SOLICITATION NOTICE
70 -- Thurmond Project Office Conference Room Audio/Visual Upgrade
- Notice Date
- 2/4/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), Information Technology Solutions Division (4TRW-H), 4890 University Square, Suite 3F, Huntsville, AL, 35816
- ZIP Code
- 35816
- Solicitation Number
- 4THG96040770
- Response Due
- 2/11/2004
- Archive Date
- 2/26/2004
- Point of Contact
- Ronald Missildine Jr., Computer Specialist, Phone (256) 895-3306, Fax (256) 895-5898, - Dan Rattigan, Contract Administrator, Phone 256-895-5144, Fax 256-895-5898,
- E-Mail Address
-
ron.missildine@gsa.gov, daniel.rattigan@gsa.gov
- Description
- This is a combined synopsis/solicitation 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Firms submitting a proposal must register in the GSA ITSS system prior to closing date for receipt of proposals. 1. The U.S. Army Corps of Engineers, Savannah District, is upgrading their audio/visual system in the Thurmond Project Office Conference Room. The current Audio/Video system is antiquated and shall be upgraded to an integrated, state-of-the-art system scalable to expand or include new technology for future requirements. Upgrade will enhance and improve training session presentations for Corps Team Members, provide for a more cohesive and higher quality means of conducting weekly conference calls and ensures that a professional, state-of-the art multimedia system is readily available for recurring tour group visitations to the site. The Audio/Visual system will improve mission performance by providing a flexible means with which to conduct critical command and control presentations and briefings in a highly efficient and expeditious manner. In the event a natural or national disaster a system of this nature would be critical for conference calling, status briefings, and video teleconferencing with higher, lateral, and lower headquarters elements. The contractor shall provide for acquisition and installation of an overhead forward projection system to replace the existing tabletop projector. Acquire and install an Audio System with voice conferencing capability fully compatible with and easy to integrate into new multimedia components. Configure and integrate new lighting controls for multimedia presentations. Incorporate wireless technology to easily operate all equipment. Acquire, install and configure a ?User Friendly? computer menu system to efficiently present all media presentations. Acquire and install a dedicated, automatically operational presentation system fully integrated with all components of the Audio/Visual system. Installation of additional phone, LAN, and power, which will be completed by a separate contractor, will be coordinated with AV contractor to meet system requirements. Overall requirement is for acquisition, delivery, installation and activation of equipment, as well as vendor training provided to key, designated personnel. Also system maintenance support and service will be available 24/7. 2. The Government anticipates awarding a firm fixed price order to the offeror whose proposal is the most advantageous to the Government, price and technical factors considered. FAR 52.212-2 titled ?Evaluation-Commercial Items? shall apply. Technical merit is more important than price. However, when technical differences become less significant, price will become increasingly more important. Total proposed price will be evaluated. Prices that are excessively high or low may be considered unrealistic and unreasonable, may receive no further consideration. The Government will evaluate technical proposals based on the factors of past experience and technical approach with past experience being slightly more important than technical approach. Past experience will be evaluated according to the extent to which the offeror?s documented past experience is similar to the nature, complexity, and scope of work described in the Statement of Work. The Government will evaluate each offeror?s technical approach for completeness, the extent to which it demonstrates that it will meet requirements in an effective manner, and qualifications of those assigned (if applicable) to carry out the technical approach being offered. The offeror shall describe its approach for meeting the requirements of the SOW and how it plans to conduct the work. To support the past experience evaluation, please list the dollar value of similar project, timeframe completed, brief description of your firm?s role in project, etc. Technical proposals should be limited to no more than 10 pages. The clause at FAR 52.212-4,Contract Terms and Conditions-Commercial Items, applies to this acquisition 11. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42. Proposals must be emailed to ron.missildine@gsa.gov. Proposals are required to be received no later than 4pm EST, February 11, 2004.
- Place of Performance
- Address: 100 W. Oglethorpe Avenue, P.O. Box 889, Savannah, GA,
- Zip Code: 31402-0889
- Country: United States
- Zip Code: 31402-0889
- Record
- SN00515991-W 20040206/040204212845 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |