SOLICITATION NOTICE
59 -- Multi-media Presentation System
- Notice Date
- 8/31/2009
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710
- ZIP Code
- 20415-7710
- Solicitation Number
- OPM-09RFQ-WMDC1002
- Archive Date
- 10/31/2009
- Point of Contact
- Jean C Speed, Phone: (303) 671-1021, Lawrence J. Boyer, Phone: 303-520-7770
- E-Mail Address
-
jean.speed@opm.gov, ljboyer@opm.gov
(jean.speed@opm.gov, ljboyer@opm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. Office of Personnel Management Western Management Development Center STATEMENT OF WORK Multi-media Presentation System Installation and Maintenance Note: This procurement is set-aside for competition among small business concerns only. The North American Industrial Code for this acquisition is 541990 with a size threshold of 100 or fewer employees for determining if a company is considered a small business for purposes of this acquisition. Background: The Western Management Development Center (WMDC) provides residential executive education for senior career officials of the Federal government. The WMDC’s programs use a wide variety of adult learning approaches that require a full complement of electronic audio-visual and network computer systems in the classrooms. Purpose: The purpose of this procurement is to replace the current multi-media system with an upgraded system to include installation with continuing maintenance support in the existing “Classroom B” located at the: Western Management Development Center 3151 South Vaughn Way, Suite 300 Aurora, CO 80014-3513 General Procurement: This is a firm, fixed price procurement. Please provide a technical proposal consistent with the criteria show below, three performance references, and cost quotes consisting of a breakdown of the cost of materials, labor/installation costs, and total costs. Technical ability to perform the installation will be evaluated based on: •Conformance to specifications •Past performance •Experience in installing multi-media presentation systems Prices will be evaluated based on total price proposed. The WMDC will not consider any offer and will not award a contract for proposals exceeding $100,000.00 in total project cost for installation and one year of maintenance. The offeror must be a licensed servicing dealer/system integrator with a technical staff working in the Denver metro area. The offeror must be registered in the Central Contractor Registration database. The WMDC will select a contractor whose offer provides the best value to the government, considering primarily technical factors and secondarily, price. The award may be made without discussion. Scope of Work/General Requirements: The classroom requiring the upgraded multi-media system uses a movable partition and can be divided into two smaller rooms. Independent visual display and audio playback capability is required for two areas when the room is divided and for the entire room as one system when the partition is opened. The classroom will be equipped with LCD projectors for graphic and video display. Four television LCD/flat screen monitors are also required to simultaneously display selected video and computer graphic images. The offeror will provide local power in the ceiling for the projectors. Ceiling mounted speakers and a cabinet or floor sub-woofer systems are required for audio amplification and sound re-enforcement. System hardware must be housed in an appropriate equipment enclosure that facilitates maintenance of individual components. A shelf space is required for permanently installed WMDC furnished tower computer, 19”monitor, keyboard and mouse. Support equipment provided by the offeror in the enclosure must include a DVD player, Blue Ray DVD player, four wireless lavalier microphones, two wireless hand-held microphones, audio mixing and amplification systems, and cable television demodulators. An easy to use wireless remote control system shall be included to control all signal inputs and outputs, lights, audio sources and output levels. Four wall-mounted interface panels are required for connecting auxiliary video, audio and laptop computers including data lines to existing government LAN room. Panels must be placed on the front wall and side wall of each projection area near the instructor podium. The WMDC must approve the location of equipment enclosures and interface panels prior to installation. Any additional equipment, cables, connectors, power strips, components, hardware, equipment enclosures and other parts necessary to install complete “turn key” systems shall be provided by the offeror. The Equipment Example list identifies the major equipment component examples for these systems. The offeror must propose a system using components listed in the example list or provide equivalent or better alternative components. The list may or may not contain all components meet the solicitation requirements. Minimum Requirements and Specifications the offeror must provide: •Line item pricing of all equipment •Identification and GSA schedule pricing where applicable •One year manufacturer’s parts warranty for the system and all of its components •One year labor warranty for the system and all of its components •On-site service within 24 business hours of reported critical failure with loaner equipment provided as necessary to support continuity of operation •Same business day telephone support for minor technical issues. •Detailed offering option for continuing maintenance contract in years two through four •Statement listing the number of persons and experience of the technical staff •References for at least three successful projects of similar size and scope completed with the last year •Details of manufacturers’ warranty provided for all system components •Complete wiring diagrams and labeling of all cables, connectors and panels •Representative drawings for all cabinetry to include elevation drawings showing equipment locations •Drawings of patch panels and interface panels •No exposed cabling, conduit or surface mount wire mold is allowable for routing of cables except where approved by the WMDC technical representative. •Easily accessed wall mounted interface panels with VGA, HDMI, composite video and audio connectors •Wiring harness must allow for removal of individual components without moving the cabinet •Wireless remote system must control project video inputs, audio inputs and levels. The control panel layout must be approved by the WMDC prior to installation •Three hours system operation training for WMDC staff members must be provided by offeror. •Any and all cables, additional components, connectors, adapters and any other equipment necessary to complete the turnkey installation. Equipment Example List: Projectors – 4000ANSI lumen LCD 1280X800 native resolution 2) Epson Powerlite Pro G5150L w/ V12H004S03 standard lens w/ mounts Video/TV monitors- 40” LCD HD 1080 P 4) Samsung LN-T4065F with mounts Wall Plate Interface- VGA w/audio, video w/ audio & HDMI 4) VGA/w audio, video / w audio, HDMI Switcher- 16X16 matrix, capable of distributing HDMI, Blu-Ray, VGA, SD video, mic and line audio. Must be capable of passing Blu-Ray signal at full resolution to multiple outputs. Minimum Equipment Requirement: CRESTRON SYSTEM SWITCHING/ WIRELESS CONTROL/ AUDIO AMPLIFICATION QTY DESCRIPTION 2) VuTec 110” electric screen with low voltage interface 1) 16X 16 switches configured with 4) HDMI cards 4) DVI/VGA cards 4) Composite video cards 2) AM/FM receiver card 4) Digital RX cards 4) Digital TX cards 2) Audio cage 2) Audio processor 2) Digital out card 2) Audio control module 2) Crestron Processor 2) Dual port Ethernet card 2) Crestron QM-AMP3X80MM audio amplifiers 2) Wall mount 802.11a/b/g wireless access point w/5-PoE switch 2) Three port expansion card 2) 8.4” WiFi touch panel system 2) Wall mount panels Audio Speakers 2) Tannoy ceiling mount sub-woofer 16) Tannoy ceiling mount 8” speakers 4) Shure ULX series microphones with 4 bodypack systems, Lavalier only Video Players 2) LG/Panasonic/or vendor specified DVD/VHS Player 2) Panasonic/Sony/or Pioneer vendor specified Blu-Ray DVD player Equipment Enclosures 2)Middle Atlantic or vendor specified adequate to house all components. Include adequate space for proper ventilation of system. Include exhaust fan. Include front Plexiglas door. On-Site Facility Tour (Optional – by appointment only) The facility may be inspected by interested parties by appointment only. Please contact Mr. Larry Boyer at (303) 520-7770 to set up an appointment. No additional questions will be entertained or answered during this site visit. Questions may be submitted in writing as outlined in the Proposal Submission Evaluation and Award section below. The deadline for submitting questions is 9/18/09. All questions and answers will be submitted as an amendment to this solicitation by 9/25/09. Required Proposal Submission Information. Provide a detailed description of the system you propose Provide a cost proposal separate from the technical proposal. Provide a complete list of the equipment to be installed. Provide at least three references to recent installations of similar size and scope of this solicitation. Provide a list of technical installation and maintenance staff. Include their experience and qualifications. Proposal Submission Evaluation and Award Proposals submitted under this Statement of Work will be evaluated and an offeror will be selected based on both technical evaluation and cost considerations. Please provide cost proposal information separately from the technical proposal. Cost evaluation will be performed independently of the technical evaluation. Please provide a technical proposal consistent with the criteria show below, three performance references, and cost quotes consisting of a breakdown of the cost of materials, labor/installation costs, and total costs. Technical proposals will be evaluated based on the following factors listed in descending order. 1.Technical merit of the proposal in conformance to specifications 2.Experience and past performance of offeror 3.Ability of vendor to provide professional and timely service. The WMDC will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. The award may be made without discussion. Inquiries concerning this Statement of Work are to be directed to Jean Speed, Jean.speed@opm.gov Technical questions must be submitted in writing by 9/18/09. All answers to inquiries requiring significant clarification will be posted as an amendment to this solicitation by 9/25/09. Proposals must be submitted electronically to jean.speed@opm.gov. Jean Speed Western Management Development Center 3151 South Vaughn Way, Suite 300 Aurora, CO 80014 Proposals must be received by 5:00 pm MDT on Friday, 10/16/09. The award will be made on or around 10/23/09. Successful offeror must complete the installation by 12/31/09..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-09RFQ-WMDC1002/listing.html)
- Place of Performance
- Address: Western Management Development Center, 3151 South Vaughn Way, Suite 300, Auroa, Colorado, 80014, United States
- Zip Code: 80014
- Zip Code: 80014
- Record
- SN01934524-W 20090902/090901002435-c2239984fb503895ced027bdfe965705 (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 |