Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 26, 2001 PSA #2838
SOLICITATIONS

T -- AUDITORIUM AUDIO VISUAL UPGRADE

Notice Date
April 24, 2001
Contracting Office
Department of Veterans Affairs, AFMLOV/VA Special Services, Contracting Officer, 1423 Sultan Street, Suite 200, Frederick, MD 21702-5006
ZIP Code
21702-5006
Solicitation Number
RFQ-797-FDF2-01-0016
Response Due
May 17, 2001
Point of Contact
Monica Pileggi 301-619-4070
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) sub part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is RFQ-797-FDF2-01-0016. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-24. This solicitation is issued on a restricted basis as a total small business set aside under NAICS Number 334310. The Air Force Medical Logistics Office has the following requirement for Wright-Patterson Medical Center, Wright-Patterson AFB for an Audiovisual Upgrade. A SITE VISIT will be held on May 1, 2000 at 9:00am. Please contact Mr. Loyd Davis at 937-257-8914 to sign up for the site visit. This is the only site visit to be scheduled. 1. General: The contractor shall be responsible for the design, installation, parts required, and equipment to be installed as part of the AV upgrade. The contractor shall furnish all parts, materials, equipment, labor and transportation and freight charges as required, to install and integrate the audiovisual upgrade package. The System shall be capable of remote control operation of three wall-mounted video cameras to include pan and tilt. One camera will automatically track the speaker. The cameras will be operated from a control room with the controls and four monitors also provided by the contractor. The contractor shall also provide and install two 50" plasma displays capable of video broadcast and high-resolution computer presentation projection. A video tape duplication system consisting of one machine for play back and two for recording shall also be installed. The equipment will be installed in audiovisual, rms. BNN1 and BD 15. The contractor shall provide training on all equipment installed. The contractor shall provide a 90-day service warranty. The upgrade shall consist of at a minimum; two wall mounted 50" plasma displays capable of video broadcast and high resolution computer presentation programs, three remote control wall mounted 1CCD video cameras capable of pan, tilt, auto focus, auto iris, and 1 to 12 zoom with one camera capable of auto tracking as well as a video tape duplicating system. 2. Service Technicians: The contractor shall ensure that all services under this contract are performed by competent certified personnel who have completed applicable maintenance and installation courses. The contractor shall have hands on experience, programming experience and a working knowledge of "Crestron" control systems. Other equipment the contractor shall have experience on; are Kodak, Panasonic, Sony, Telex, Barco, Pioneer, Parkervision, etc. 3. Assurance: The contractor shall ensure that all new equipment and parts shall be compatible and shall operate with existing equipment. Salient Characteristics: I. General: Fully integrated audiovisual system upgrade for the auditorium, and auditorium control room for the Medical Center. The system will upgrade live broadcast from the Auditorium throughout the Medical Center and upgrade the auditorium services. All the items must be totally integrated and wired to work as one complete system through a series of wires, switchers, time generators, and central control units. II. Features: 1. Since we are starting to use more computer imaging systems, a new video projector will be required which is capable of projecting high resolution computer graphics as well as video projection. 2. Three auditorium television cameras will be hooked up for remote control through the auditorium control room due to the fact that this is a one-person shop and they can't be controlled from the projection booth. One of these cameras will automatically follow the presenter. Redesign of the control room for control of the auditorium, closed circuit educational system. All equipment and accessories must be compatible with the Medical Center cable distribution system for live and recorded modulation output. All equipment must be integrated, rack mounted and completely wired. The entire system will require the acquisition of video cameras, video players/recorders, two 50" plasma displays for high-resolution computer graphics/video, mixers, racks, wiring and installation of same as well as training. III. Functional Characteristics: 1. The entire system must be integratable with the auditorium, control room and the closed circuit video network. 2. Auditorium: The system will require three one chip remote television cameras with zoom lenses for the auditorium for improved recording and broadcasting of events. Two 50" plasma displays specifically designed for high resolution computer graphics presentations as well as normal video presentations will be required to replace two video monitors. All of these items must be controllable from the AV control room. The video projector, and projection screen must also be remotely controllable from the podium and backstage. All systems must be wired into the control room and be switchable without rewiring. Additional materials and labor as required to install the entire system. 3. Control Room: Upgrade control center for editing, duping, recording and auditorium operations. Editing capabilities will require " and 8mm and all combinations thereof. Time base corrector for NTSC stills(Video capture of still images). Racks wiring equipment and labor as required for switching to live broadcasts, i.e.; briefings, seminars, down links, etc. IV. Additional Requirements: 1. Since all systems must be integrated and working together as a unit, the idea of having them all purchased from one contractor able to design, install, and integrate everything at the same time makes more sense than trying to purchase separately and integrate pieces at later dates. Design, equipment, installation and labor must be obtained from and performed by the same company to make sure all items are completely compatible and can be properly integrated and installed. 2. When the auditorium and television control room were originally set up, equipment was purchased from several different suppliers, no design was made and another company attempted to install the equipment as best they could. Phase one of the project was completed with upgrade of the audio system, main projector and control room upgrades for these items. Phase two upgrades the system with side wall mounted plasma displays, three 1 chip remote control video cameras will replace a single stationary video tube camera and new video recorders will be added for the taping of breifings and other programs. Equipment Listing: VIDEO EQUIPMENT: 1 ea Parkervision presenter video camera CPC 2112-A1M, 2 ea Parkervision system video cameras, CPL 2112 A1N, 3 ea Parkervision wall mounts, CWM 200, 1 ea Parkervision remote controller JSC 2100, 4 ea AVSPVM 5041Q 5" rack mountable preview monitors with mounts. VIDEO TAPE DUPLICATION EQUIPMENT: 3 ea Sony SVO 1630 stereo VHS player/recorders, 1 ea video rack. REMOTE CONTROL EQUIPMENT: 1 ea Crestron CNMSX Pro Control System, 2 ea Crestron CNXVTC-3 Volume control card, 2 ea Crestron CNECI-4A Power Interface, 1 ea System Programming, 2 ea Crestron STX-3500C Touch Panel, 2 ea Crestron CNFRFGW-X Two Way Receiver, 2 ea Crestron ST-BC Power Recharger, 1 ea Extron 60-219-01 Crosspoint 84 HVA, 2 ea Extron 60-304-01 DVS100 Digital Scaler, 1 ea Audio Switcher. PLASMA DISPLAYS: 2 ea Pioneer 50" Diagonal Plasma Display, 2 ea Wall Mounts. DESIGN, INSTALLATION LABOR AND TRAINING, MATERIAL: 1 Installation Labor & Training, 1 Installation Material, 1 Design and Drawings.Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror -- Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification -- Commercial Items. An authorized representative of the offeror must sign these representations and certifications; (4) The Offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification number. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The FAR can be found on the Internet at the following address: http://www.arnet.gov/far/. Offers are due by 2:00pm EST on 17 May 2001, at AFMLO/VASS to the address shown in this synopsis. Offers may be faxed to Monica Pileggi at 301-619-6645.
Record
Loren Data Corp. 20010426/TSOL001.HTM (W-114 SN50K0X6)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on April 24, 2001 by Loren Data Corp. -- info@ld.com