SOLICITATION NOTICE
J -- AUDIO / VISUAL TECHNICAL SUPPORT SERVICES
- Notice Date
- 3/28/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N00189 FISC NORFOLK, GROTON OFFICE Box 500 Bldg. 84/1 Subase NLON Groton, CT
- ZIP Code
- 00000
- Solicitation Number
- N0018908TG040
- Response Due
- 4/6/2008
- Archive Date
- 4/7/2008
- Point of Contact
- WILLIAM HUTTON 860-694-2521 WILLIAM.HUTTON@NAVY.MIL
- Description
- This is a combined synopsis / solicitation for commercial items prepared in accordance with the information in FAR 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. The RFQ number is N00189-08-T-G040 using Simplified Acquisition Procedures for commercial items. This solicitation document incorporates provisions and clauses in effect through FAR and DFARS. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be access in full text at these addresses: www.arnet.gov and www.acq.osd.mil. This is a total small business competitive action. The FISC Norfolk Groton Office requests responses from qualified sources capable of providing the following service: Statement of Work For Audio/Visual Technical Support Services At Naval Justice School, Newport RI 1. PURPOSE The Naval Justice School (NJS) located at the Newport Naval Station has several classrooms, lecture halls and briefing facilities populated with audio and video technologies. These systems have been implemented over a period of several years and require periodic maintenance and upgrades. The purpose of this document is to define the technical and engineering support requirements for the remedial maintenance, changes and upgrades to the audio, video and control equipment suites. 2. REQUIREMENTS The Contractor must be familiar with the NJS audio / visual automated electronic classrooms to include AMX multimedia control systems, software programming and integrations. The contractor shall be responsible for the maintenance of the audio, video and control suites installed in the NJS facilities. The NJS technical operations staff will contact the contractor with a request for technical support describing the issues, including equipment failure symptoms, location, facility availability for access, or upgrade requirements. The contractor shall evaluate the problem or upgrade requirement and notify the NJS technical staff of any equipment requirements to affect the repair or changes required. If the maintenance action can be completed during the initial analysis, the action will be closed. If material beyond incidentals is required to complete a repair or upgrade action, the contractor shall identify the required components for Government purchase. The NJS technical staff will notify the contractor of material availability and schedule the repair. The systems are comprised of cameras, displays and associated electronics controlled via integrated control systems from AMX Corporation. If changes are made to the audio/video systems that effect the operation of the control system, the contractor shall make the necessary changes to the control system. The source code and touch panel load files shall be delivered to the NJS when any changes are made to the control system. When possible, the source code shall be loaded on any controller when changes are made. The Contractor must be able to respond on site for trouble calls within 3 hours of notification from the NJS Technical Point of Contact. Trouble call notification will be sent to the Contractor?s program manager during normal business hours, excluding holidays. 3. DOCUMENTATION The Government shall provide system block diagrams, interconnections, equipment listings, source code and panel files or other pertinent documentation for any system requiring repair or modification. Any changes made to the system will be reflected in these drawings and returned to the NJS technical staff. At the completion of a task, the contractor shall provide a report to the NJS technical staff via email detailing the actions taken and any outstanding issues. 4. LOCATION OF WORK Duties will be performed at the Contractor facilities and on-site at the NJS, Newport RI 02841. 5. PERIOD OF PERFORMANCE The period of performance for this order shall be for 12 months from date of award plus 4 option years exercised at the discretion of the government. 6. HOURS OF PERFORMANCE Work is to be performed Monday through Friday during the hours 0800-1700, excluding Federal holidays. The Government will provide room schedule information for uninterrupted contractor access to the systems under repair or modification. 7. GOVERNMENT PROVISIONS / FURNISHED MATERIALS / SUPPLIES The Government will provide all materials required for the performance of the work as required. Any exceptions including consumable materials will require government approval prior to use. 8. SECURITY All personnel working on site at the NJS shall have an active DoD Secret clearance. Contractor is required to obtain and provide all necessary information and documents that are required by the Naval Station Newport?s Security and Pass Office for the contractor?s personnel, vehicles, and equipment as necessary to complete the work on base. 9. QUALITY ASSURANCE The contractor shall have a certified quality assurance plan and implement the project in accordance with the approved quality management system. Quality Assurance is a review, inspection, or surveillance process used to make sure that maintenance and service meet established standards. Government policy under FAR 52.246-4 Inspection of Services ? Fixed Price requires the contractor to maintain an inspection system and gives the government the right to conduct inspections. 10. CONTRACT TYPE Fixed Price Level Of Effort. 11. METHOD OF PAYMENT Method of payment will be Wide Area Workflow (WAWF). Quotation shall include as a minimum unit prices, point of contact, contact phone and email, payment terms, and all provision information called for in FAR 52.212-3. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, 52.212-1, 52.212-3, 52.212-4, 52.212-5 (applicable clauses contained within 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33), DFAR 252.204-7004. DOD will not longer award contract to contractors not registered in the Central Contractor Registration (CCR) database. This announcement will close at 3:00 PM Connecticut time on 6 APRIL 2008. All responsible small business sources may submit a quotation which shall be considered by the agency.
- Record
- SN01544750-W 20080330/080328225333 (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 |