Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

70 -- Corporate Collateral Facility Upgrade - FA8751-09-Q-0CCF Attachements

Notice Date
7/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-09-Q-0CCF
 
Archive Date
8/12/2009
 
Point of Contact
Robert Gigliotti, Phone: 315-330-2205
 
E-Mail Address
robert.gigliotti@rl.af.mil
(robert.gigliotti@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Auditorium Diagram 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. Quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-09-Q-0CCF is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090115. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 334310 and small business size standard 750 employees The contractor shall provide all material, equipment, and labor necessary to fulfill all requirements stated herein for the Corporate Collateral Facility Upgrade Project. GENERAL: 1. Contractor must be able to provide non-foreign national, cleared (facility clearance) personnel to work in a classified environment (per DD254) for installation. It is intended that this project be complete within 30 days after contract award. 2. Contractor shall provide documentation for all purchased and installed equipment. This documentation shall be placed in three ring binders and presented to the Government at the time of inspection and acceptance. 3. EQUIPMENT, including all necessary mounts/bracket, rack mounts, and related items, as well as peripheral devices such as line drivers, microphones, receivers, antennas, cables, processors, power supplies, cards, and ancillary devices, shall be provided by the contractor. 4. Equipment information including Serial Number, Model, and Nomenclature shall be provided by the contractor in a format specified by CCF Management before final acceptance. 5. Desktop and Laptop will be provided by the government as government furnished property, and are to be integrated into the overall system. CLIN 0001 Basic Core Requirements (System A): 1. Presentation - one main projector and screen with capability of utilizing a second projector and screen; inputs from two separate feeds (from desktop or laptop computer) and or DVD, and BlueRay devices with full sound from each device. 2. Microphones to be integrated as well as pointer devices for the presenter. 3. BlueRay & DVD availability for movie/demo capability (w/full surround sound capability) 4. Existing JBL speakers in ceiling (est. 10 ea) will be reused; four flush-wall mounted speakers will be replaced with in-wall mounted speakers 5. Handicap/Wheel chair accessible area will have two monitors on desk surface area or (1) ea wall mounted LCD Screen for visual aide. 6. Ceiling mounted projection systems (2 SONY projectors) will be re-used with existing screens however will be tied back into a central control area 7. Central Control System/Unit will be placed in comms closet integrating devices that include but are not limited to: projector, sound, (2) ea desktop computers, (1) laptop computer & BlueRay Player/DVD. (Note: All devices will be rack mounted or available to be stationary on set shelves in a fully contained rack in the communications closet). 8. Microphones for (1) location within the Auditorium Front area will be provided with (2) microphones (lapel) and two laser pointers. (Subject to EMSEC final device selection/approval). 9. All infrastructure wiring present will be removed and replaced. All receptacles will include: sound, Ethernet/coax/fiber for all device connections. All wiring shall be done in accordance with AF EMSEC control standards and subject to EMSEC acceptance prior to start, during and at completion of project. Final acceptance is subject to EMSEC and CCF Management. 10. All installation, design(s), and/or engineering (to include programming of devices) is required before acceptance of system. Checklist will be provided for full system verification purposes including operation review and system functioning (restart) purposes. Critical Items (11-13): 11. Redundancy - should a device fail that is critical to the system; either warranty to replace the device within 4 hours or spare device on hand through contract full duration period. 12. UPS - backup power supplies (UPS) to hold system during prolonged power outage 13. System must be self restoring - i.e. if a power outage or catastrophic event, system must be able to reset itself to pre-established operating conditions (with minimum or no staff involvement). CLIN 0002 White Noise Entrance Point System (System B): 1. Receiver with Antenna to be installed next to front desk area of Corporate Collateral Facility. This receiver will interface a media device that will support numerous media sources, which include but are not limited to: DVD, MP3, etc. 2. Media device will have a MINIMUM storage capacity of no less than 500MB. 3. Antenna shall be installed on interior of facility and is not to puncture outer walls or ceiling. Wiring for antenna shall be flush mount to the existing wall area and not placed inside wall cavity. 4. Speakers for System B will be separate from System A and shall be placed at each entrance door approximately two feet from interior door but no further than 10 feet from the door overhead. 5. All wiring for System B shall be inclusive to system B only. (i.e. will not touch System A or other systems in the CCF) CLIN 0003 Video Teleconference Suite (Optional) A. Video Teleconference System to work at the collateral SECRET level. This system may be procured based on acceptance of proposed solution. This system must include, at a minimum, the following: A.1. HD Camera (720p) (with Codec & Integration Package) A.2. Two (2) 42" Plasma or 30" LCD A.3. Bandwidth: Up to 2Mb IP: SIP & H.323, 512kbps ISDN, 512 kbps V.35 A.4. Soft Presenter, DVI (SXGA) In, DuoVideo/H.239 dual stream, Side by side, POP, Add, See & Share. A.5. Network: Ethernet, Wireless Ethernet, 4xBRI, 1xUSB 2 A.6. Expressway including H.460 18/19 A.7. Multipoint Control Units: 4 video, 3 audio, Up to 2.3M total Bandwidth, Transcoding & Ratematching H.264, AES Dual Stream (any site) A.8. H.264 A.9. Security Advanced Encryption Standard & Data Encryption Standard, H.235 authentication, 802.1x authentication, SIP authentication via NTLM, SIP authentication via Digest A.10. Stereo/CD Quality A.11. Two (2) Large XLR Microphones A.12. Audio Inputs: 1 x RCA Aux Line/Mic Level (or VCR Stereo L), 1 x RCA VCR Line Level (or VCR Stereo R) A.13. Video Inputs: HD Main Camera, 1 x S Video, 2 x Composite, 1 x DVI-I (SXGA), 1 x Ethernet-VNC (SXGA) A.14. Video Outputs: 1 x S Video, 2 x Composite, 1 x DVI-I (XGA) A.15. Integration Control A.16. IPv6 Compliant A.17. Codec & Integration B. ADDITIONAL INFORMATION B.1. System must be wall mounted in a cabinet or rack unit B.2. CSU/DSU must interface with high-speed data link B.3. Room size is approximately 10' W x 20' L C. Please note the above specifications contain in Section A of CLIN 0003 reference the January 2009 Tandberg 3000 MXP Profile. Although the January 2009 Tandberg 3000 MXP Profile is an acceptable system solution, any equivalent system that contains these minimum required components, specifications, and capabilities, can be quoted. ----- SITE VISIT. There will be a highly recommended site visit scheduled for 10:00 AM (ET) Monday, 20 July 2009 in Building 3, West Wing Suite E2, 525 Brooks Road, Rome, NY 13441. Parties interested in attending the site visit must contact Robert Gigliotti at (315) 330-2205 or at robert.gigliotti@rl.af.mil no later than 12 PM EST Friday, 17 July 2009 with the following information: 1) Name 2) Date & Place of Birth 3) Driver's License Number or Social Security Number. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The expected delivery and installation date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is Building 3, West Wing Suite E2, 525 Brooks Road, Rome, NY 13441. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00 PM (ET), Tuesday 28 July 2009. Submit to: AFRL/RIKO, Attn: Robert Gigliotti, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to robert.gigliotti@rl.af.mil. Offerors are encouraged to submit their quotes using the SF1449, Solicitation/Contract/Order for Commercial Items. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information to include recent (within the last 3 years) and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 (four) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following factors shall be used to evaluate offers: Price, Technical Capability of the solution offered to meet the Government requirement, and Past Performance. All evaluation factors other than price, when combined, are of equal importance to price. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2009) and ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6 Alt I, Notice of Total Small Business Aside Alternate I (Oct 1995) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989): The Occupaction Classification code applicable to this solicitation is Occupation Code: 13110 - Video Teleconference Technician. The Monetary Equivalent for Federal Hires is $13.18/hr with a Health & Welfare Benefit of $3.35/hr. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009), applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.227-7015, Technical Data--Commercial Items (NOV 1995) 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003, Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Alt III, Transportation of Supplies by Sea (Alternate III) (MAY 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) The following additional FAR, DFARS, AFFARS, and AFMCFARS provisions and clauses also apply: 52.217-5, Evaluation of Options (Jul 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.232-18, Availability of Funds (Apr 1984) 252.211-7003, Item Identification and Valuation (AUG 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 5352.223-9001, Health and Safety on Government Installation (JUN 1997) 5352.242-9000, Contractor Access to Air Force Installations, as Amended (ACCESS TO ROME RESEARCH SITE) (JAN 2008) 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-09-Q-0CCF/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN01873044-W 20090715/090713235131-91e1fb46e59ee6c375f2ab9dd679a770 (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.