MODIFICATION
58 -- Design and Install Public Address System
- Notice Date
- 7/31/2006
- Notice Type
- Modification
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
- ZIP Code
- 62225-5015
- Solicitation Number
- Reference-Number-F3ST786171A100
- Response Due
- 8/16/2006
- Archive Date
- 8/31/2006
- Point of Contact
- Eric Gourley, Contract Specialist, Phone 618-256-9252, Fax 618-256-2174,
- E-Mail Address
-
eric.gourley@scott.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- UPDATED STATEMENT OF WORK STATEMENT OF WORK FOR BLDG 1700 ATRIUM PUBLIC ADDRESS AND SOUND SYSTEM PROJECT Updated Revision (31 July 06) 1. SCOPE The primary objective of this project is to furnish and install a public address and sound system in the Bldg 1700 Atrium. 2. CURRENT CAPABILITIES The Bldg 1700 Atrium is used for ceremonies and distinguished visitor events. This room currently has no public address or sound system capabilities. 3. REQUIREMENT The contractor shall: · Perform Site Survey · Provide a detailed breakdown of all equipment recommended for installation · Furnish and Install the following capabilities: o The ability to operate 2 wireless lapel microphones (body pack) and 2 wireless handheld microphones at the same time. o Install a player to play music in multiple formats (i.e. CDs, MP3s, CD-Rs and CD-RWs). o Provide a mono or stereo speaker solution § Provide a recommendation for flush mounting speakers for esthetics o Install 8 spare input jacks and associated cables to allow for a minimum of the following external audio inputs simultaneously: § Input from MP3 or WMA Player (Stereo or Mono plug to XLR) § Input from laptop (Stereo or Mono plug to XLR) § Input from DVD Player (2 Wire Composite Audio to XLR) § Input from VCR (2 Wire Composite Audio to XLR) § Wired microphone (XLR to XLR) § Wired microphone(XLR to XLR) o All audio cables, associated wiring, and connectors required completing the installation. o Balance, equalize, and reduce noise for all audio inputs and outputs. § Provide recommendation to minimize room echoes and ambient noise o All equipment will be installed in a black self-contained equipment rack with power hard wired to the facility. § Will have a locking door on the front and back of the equipment rack § Anchored to the Atrium floor § Approximate rack size: · Height: 4 feet · Width: 21 inches · Depth: 25 1/5 inches · Provide all labor, material, equipment, and transportation required for project completion. · Install wiring to provide power to the self-contained equipment rack from the source identified by the Bldg 1700 Facility Manager in compliance with the National Electric Code. · All wiring shall be concealed except as expressly permitted by the AF Project Manager. · Ensure materials and parts supplied are new and adhere to the original Manufacture’s specifications. · Provide all owner/operator manuals and wiring diagrams. · Prior to Government Acceptance provide training on the operation and operator level troubleshooting on the equipment. · Provide printed and electronic step-by-step training manuals for all equipment adjustments. The manuals will cover setup, operation, and shutdown procedures. Period of Performance: Final testing and acceptance shall take place no later than 60 days after award of the contract. The actual installation should not last longer than 1 to 2 weeks maximum. Hardware delivery and installation shall be coordinated with the project manager. Site Issues: The contractor must coordinate with TSgt Clarke (primary) or SSgt Bugbee (alternate) to schedule times and access to the installation areas including site surveys. The contractor shall leave the work areas in a clean condition at the end of each day’s work. After completion of the tasks in this SOW, but before government acceptance, the contractor shall clean the facilities removing all debris left by the contractor from walls, floors, or ceilings or from other areas used or traversed by the contractor. Location: All on-site work will be performed in Building 1700, Scott AFB IL. Contractor access into the building will be 8 hours a day (0730-1630), 5 days a week (Mon-Fri). Contractor personnel will be escorted while on site. Test and Acceptance: Prior to Government Acceptance, the contractor shall test the installed systems under this SOW and demonstrate to the government the complete functionality of all components/capabilities. Contractor shall also provide all owner/operator manuals and wiring diagrams of the complete system prior to government acceptance. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JUL-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/375CS/Reference-Number-F3ST786171A100/listing.html)
- Place of Performance
- Address: Bldg 1700 South Drive Scott AFB, IL
- Zip Code: 62225
- Country: UNITED STATES
- Zip Code: 62225
- Record
- SN01102698-F 20060802/060731223809 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |