor shall provide a video projector Christie Digital Model Vista X3 or equal with 2.2-4:1 Zoom Lens and two spare lamps. Audio-Video Switcher Assembly either an integral audio/S-video switcher or separate audio and video switchers with audio-follow-video function capability, Inline IN3526VI / IN3546R. The Government will provide DaLite Model Da-Snap 65” x 116” Projection Screen, Pioneer DVD V-7400 Video Player, Panasonic AG 2560 VHS Video Cassette Player/Recorder, Trans-Lux Model 2.1 Caption Display and Museum Technologies Caption Decoder. Loudspeakers shall be Type 1 Renkus-Heinz Model TRC121/12K with integral frequency dividing network and terminal strip connection. Provide loudspeakers in standard installation finish, black. Left, center and right channel loudspeakers shall be installed on platforms provided. Subwoofer loudspeaker shall be Type 2 McCauley Sound Model SA 18. Provide standard version of the product. Surround loudspeakers shall be Type3 Renkus-Heinz TRC82/9K with integral frequency dividing network and terminal strip connections. Surround loudspeakers will be distributed three along each side wall, and two across the back wall of the theater arrayed so as to accomplish the most beneficial coverage of the seating area. Provide these loudspeaker cabinets and metal grilles with custom finish matching existing adjacent wall colors as closely as possible. The Contractor shall submit at least three paint finish samples for approval before painting. Utility Loudspeakers shall be Type 4 Quam Nichols 25C25Z80T 2.5” square frame loudspeaker. Loudspeaker Level Controls shall be auto transformer type as manufactured by Atlas Soundolier and selected as to parameters of service required (i.e. load impedance, power, and voltage). The Government will furnish Technics Model SH-AC500D Surround Sound Decoder Processor. The Contractor shall provide Type 1 Rane Model THX 44 Equalizer. The Government-furnished hearing assistance and visual description will be Williams Sound for both transmitters and receivers. The Contractor shall provide Type 1 QSC Model CX302 Power Amplifier for left, center and right audio channels. Provide one amplifier channel for each front channel loudspeaker. Type 2 QSC Model CX502 Power Amplifier for surround audio channels. Provide one amplifier channel for each pair of surround loudspeakers. Type 3 QSC Model CX302 Power Amplifier for subwoofer audio channel. Provide one amplifier configured for bridged monaural operation. Type 4 RDL Model ST PA6 Amplifier. Provide as required for Information Desk audio monitor. Provide and install an integrated microprocessor based control system for remote operation and control of the audiovisual system. The system shall include two visitor operable wired pushbuttons, one located at each of the two theater entrances; a wired pushbutton control panel at the information desk; a wired pushbutton control panel at the av equipment rack; a portable wired pushbutton control panel for use in the theater. The system shall accommodate control of an automated “Show Start” function, lighting, media player motion and segment access, video projector operation, audio level, and where denoted, volume level graphic representation. The control system shall be a Panja/AMX Axcent 3 Pro as manufactured by Crestron. Provide two visitor access stations each equipped with one Type B pushbutton. Each station shall be a button mounted on a standard two-gang stainless steel electrical device plate and shall be located at approximately 36” above the finished floor. Each plate shall be engraved with the message “PUSH TO START VIDEO” across the plate’s top in block letters 3/8” high and filled with black engraver’s ink. Submit drawing details of a typical assembly for approval prior to fabrication. Provide and install custom sized electrical device plate at the information desk to include two Type B momentary pushbuttons. Controls shall include “Show Start” and “Show Stop” functions. The plate shall be engraved to indicate the operation of each control and pushbutton. The control panel shall be installed at the same location and sized the same as the existing AV control panel. The panel shall include a monitor loudspeaker as specified above and a level control with knob for adjustment of it. The signal for the monitor shall be derived from the center channel audio of the Theater av system via a Type 4 amplifier and appropriate signal splitting impedance matching device. The grille for the loudspeaker shall provide at least 60% open space. Existing cable at this location may be reused. Submit drawing detail of typical assembly for approval before fabrication. Provide and install a rack mounted pushbutton control panel Panja/AMX Softwire AXM-SP+ as manufactured by Crestron for operation of the audiovisual system with audio level graphic indicator. Control functions are to include: Show:“Show Start”,“Show Stop”,Lighting:“Lights Up”,“Lights Down”,Video Projector:“On”,“Off”,“Video”,“PC”,DVD:“Play”,“Stop”,“Pause,"Fast Advance”,“Fast Reverse”,VCR:“Play”,“Stop”,“Pause,“Fast Forward”,“Rewind”,Volume: “Up”,“Down”,“Mute”,“Preset”. Submit drawing detail of typical assembly for approval before fabrication. Provide a portable wired pushbutton control panel Panja/AMX Softwire AXW-SP+ as manufactured by Crestron for operation of the audiovisual system with audio level graphic indicator. Provide and install two connection locations in the theater, one on each side of the stage area. Each connection panel shall be a two-gang electrical device plate with one four-pin female XLR style connection. The panel shall have the words “REMOTE CONTROL” engraved above the connector and shall be mounted at typical plug height for the building. Provide one ten-foot long portable connecting cable and one twenty-five foot long portable connecting cable to accommodate this control panel’s connection to the system. Control functions are to include same as above. Submit drawing detail of typical assembly for approval before fabrication. Provide and install all AV system equipment in a floor standing metal equipment rack with locking rear door, removable vented side panels, and vented top. The rack shall accommodate mounting of standard 19” width electronic apparatus in 1.75” height increments. The rack shall accommodate 77” (44 Spaces) vertical mounting height. Equipment not manufactured for traditional rack mounting methods shall be provided with a rack mount vented shelf sized appropriately for that equipment. Provide and install blank and vent panels as necessary to fill in unused spaces in the rack. Include within the rack, hardware necessary to accommodate routing of cables according to signal levels. The rack shall be Middle Atlantic Products WRK-44SA-27 manufactured by Atlas-Soundolier, or Lowell. All support hardware shall be of a grade equal to at least 4 times the rated load weight of the equipment being supported. Care shall be taken to bundle and secure all cables that interconnect electronic devices integral to the system with destinations outside the equipment rack. Strainreliefs, 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. Use of gender adapters, video or audio connection adapters, prefabricated, molded, or modular connecting cables is prohibited for use in these systems. Unused conductors, shields, or drain wires shall be dressed under heat shrink tubing not cut. Line level audio cables, balanced and unbalanced Belden 8451, West Penn 291. Loudspeaker level audio cables, low impedance 20’ or less -West Penn 225, 30’ or less – West Penn 226. Loudspeaker level audio cables, high impedance West Penn 225. Composite Video Cable Belden 8241. Control cables West Penn 222. Portable video cables – Canare LV77S (Composite) or V5-4CFB (Component) by Belden or Trompeter. Portable audio cables Canare L4E6S. Portable Control Cable as recommended by control system manufacturer. Quantities as required. Balanced audio connectors Switchcraft QG series, ITT-Cannon XLR or Neutrik NC series. Unbalanced audio connectors Canare or Neutrik. Miscellaneous audio connectors Switchcraft, Neutrik or ITT Cannon. Video connectors Canare, Kings or Trompeter. Provide as required according to cable type. Quantities as required. Type A and Type B Pushbutton Switches round with front removable replaceable lenses and lamps (where required). Each switch shall include DPST normally open gold plated nickel contacts with less than 50mΏ resistance, voltage range of 100 micro Volts/10 micro Amps to 42 V/100mA. The pushbutton shall have an anticipated mechanical life of 5-million operations. Provide action (momentary, maintained, alternate action) as called for in these specifications. Provide one set of any specialized tools (wrenches, lamp removal tools, etc) necessary for dismantling, or servicing these switches lighted or not. Provide EAO Series 14 Snap Action with plastic lens and diffuser (verify colors prior to ordering), anodized aluminum front ring flush adapter. Provide EAO Series 31 Snap Action with flat translucent lens (verify colors prior to ordering). Calculate anticipated heat loads for equipment used in the audiovisual system and provide a detailed report. 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 F over the ambient temperature of the adjacent space. Fans, if used, shall be selected so as to provide the maximum amount of airflow with the minimum amount of noise contribution. The above listed characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the offeror is quoting on an "equal", the offered item shall be considered as the brand name product referenced in this announcement. If the offeror proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the proposal. The determination as to equality of the product shall be the responsibility of the National Park Service and will be based on information furnished by the offeror. The National Park Service is not responsible for locating or securing any information that is not identified in the quotation and reasonably available to the National Park Service. To insure that sufficient information is available, the offeror must furnish as a part of the quotation all descriptive material (such as cuts, illustrations, drawings and other information) necessary for the National Park Service to determine whether the product meets the salient characteristics of the requirement. If the offeror proposes to modify a product so as to make it conform to the requirements of this announcement, he/she shall include a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications. Warranty Period shall be confirmed to be one year after acceptance. Destination -- FOB. Delivery and installation must be completed on or before June 15, 2001. All quotations shall be mailed to the address listed in the CBD, no later than 4:00 p.m., EST, April 17, 2001, and be clearly marked with Request For Quotations Number Q1130010276. The Point of Contact for all information is Beverly Rinaldi-Alt, Contract Specialist, at the address and phone number listed above. Offerors are hereby notified that if your quotation is not received by the date/time and at the location specified in this announcement that it will be considered late. The following clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1, Instructions to Offerors -- Commercial Items; FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items; and FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The National Park Service will award to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the National Park Service, price and other factors considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation -- Commercial Items. The following factors shall be used to evaluate offers: the ability to meet the technical capability, resume of personnel involved and price in descending order of importance. All offerors shall submit the following: Unit price for video projector, pricing for audio and video supplies and pricing for installation; technical description and/or product literature; description of warranty; copy of the most recent published price list; and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. All offers should be sent to the National Park Service; Harpers Ferry Center; Office of Acquisition Management; Attn: Beverly Rinaldi-Alt, Contract Specialist; Request For Quotations Number Q1130010276; P.O. Box 50; Harpers Ferry, West Virginia 25425-0050. Faxed offers will not be accepted.
- Record
- Loren Data Corp. 20010405/99SOL008.HTM (W-093 SN50I170)
| 99 - Miscellaneous Index
|
Issue Index |
Created on April 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|