SOLICITATION NOTICE
K -- Provide Video Telecommunications upgrade and integration
- Notice Date
- 6/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- FG717571140001000
- Response Due
- 6/25/2007
- Archive Date
- 8/24/2007
- Small Business Set-Aside
- Total Small Business
- 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; proposals are being requested and a written solicitation will not be issued. Please submit your proposal in accordance with the Statement of Work below. 1.0 Scope: The purpose is to accommodate automation upgrades and integration for users at the Joint Theater Air and Missile Defense Organization (JTAMDO), 1851 S. Bell Street, CM3, Suite 511, Arlington, VA 22202. 2.0 Purpose: Contactor shall provide a Video Telecommunications upgrade and integration of existing equipment and replace the existing AVSIM-366 secure/non-secure switching system device with a newer model, the AVSIM-530. The AVSIM-530 will be controlled by the control system and will not require manual switching of the bypass. The existing control system will be modified to control the functions of the new CODEC, a device capable of performing encoding and decoding on a digital data stream or signal, an d the secure/non-secure VTC switch. 2.1 Overview: To upgrade and replace JTAMDOs existing CODEC device, a refurbished Polycom 4000, with a new Tandberg 6000 MXP and inverse multiplexer (IMUX). The vendor will ensure the new CODEC will be equipped with software upgrades to fully integrate w ith the existing VTC System. JTAMDO installed an additional Secure Internet Protocol Network (SIPRNET) computer at the second adjoining workstation of the VTC Operator. The computer will need to be connected and fully integrated into the audio visual sys tem allowing it to be projected as well as heard through the existing projectors and speakers. The Crestron touch panel interface control system software must be modified to allow selection of the SIPRNET computer as a source for display. 3.0 Period of Performance: Date of award through completion but no later than 30 Days After Receipt of Order. A one time site visit will be required for all contractors to attend (at the same time)on 20 June 2007 between 2-3 pm. Contractors shall contact Debbie Watson, E-mail: debb ie.watson@js.pentagon.mil, Phone: (703) 602-5374 by 19 June 2007 and report to the specified location at the time designated. This proposal is based upon all work being performed during normal work hours (an 8 hour shift, between the hours of 0800 and 1700 , Monday through Friday) and includes no overtime charges. Any schedule changes either from JTAMDO or supplier will be coordinated in advance. 4.0 Requirements: 4.1 To ensure that JTAMDO personnel effectively understands the operation of the new equipment immediately after completion of installation on site, the Vendor will provide systems familiarization training for up to four personnel identified by the Governm ent Project Manager/COR. The Vendor will provide a labeled layout drawing of the installation and its connectivity to the VTC system. Vendor will provide any written documentation on the components and operation of the system at time of delivery and fam iliarization training (i.e. user manuals). 4.2 The Vendor must coordinate, cooperate, and work as needed with the current contractor (Audio Video Systems), whom JTAMDO has an existing maintenance contract, when troubleshooting any problems that may require both vendors on site to correct the proble m. 4.3 All modifications must be compliant with Department of Defense (DoD) and Office of the Chief Information Officer (OCIO) regulations. 4.4 Vendor shall furnish labor, all materials, supplies to complete this upgrade. Vendor is required to clean up and remove all trash from immediate project areas once work is complete. 4.5 All materials and labor will be warranted for a period of one year. The Vendor will be required to meet a same day within four hours turn around on all maintenance calls and provide loaner equipment at no cost, as needed. Vendor must also provide the following: " Ability to provide on-site support Monday through Friday between the hours of 0800 to 1700 as needed; no requirement to maintain a technician on a stand by basis " Priority call handling " Service/Maintenance Technician must coordinate in advance with the customer for escort into the facility 5.0 Deliverables: Any modifications, including hardware and software packages, used to implement this system must not be proprietary and becomes the property of the U.S. government at delivery. 5.1 Delivery Location: The place of performance will be at the JTAMDO conference room, Bldg 1851 S. Bell Street, Suite 514, in Arlington, VA. The Vendor shall include the government contract number on all invoice and packing documents. Vendor will provi de 24 hour advanced notice prior to performing any deliveries to include installation of hardware and/or software upgrades and patches. Delivery will take place no later than 30 days ARO 2007. Partial shipments will NOT be accepted. 5.2 Delivery and Invoice POC ONLY: Mr. Milton Ward Senior Financial Manager for JTAMDO 1851 S. Bell Street Arlington, VA 22202-3511 Phone: (703) 602-5154 Fax: (703) 602-1690 E-mail: milton.ward@js.pentagon.mil 5.3 Technical POC: Mr. Jeffrey Dockendorf Senior Network Administrator for JTAMDO 1851 S. Bell Street Arlington, VA 22202-3511 Phone: (703) 602-5117 E-mail: Jeffrey.Dockendorf@js.pentagon.mil 5.4 Contracting Officers Representative (COR): MAJ Enricco Finley 1851 S. Bell Street Arlington, VA 22202-3511 Phone: (703) 602-5113/4028 E-mail: enricco.finley@js.pentagon.mil
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN01317855-W 20070615/070613221336 (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 |