Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

58 -- Furnish and install VTC system for Bolling AFB, DC

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
FA7012-08-R-0026
 
Response Due
9/22/2008
 
Archive Date
10/7/2008
 
Point of Contact
Valerie C Gaines,, Phone: 202-767-8105
 
E-Mail Address
valerie.gaines@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) No, FA7012-08-R-0026. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This is set aside for 100% small business. The North American Industry Classification System code is 334310, with a business size standard of 750 employees. CONTRACT LINE ITEM NUMBERS: 0001: Nonpersonal Services: The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and other services necessary to provide and install a Video Tele-Conferencing (VTC) system that is fully compatible with the existing equipment located in the Wing Commander's Conference room, Building P-20 Suite 300 located at Bolling AFB, DC in accordance with the Performance Work Statement (PWS) below. QTY: 1 EACH, UNIT PRICE: ________, EXTENDED AMOUNT: _________. Period of Performance is 26 September 2008 through 25 October 2008. 0002: Nonpersonal Services: The contractor shall provide a three year warranty on the VTC system in accordance with the PWS, para 1.4.9 and 1.4.9.1. QTY: 1 EACH, UNIT PRICE: ________, EXTENDED AMOUNT: _________. Period of Performance is 26 October 2008 through 25 October 2011 or will commence upon completion and acceptance of the subject VTC system and run for a three year period. 1. DESCRIPTION OF SERVICES 1.1. Scope of Work. Non-personal Services: The contractor shall furnish all personnel, equipment, tools, materials, supervision, transportation and other services necessary to provide and install a Video Tele-Conferencing System in the 11WG Commanders Conference room in Building P-20 Suite 300 located at Bolling Air Base, D.C. Additionally the contractor shall furnish all personnel, equipment (excluding the XP based workstation), tools, materials, supervision, transportation and other services necessary to enable the ability to wirelessly control an existing Microsoft XP based workstation with a wireless mouse and keyboard from a distance up to fifty feet away. All equipment furnished and installed by the contractor must be compatible with all existing equipment identified in Appendix A. 1.2. Requirements The Installed system should be fully integrated and functional with all existing equipment currently located within the conference room. All equipment currently located in the conference room is controlled by a Crestron control panel. Any installed equipment must also be controlled by the Crestron control panel. The images being broadcast by the VTC system will be projected onto a 128 Inch screen by an Epson Powerlite 8000I. Additionally the ability to wirelessly control a workstation with a wireless mouse and keyboard up to fifty feet away is required. 1.2.1 CODEC box Requirements: a) H.320 and H.323 video calls. (H.323 to include IPv6 support) b) H.261, H.263, H.263+, H.263++, H.264 video standards (To include support of the following video formats: NTSC, PAL, VGA, SVGA, XGA, W-XGA, SXGA and HD720p) c) G.711, G.722, G.722.1, G.728, 64 bit & 128 bit MPEG4 AAC-LD audio standards (Audio features to include Automatic Gain Control (AGC), Automatic Noise Reduction, Packet loss management, and Active lip synchronization) d) KIV-7 encryption e) 19" rack mount 1.2.2 Camera Requirements a) 7 x zoom 1/3" CMOS +10°/-20° tilt +/- 90° pan b) 1280 x 720 pixels progressive @ 30fps c) Automatic or manual focus/brightness/whitebalance d) Far-end camera control e) 15 near and far-end camera presets f) Voice-activated camera positioning g) Daisy-chain support (Visca protocol camera) 1.2.3 Wireless Capability: a) User friendly (Windows XP based with service pack) b) Ability to control Gateway workstation wirelessly with mouse and/or Keyboard c) Signal strength must remain at 75% are above from a distance up to 50 feet 1.3. Installation of Equipment. 1.3.1. The contractor shall install a CODEC and Camera that meets the specifications listed above that will be integrated with existing equipment to enable video tele-conferencing in the conference room located in Suite 300 of Bldg P-20. 1.3.1 Damage. It shall be the responsibility of the contractor to pay for all repairs for any damage resulting from his/her negligent actions in accomplishing this project. The contractor shall provide the designated Government representative with the date, location; type of damage occurred and cost to repair the damage within 24 hours after the damage becomes visible. This data shall be recorded and will become a part of the permanent contract record. 1.4. GENERAL INFORMATION 1.4.1. Security Requirements. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. Contractor's vehicles shall enter and exit Bolling AFB through the South Gate (Visitor's Center). 1.4.1. 1. Base Entry Passes. The contractor shall submit to the Contracting Officer a list of employees which will be working on base, along with the Social Security Number(s) and date of birth not later than three working days prior to start of work in order to ensure base entry passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. AF Form 75, Request for Visitor Registration, proof of insurance, and a valid drivers license must be presented for all vehicles to be registered. Any lost or stolen passes shall be reported immediately to the QA followed with a written notification within 24 hours. The contractor shall return all base passes issued to employees who separate from the contract before the contract expiration date of the contract period, including any extensions, to the QA. (Failure to properly account for passes may result in withholding contractor payment.) 1.4.1.2. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work shift, all government facilities, equipment, and materials shall be secured. The contractor shall be responsible for providing and placing all barricades and safety devices during any activities and comply with all Occupational Safety and Health Act (OSHA). 1.4.1.3. Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle passes from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement, etc. 1.4.2. CONTRACTOR REQUIREMENTS. 1.4.2.1. Management. The contractor shall provide a full time contract manager on site who shall be responsible for the performance of work. The names of this person and an alternate, who shall act of the contractor when the manager is absent, shall be designated in writing to the contracting officer prior to the contract start and updated as necessary. The contract manager or alternate shall have full authority to act on the behalf of the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available at all times to meet at Bolling AFB with government personnel (designated by the contracting officer) to discuss problem areas. The contract manager and alternate must be able to read, write, speak, and understand English. 1.4.2.2. Contractor Employees. The contractor agrees to utilize factory trained and certified installers. Personnel shall be responsible, experienced, and capable in performing the tasks on this contract. The contractor may be asked to remove persons assigned to this contract if such individual is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.4.2.2.1. The contractor shall not employ persons for work on this installation if such employee is identified to the contractor by the contracting officer as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 1.4.2.2.2. The management and control of contractor employees in the performance of this contract shall be the responsibility of the contractor; however, the contractor shall comply with the contract requirements and Bolling Air Force regulations concerning conduct of employees. 1.4.3. Contractor furnished items and services. Except for those items or services specifically stated as Government Furnished Property/Services, the contractor shall furnish everything required to perform this contract. 1.4.4. Federal Holidays. The following is a list of Federal Holidays observed by this installation: New Years Day, Martin Luther King Jr. Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Inauguration Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas 1.4.5. Hours of Operation. The contractor shall establish a work schedule, which requires work to be performed from 0700hrs to 1600hrs, Monday through Friday. 1.4.6. Clean Up. Daily site clean up shall be accomplished by the contractor. It shall be the responsibility of the contractor to dispose of waste materials from the work site, for example; rags, oil, metal scraps, and cuttings. The contractor shall not use any of the installation dumpsters for disposal. All materials removed shall be disposed of by the contractor at an off base site, meeting all local, County, State, and Federal regulations. 1.4.7. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. The contractor shall perform all services under this contract during a national emergency or crisis according to the Department of Defense Instruction (DODI) 3020.37. The contractor is expected to perform emergency or special event services as indicated in paragraphs aforementioned, unless otherwise directed by an authorized government representative. 1.4.8. Quality Assurance. According to the Inspection of Services clause, the government will evaluate the contractor's performance using periodic method of surveillance. 1.4.9. Warranties. The contractor warrants that work performed under this contract shall conform to the contract requirements and shall be free of any defects. The contractor shall remedy at the contractor's expense any defects noted by the Contracting Officer. The contractor shall provide a written warranty agreeing to repair or replace items that fail in workmanship under this contract. Materials provided by the contractor shall be manufacturer's standard warranty. Warranties offered under this contract shall be the standard warranties offered under commercial standards. The contractor shall provide a copy of the warranty upon request. 1.4.9.1 The contractor shall provide an extended warranty package for three years that will include but is not limited to the following: 1) Toll Free telephone support, 2) Online diagnostic and technical support, 3) Next day replacement parts, 4) Deployment of technician next day to site, and 5) Software Updates. 1.4.10. Government Remedies. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 2. SERVICE SUMMARY (SS) The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success Performance Objective: Install secure/non-secure Video Conferencing System Upgrade for Commander's Conference Room. SOW Paragraph1.1.1. Performance Threshold Complete new system upgrades with 100% system compatibility. Performance Objective: Performance Objective. SOW Paragraph 1.1.2. Performance Threshold: Complete new system upgrades with 100% system compatibility. 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.1. Government Furnished Services. The government will furnish utilities for the operation of this contract. These utilities include electricity, fire and police protection. Emergency medical care may be rendered also. 4. APPENDICES. 4.1 Appendix A - Existing Equipment. • 128 Inch glass display screen • 3 Epson Powerlite 8000i Multimedia projectors • AT841a Micro Omni directional Condenser Boundary Microphones • Crestron TPS-4500IMC Interface Module • Crestron CNXCOM-2 CNX RS Expansion Card • Crestron CNWM & CNWML Hand Held Wireless Mouse • Crestron Lutron Interface • Crestron CNRFGWA RF Gateway • 2 Crestron ISYS 12 Inch Tilt and Lectern Touch panels • Crestron CNMSX Integrated Control System • Crestron Volume/Tone Control Module • Crestron ST-COM Module • Crown COM-TECH Series Multi Channel Sound Amplifier • Extron Electronics (EE) Cross Point Matrix Switchers • Lectrosonics AM16/12 Automatic Matrix Mixer • "EE" RGB 130 134 160 164 XI Universial Interfaces • "EE" RGB 103 109 & 112 XI Dedicated Computer Video • JBL Control Contractor Ceiling Loud Speakers • KSI 8081-CSDHP 2x2 Ceiling mounted loud speakers • Lectrosonics PT3 Protocol translator • Lectrosonics RCW-VLS Wired Remote Level Attenuator • Panasonic AG 2570 VCR • Sony DVP-NS400D CD/DVD Player • Dell Optiplex Workstation loaded with Windows XP pro o Office 2003 o Office 2007 Appendix B - Important Numbers. 1. Security Forces (202) 767-5000 2. Fire Department (202) 767-5777 3. Ambulance (202) 767-5233 4. Hazmat Pharmacy (202) 767-8297 5. Emergency number (202) 433-3333 INSPECTION AND ACCEPTANCE TERMS: PERFORMANCE OF WORK SHALL START ON 26 SEP 08. Supplies/Materials shall be delivered to 20 MacDill Blvd, building P20, Suite 300, Bolling AFB, DC 20032. Services will be inspected by a Government Representative at the job site. The contracting officer shall follow FAR 52.212.4, Contract Terms and Conditions-Commercial Items for contractor's failure to perform satisfactory services or failure to correct non-conforming services. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and Addendum to FAR CLAUSE 52.212-1 applies to this acquisition are as follows: 52.252-1 http://farsite.hill.af.mil, 52.252-5: (b) DFARS (Chapter 2), and 252.225-7000. A site visit will be conducted on 17 September 2008 at 9:00 a.m. EST at the Wing Commander's Conference Room, building P20, Suite 300, Bolling AFB, DC 20032. (NOTE: IT WILL TAKE APPROXIMATELY 60 MINUTES TO OBTAIN A BASE PASS; THEREFORE, PLEASE PLAN TO ARRIVE NO LATER THE VISTOR CENTER AT 8:00 A.M.) ATTENDEES MUST HAVE CURRENT DRIVERS LICENSE, INSURANCE AND REGISTRATION TO ENTER BASE. Attendees must enter through the south gate at the visitor's center. All attendees will meet at the visitor's center by 8:00 a.m. EST and will caravan to the site visit destination thereafter. Each offeror may send up to two (2) representatives. Offerors planning to attend the site visit must provide the names of each representative to Jennifer Block by fax (202) 767-7896 or email jennifer.block@afncr.af.mil, no later than 16 September 2008, 12:00 p.m. EST. Offerors are not required, but strongly encouraged to attend the site visit. All quotes must be received by 4:00 p.m. EST on 22 September 2008 by mail to 11 CONS/LGCO, 20 MacDill Blvd., Ste. 400, Bolling AFB, DC 20032, by fax to (202) 767-7896 or via email to jennifer.block@afncr.af.mil. EVALUATION PROCEDURES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation and price is determined most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliance with the requirements as stated in this solicitation will be considered for award. If additional information is required to support price reasonableness, each offeror may be required to provide a hard copy of their price break-down. Non-conformance with this requirement may result in the offerors quote being determined unacceptable. FAR 52.212-3, "Offeror Representatives and Certifications-Commercial Items" applies to this acquisition and offeror(s) must include, a completed copy with its offer. FAR 52.212-3 can be obtained from http://farsite.hill.af.mil or from http://orca.bpn.gov if registered in ORCA (Online Representation and Certifications application). FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.204-9, 52.209-6, 52.214-31, 52.214-34, 52.214-35, 52.223-6, 52.225-13, 52.237-1, 52.237-2, 52.247-34, 52.252-2 http://farsite.hill.af.mil, 52.252-6:(b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, ALT A, 252.204-7006, 252.223-7006, 252.232-7010, 252.212-7001 (DEV): 252.232-7003 and 252.247-7023, ALT III, 52.243-7001, 252.246-7000, 5352.201-9101 (c): Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andres AFB, Camp Springs, MD 20762, phone #301-981-7342. FAR CLAUSE 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.223-5, 52.232-18, 52.232-33, 52.233-3, 52.233-4 and 52.222-42: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Video Teleconference Technician, Monetary Wage-Fringe Benefits: GS-4, $13.60. The incorporated Wage Determination 2005-2103, dated May 29, 2008, revision 6 is applicable. The web site is http://www.wdol.gov. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All proposals must be received by 4:00 P.M. Eastern Standard Time (EST) on 22 September 2008. Proposals can be mailed to the 11th Contracting Squadron/LGCO, 20 MacDill Blvd, Suite 400, Bolling AFB, DC 20032, faxed to (202) 767-7896 or e-mailed to jennifer.block@afncr.af.mil. An official authorized to bind your company shall sign and date the proposal. Questions concerning this solicitation should be addressed in writing to Jennifer A. Block, Contracting Specialist NLT 4:00 P.M. Eastern Standard Time (EST) on 19 September 2008. You can reach me at (202) 767-8101.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5152b930dc309304d810394a613bd43b&tab=core&_cview=1)
 
Place of Performance
Address: 20 MacDill Blvd, Suite 300, Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01668965-W 20080914/080912222314-5152b930dc309304d810394a613bd43b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.