SOLICITATION NOTICE
75 -- CONFERENCE ROOM UPGRADES
- Notice Date
- 8/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-RML-RFQ-7009
- Response Due
- 8/31/2007
- Archive Date
- 9/15/2007
- Description
- This notice is a combined synopsis/solicitation, for commercial items prepared in accordance with format in 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. Submit offers on RML-RFQ-#7009. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 dated 06/30/2007. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP), Acquisition of Commercial Items and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 561499 and the small business size is $6.0. The Rocky Mountain Laboratories, (RML), has a need to implement fully operational upgrades, automation, and integration of audio conferencing, video teleconferencing, and visual presentations in the 5(five) existing conference rooms. Descriptive literature, specifications, cuts, swatches, illustrations, drawings, designs, brochures, warranty, training, installation schedule, certifications, and extended service information shall be mandatory. SCHEDULE: The contractor shall provide for the design, necessary equipment, installation, training and technical support of a fully integrated audio-visual/video teleconferencing system capable of high quality presentations while remaining easy-to-use, easy-to-maintain, and allowing for future upgrades or expansion. Similarity in equipment, function, and control panel configurations for 4(four) of the rooms is desired and anticipated. The contractor shall be responsible for all management, supervision, installation, materials, supplies, and equipment necessary to perform the installation of the necessary equipment. The project location is Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana 59840. SITE VISIT: August 23, 2007 from 1:00 P.M. to 4:00 P.M MDT. Interested vendors must arrive no later than 1:15 p.m. on date of the site visit. Vendors shall provide to Julienne Keiser(e-mail, and fax listed below) a list of personnel attending the site visit no later than August 21, 2007, at 4:30 P.M. MDT. Limit of 2(two) personnel per vendor for the site visit. Attendees must bring a Federal or State issued photo ID as well as a business card or other proof of company affiliation. The costs incurred for the site visit shall be the sole responsibility of the contractor(s) responding to this solicitation. Room configurations shall be similar so that users can more easily manipulate the desired setup for each situation. 4(four) of the room systems shall incorporate a wireless touch panel for selection of audio and visual input and output components, with the control panel configurations to be similar between the rooms. Control programming layout and design shall be submitted to the Government for approval prior to programming. A working mockup touch panel shall be programmed and delivered to the Government for approval before site implementation. The contractor shall install the necessary equipment /software in the conference rooms, and ensure that it is fully operational. Further, the contractor shall ensure that it is integrated and operates with any existing (or future, if known) equipment/software. Where multiple technologies are to be implemented, there may be some overlap in the equipment/software and there may be compatibility considerations. The contractor shall provide cutsheets and other documentation indicating the advanced design and technology of the proposal. In addition to the major items of equipment specified, the contractor shall be responsible for identifying and providing all additional ancillary equipment and software necessary to the operation of the equipment. Ancillary equipment and software consists of items, including but not limited to, wires, cables, connectors, mounting apparatus, carts, stands, cabinets, batteries, bulbs, operating system software, application software, screens, and control panels. These costs for ancillary equipment, including installation/integration, shall be included in the proposal. Rack and exposed cabling shall be neatly terminated and dressed in accordance with all relevant ICIA and/or MIL-SPEC guidelines. No cable shall be installed with a bend radius less than that recommended by the cable manufacturer. All cables shall be marked with printed labels; the cable coding format utilized shall be similar for each room. No cable shall be inline spliced. Umbilical (?disconnect?) cabling shall be dressed in flexible sleeving or harness. All materials, components, equipment, and installation shall be under warranty for a minimum of one year. The contractor shall be capable of providing optional subsequent service contracts to cover all components, hardware, and software in the systems, and also provide a help desk for technical support with a minimum of 8x5 availability. The proposal shall include a minimum of one session of onsite training for Government staff on all electronic equipment installed. Any/all locations of equipment, racks, cabling, floor and/or wall penetrations, new or relocation of electrical or other utilities, and/or any room fixture modifications shall be completed by Government Personnel, and coordinated with Government Personnel prior to commencement of work. The contractor shall provide samples of colors and fabric swatches for proposed tables and chairs at the time of proposal submission. The contractor shall also provide cutsheets of all proposed hardware, software, and any other components of the systems. The contractor shall work closely with RML IT staff members to insure that software is properly updated, installed, and that RML IT guidelines and security measures are met. The contractor shall keep all NIH, RML-derived data secure and will not release, make public or maintain any of the RML data beyond this contract effort. If Internet connectivity is needed in order to perform the work, for transfer of files, or other efforts, contractor computers shall be secure and in compliance with RML-IT security procedures and policies. Contractor supplied software shall be kept current and up to date with applicable security patches and upgrades. Internet connectivity and/or remote access for the purpose of performing the work, for transfer of files, or other efforts, will be coordinated with NIAID IT staff to ensure security and compliance with NIAID IT procedures and policies. The contractor shall identify, at time of proposal submission, an onsite project manager who shall need to meet minimum security clearance requirements. The project manager shall only be required to be at the facility while installation is taking place. Minimum requirements include, but are not limited to a Special Agency Check (SAC) which requires the individual to have their fingerprints taken electronically by the Government upon arrival at the RML facility. A Federally issued ID badge, which provides access to the Government facility, will not be provided until the fingerprint results are returned with a favorable adjudication of the fingerprints. If needed, Federal ID badges will be issued to additional contract staff on an as needed basis, all contract staff requesting an ID shall be required to have a fingerprint check and favorable results returned before an ID will be issued to the contractor. Contract staff performing installation work on-site but not requesting an ID badge will be required to provide a State or Federal issued ID badge daily, sign-in at the visitor center daily and be issued a daily contractor badge. Bldg 1 Room 1104 Conference Room: Size: Approx. 12 feet wide x 24 feet long with 10 foot open ceiling. This room has an existing manual ceiling-mount screen (approx. 54 inches x 90inches viewable), and an existing Polycom VSX 7000 video-teleconferencing unit with one camera, which can remain. This room has one long table with multiple chairs. The requirement shall have an integrated audio/visual system with wireless touch panel for selection of various audio and video components, including computers, audio teleconference, and video teleconference equipment, and a wall-mount plate for connection of VGA, RCA, S-video, and Ethernet cables. A small rack/credenza shall be provided as part of the proposal, to facilitate the needed equipment. This rack/credenza shall be located in a corner of this room. Examples of equipment to be provided include but are not limited to: ceiling mount projector, wireless microphones, speakers, electronic document camera, dedicated Windows laptop computer (i.e., Dell Latitude D630 or equal, configuration to be confirmed and approved by the Government), A/V control and switching equipment, and audio teleconferencing system. A new table with cable chases and tabletop interconnect box for computer network and power connections shall be included in the proposal. A minimum of 10(ten) chairs that are padded, vertically adjustable, on wheels, with arm rests that are vertically adjustable shall be provided as part of the proposal. Fabric swatches are to be provided for Government approval. Bldg 9 Room 9107 Conference Room: Size: Approx. 13 feet wide x 24 feet long with approx. 8 foot hard ceiling. This room has an existing Polycom VSX 7000 video-teleconferencing unit with one camera, which can remain. This room has 2(two) long tables placed end-to-end with multiple thickly padded chairs. The requirement is to have an integrated audio/visual system with wireless touch panel for selection of various audio and video components, including computers, audio teleconference, video teleconference equipment, a wall-mount plate for connection of VGA, RCA, S-video, and Ethernet cables, and a manual ceiling-mount pull-down screen. A small rack/credenza shall be provided as part of the proposal to facilitate the needed equipment. This rack/credenza shall be located in a corner of this room. Examples of equipment to be provided include but are not limited to: ceiling mount projector, wireless microphones, speakers, manual screen, electronic document camera, dedicated Windows laptop computer (i.e., Dell Latitude D630 or equal, configuration to be confirmed and approved by the Government), A/V control and switching equipment, and audio teleconferencing system. A new table with cable chases and tabletop interconnect box for computer network and power connections shall be included in the proposal. A minimum of 15(fifteen) chairs that are padded, vertically adjustable, on wheels, with arm rests that are vertically adjustable shall be provided as part of the proposal. Fabric swatches are to be provided for Government approval. Bldg 11 Conference Room: Size: Approx. 21 feet x 20 feet with 8 foot ceiling with attic above. The requirement shall have an integrated audio/visual system with wireless touch panel for selection of various audio and video components, including computers, audio teleconference, and video teleconference equipment, and include a wall-mount plate for connection of VGA, RCA, S-video, and Ethernet cables, and a manual ceiling-mount pull-down screen. Examples of equipment to be provided include but are not limited to: ceiling mount projector, manual ceiling mount screen, video teleconference system (Tandberg), or equal(configuration to be confirmed and approved by the Government), wireless microphones, speakers, electronic document camera, DVD/VHS player, dedicated Windows laptop computer (i.e., Dell Latitude D630 or equal, configuration to be confirmed and approved by the Government), A/V control and switching equipment, and audio teleconferencing system. This room will be used as a meeting and training room; new tables with cable chases and tabletop interconnect boxes for computer network and power connections, capable of seating a minimum of 15(fifteen) people shall be included in the proposal. A minimum of 20(twenty) chairs that are padded, vertically adjustable, on wheels, with arm rests that are vertically adjustable shall be provided as part of the proposal. Fabric swatches shall be provided for approval by the Government. A small rack/credenza shall be provided as part of the proposal. This rack/credenza shall be placed in a corner to hold the needed equipment. Bldg A Rm A103 Large Seminar Room: Size: Approx. 51 feet wide x 36 feet deep with approx. 15 foot ceiling. This room is the primary seminar room. It has an existing motorized screen that is approximately 140 inches wide by 96 inches high. The screen is to be replaced with a seamless motorized screen. The requirement shall have an integrated audio/visual system (visual system to include HD capability) with wireless touch panel for selection of various audio and video components, including computers, audio teleconference, and video teleconference equipment, and lighting/dimming control. A minimum of 2(two) cameras for video teleconferencing purposes shall be installed, one for viewing the podium and/or screen, and one for viewing the audience. A wall-mount plate for connection of VGA, DVI, RCA, S-video, and Ethernet cables is to be included, and located by the screen. A projection room is available, which is approximately 8 feet wide by 5 feet deep. This projection room can contain a rack to hold the necessary equipment. An ADA-compliant height-adjustable, movable podium is to be included, incorporating audio/video connections in the podium. Examples of equipment to be provided include but are not limited to: mounted projector (HD compatible), wireless microphones, speakers/audio system, DVD/VHS player, HD compatible video teleconferencing unit (Tandberg), or equal(configuration to be confirmed and approved by the Government) with 2(two) cameras (one facing the screen and one facing the audience), electronic document camera, dedicated Windows laptop computer (i.e., Dell Latitude D630 or equal, configuration to be confirmed and approved by the Government), A/V control and lighting/dimming switching equipment, and audio teleconferencing system. Additionally, this room control system shall be remotely accessible via Ethernet; a user with password access shall be able to monitor, diagnose, service, and/or operate the room equipment remotely. Bldg 30 Room 30119: Size: Approx. 10 feet wide x 16 feet long. Currently 2(two) tables are placed end-to-end, approximately 30 inches wide by 120 inches long. The request is to obtain a table(s) with cable chases and tabletop interconnect box to support multiple laptops with network and power cables and a manual ceiling-mount pull-down screen. A minimum of 10(ten) chairs that are padded, vertically adjustable, on wheels, with arm rests that are vertically adjustable shall be provided as part of the proposal. Fabric swatches shall be provided for approval by the Government. Period of Performance: Work shall be completed within 120(one-hundred twenty) days of contract award. The level of effort onsite shall be during normal business hours, Monday through Friday, 8:00 a.m. to 5:00 p.m. MST. All work performed onsite shall be coordinated with the Government. Options: Option items are to be listed as line-item price increments in addition to or subtracted from the overall bid cost. Options are to be referred to by number and brief description. In order for each bid to be evaluated comparatively and fairly, all bids must include prices on all options. Quotes that fail to include pricing for all options will be excluded from contract award. Acceptance of options lies entirely at the discretion of the Government and will be made subsequent to contract award. Inclusion of options within this quote does not connote acceptance by the Government of any optional equipment or pricing. FOB Point shall be Destination, Hamilton, MT. Inside delivery shall be 120(one-hundred twenty) days after contract award. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3, Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. FAR 52.217-5 Evaluation of Options, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings Equipment and Vegetation, FAR 52.227-14 Rights In Data General, HHSAR 352.224.70 (b)(f) Confidentiality of Information Clause, 52.223-6 Drug Free Workplace. Award will be based on the capability of the item offered to meet the above stated salient characteristics, technical evaluation, delivery, price, past performance, warranty, and are advised that award will be made to that contractor whose proposal provides the best overall value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDT), 8/31/07. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: UNITED STATES
- Zip Code: 59840
- Record
- SN01373219-W 20070817/070815220504 (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 |