SOLICITATION NOTICE
58 -- Audio/Video System Installation Bldg 225
- Notice Date
- 6/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Fort Leavenworth DOC (W91AF4), 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF410R0037
- Response Due
- 7/30/2010
- Archive Date
- 9/28/2010
- Point of Contact
- william webb, 913 684 1623
- E-Mail Address
-
Fort Leavenworth DOC (W91AF4)
(william.king.webb@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested for the required items and no written solicitation will be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 13 April 2010. This is a Total Small Business set-aside under NAICS 238210 with a size standard of $14,000,000. Ft. Leavenworth KS requires the following items: CLIN 0001: Install Audio/Visual (AV) system. Information Only 0001AA: Provide and perform audio/visual equipment installation. Quantity: 1 Price: 0001AB: Contractor Manpower Reporting Quantity: 1 Price: Audio-Visual / Information Technology System with VTC For Truesdale Conference Rooms Statement of Work 24-June-2010 DESCRIPTION: Product/Services 1.1.SYSTEM DESCRIPTION These specifications describe the scope of work for the audio-video systems to be furnished and installed in the two conference rooms on each of the 2nd and 3rd floors of Building 225 (Truesdale Bldg) in Ft. Leavenworth, KS. These specifications apply to all four conference rooms. This project entails providing and installing Audio-Video cabling and equipment for four (4) newly renovated conference rooms. Each conference room will be a standalone VTC (Video Teleconference Center). There are two conference rooms with dual plasma displays and two conference rooms with single plasma displays. Voice and Data (Cat6) cabling is being provided on a separate contract. The Contractor shall furnish all equipment, material, cable, tools, and supplies required to effect the complete installation of these systems and provide a fully functional system. All equipment, except portable equipment such as microphones, cables, etc., shall be held firmly in place. Fastenings and supports shall be adequate to support their loads with a safety factor of at least three. All switches, controls, connectors, outlets, etc., shall be clearly, logically, and permanently marked during installation utilizing industry standard for labeling (TIA/EIA 606. All cabling tie downs will utilize Velcro type fasteners, no plastic cable ties will be allowed. AUDIO VISUAL SYSTEMS PART 1 GENERAL 1.2.REFERENCES. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 70(2007; AMD 1 2008) National Electrical Code - 2008 Edition UNDERWRITERS LABORATORIES (UL) INSTITUTE OF ELECTRICAL AND ELECTRONICS ENGINEERS (IEEE) IEEE C62.41.1(2002) IEEE Guide on the Surges Environment in Low-Voltage (1000Volts and Less) AC Power Circuits IEEE C62.41.2(2002) IEEE Recommended Practice on Characterization of Surges in Low-Voltage (1000Volts and Less) AC Power Circuits AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) ANSI/TIA-568-C.0Generic Telecommunications Cabling for Customer Premises published 2009 ANSI/TIA-568-C.1Commercial Building Telecommunications Cabling Standard, published 2009 ANSI/TIA-568-C.2Balanced Twisted-Pair Telecommunication Cabling and Components Standard, published 2009 ANSI/TIA-568-C.3Optical Fiber Cabling Components Standard, published 2008, errata issued in October, 2008 DTIA-569-BCommercial Building Standard for Telecommunications Pathways and Spaces ANSI/TIA/EIA-606-AAdministration Standard for Telecommunications Infrastructure of Commercial Buildings (labeling) J-STD-607-ACommercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications 1.3.SUBMITTALS Government approval is required for submittals. SUBMITTAL PROCEDURES: SD-01 Shop Drawings -As-Built drawings, drawings to indicate all cabling and equipment interconnections -Audio Visual System equipment item specification sheet (data sheet) -Shop drawings of all furnished equipment or assemblies shall be provided for review and approval prior to their installation. -Submit for approval shop drawings showing rack and equipment labeling. -Submit a complete Bill of Materials (BOM). -Operation and Maintenance data sheets -The Contractor shall record all wire numbers, connection numbers, and any changes to the systems accurately mapping the system installation. -Contractor to provide complete system check-out and records of all testing. -Contractor shall provide all manufacturers warranties to the government for materials provided. SD-02 User Training -Provide 4 training sessions for users after construction. Time and Date will be coordinated and will include up to 6 customer personnel. -Training will last at least 2 hours or as needed. 1.4.MATERIALS AND WORKMANSHIP All workmanship shall be by experienced installation technicians. The selected offeror shall provide samples to the COR, regarding selection choices for all new equipment such as cabinet or desktop outlet devices. Include this communication as part of the submittals. The Contractor shall maintain at the job site a complete set of manufacturer's original operation, instruction, installation, and service manuals for each equipment item for reference. All equipment, technical panels, wire, conduits, junction boxes, jacks, etc., shall be mounted so as to fit as inconspicuously as possible into the decor of the space. The Contractor shall take such precautions as are necessary to guard against electromagnetic and electrostatic hum, to supply adequate ventilation, and to install the equipment so as to provide maximum safety to the operator. 1.5.ORDINANCE AND CODES The Contractor shall comply with all applicable national and local codes, ordinances, and obtain all required permits.. PART 2 PRODUCTS 2.1GENERAL Unless otherwise designated, the Contractor shall provide all of one type of equipment from one manufacturer across the four conference rooms.. 2.2MANUFACTURERS AND MODELS Manufacturers and models mentioned below are to set a minimum quality standard and level of performance. Offerors shall meet or exceed the specifications of the below equipment. 2.3BUILDING 225, Conference Rooms, total of four. 2.450 PLASMA DISPLAYS Provide and install 50 inch plasma displays as shown in the drawings. Each 50 inch plasma display shall have the following minimum specifications: Resolution 1080P or Higher Aspect Ratio16:9 Brightness1200 cd/m2 Contrast ratio (Bright room)30,000:1 (400:1) Dynamic Contrast1,000,000:1 Integrated cableNTSC/ATSC tuner On-board inputsAnalog VGA, 2 HDMI, RGB component, Composite Video, Bi-directional RS-232 Serial Control Audio Output16watts total (8 watts per channel) Serial Control Energy Star CompliantBi-directional RS-232 The contractor must provide a product meets or exceeds the above specifications. Contractor shall provide two displays for each larger conference room and 1 each for each small conference room. There is a total of 6 plasma displays required. 2.550 PLASMA SIDE MOUNTED SPEAKERS Provide Manufacturers recommended side mounted speakers. Requires two speakers one specifically for the left and one for the right side of the display. These speakers are specifically design for the plasma display. Speaker Type Left / right channel speakers Enclosure ColorBlack System parts2 speakers (one left, one right) Speaker typePassive Connection Sprint clip or RCA type connector (Dual speakers), the contractor must provide the speakers that match and are designed to be mounted to the side of the plasma displays supplied. 2.6DISPLAY MOUNTS Provide and install a plasma display mount designed to support the above plasma displays and side mounted speakers with the following minimum specifications: Tilt12 Degrees Max Lateral Shift17.5in Height Adjustment+/- 0.5in Stud mounting 16in, 20in, 24in Dimensions (H x W x D)16.5in x 34.44in x 1.99in Weight capacity200 lbs ColorBlack Lockablepadlock The contractor must provide a product that meets or exceeds specifications. 2.7EQUIPMENT CABINET Provide and install a steel 19 inch mounting width and 48in high equipment cabinet to mount all rack mounts equipment for each conference room. Total of four required. Cabinets shall have a lockable front smoke Plexiglas front door and vented rear door. The cabinet top shall be made like a table top with Formica or equivalent surface. Sufficient rack space shall be provided to have a spare capacity of at least 40% of occupied rack spaces in the contractor's design solution. Minimum number of rack space units shall be 24RU. Each cabinet shall be equipped with an equipment shelf for locked storage of miscellaneous AV support items. Provide adequate passive and/or active cooling to maintain an in-cabinet air temperature not to exceed 90 degrees Fahrenheit. Active cooling systems shall engage at cabinet air temperatures of 85 degrees Fahrenheit. Provide 120VAC power distribution for all equipment to be mounted. The power distribution system shall have 40% spare outlet capacity for future expansion. 2.8TABLE TOP MOUNTED RECESSED INTERCONNECT WITH LIFT UP LID Provide and install a table top work surface recessed portal, for Voice/Data/Audio Video interconnect. The unit shall be recessed into the table and provide a smooth surface when in the down position. The work surface outlet shall provide the following connectivity: "HD-15 VGA Input for a Laptop with 3.5mm audio jack "1 - XLR Microphone Jack "1 Voice telephone jack "2 Data jacks (NIPRNet) Informational purposes only: The design drawings are based on a Wiremold deQuorum KC10RT8 with (Flush cover). The design drawings are based on the contractor using Extron Mini AAP for voice/data/audio video connectivity within the work surface outlet. See drawings for details. The contractor shall provide a product that meets or exceeds specifications 2.9Composite to VGA Scaler Provide and install a Composite Video to VGA Scaler mounted in the equipment cabinet. This unit will provide conversion of the AMINO device output to a VGA signal to connect with the VGA + Audio switcher. The Scaler shall provide the following features: "1 S-video Input (1- 4pin mini DIN female connector) "1 Composite video Input (1 BNC female) "1 Scaled RGBHV, RGBS Output (1 female 15 pin HD) "Auto-Selection of inputs based on presence of video sync "Switches balanced and unbalanced stereo audio Informational Purposes only: The design drawings are based on a Extron, model type: IN1502 Two input video scaler, the contractor shall provide a product that meets or exceeds specifications. 2.10RGBHV + STEREO 8 X 4 Switcher Provide and install a RGBHV + STEREO 8 X 4 Switcher mounted in the equipment cabinet. The unit will provide switching for all VGA + Audio inputs to the Plasma displays. The switcher shall provide the following features: "8 RGBHV Inputs (female 15 pin HD) "4 RGBHV Outputs (female 15 pin HD) "Phoenix type screw terminals for audio input and output "Compatible with VGA-QXGA resolutions "Front panel controls "Rack-mountable 1 RU size Informational purposes only: The design drawings are based on an AutoPatch VGA + Audio (PRECIS LT) 8 X 4 switcher model type: AVS-PL-0804-844 (8x4), the contractor shall provide a product that meets or exceeds specifications. 2.11VIDEO CONFERENCING END-POINT Provide and install a Video Conferencing End-Point that meets the following design specifications: "RS-232 Serial Control "Composite and RGB Video Outputs "Composite and RGB Video Inputs "Microphone and Line Level Audio inputs "Ceiling mounted microphone system "H.323 and H.320 compliance "Rack mountable in a 19 inch equipment rack Informational purposes only: The design drawings are based on a Tandberg, model number: 3000MXP, 1 each per conference room, the contractor shall provide a product that meets or exceeds specifications. 2.12DESKTOP MICROPHONE FOR VTC SYSTEM Provide and install desktop microphones that meet the following specifications: "Programmable membrane switch "Rugged sound inlet basket "Rubber damping plate on base "Mounting slots for mounting the microphone to table tops, lecterns, etc. "Gold-plated XLR connector "Integrated electronics "An internal DIP switch bank provides the following features: oon/off (factory preset) opush-to-talk button (PTT) ocough button (PTM) opermanently switched on (ON) "Programmable frequency response curve changeable via a second DIP switch bank: olow cut olow and high boost (factory preset) olow boost or linear "Optimized for speech at relatively short distances Informational purposes only: The design drawings are based on a Sennheiser, Model number: E912S The contractor shall provide 2 each in large conference rooms and 1 each in small conference rooms, the contractor shall provide a product that meets or exceeds specifications. 2.13SPEAKERPHONE FOR CONFERENCE ROOMS Provide and install desktop speakerphone devices for each conference room that meets the following specifications: "Full Duplex "3 Cardiod microphones "10ft Microphone Pickup range "Intelligent microphone mixing "Dynamic Noise Reduction "Volume (adjustable up to 94 dBA @ 0.5m) "User selectable ring tones "12-key telephone keypad "Mute, Volume up/down keys "Mute, Conference keys "Graphical Backlit LCD "Configurable conference Speed Dial Key "3 soft-keys, Context sensitive "Multi-lingual User Interface "CallerID function "25 Entry Phone Book "RCA Auxiliary Audio Jack Informational purposes only: The design drawings are based on a Polycom Sound Station 2, Model number: 2200-16000-001, the contractor must provide a product that meets or exceeds specifications. 2.14WORKSTATION OUTLETS Provide and install work station outlets as shown on drawings. The faceplates and voice/data/audio-video inserts shall be uniform throughout. The connectivity shown on drawings is for type needed. Note: Voice and Data cabling will be installed by separate contract. In the desk top boxes the contractor shall re-terminate the voice/data cabling to suitable jacks that install properly in the table top box. PART 3 EXECUTIONS 3.1GENERAL Install all system components in accordance with the manufacturer's instructions and as specified herein and shown on drawings. 3.2PREPARATIONS Inspect areas where system equipment will be installed. Notify the Contracting Officer and COR of conditions that would adversely affect the installation and/or operation of the system. Do not proceed with installation until unsatisfactory conditions are corrected. 3.3INSTALLATION All microphone and line level audio circuits are to be two-wire circuits, with a separate grounding shield conductor, unless noted otherwise. All soldered connections at connectors shall use heat shrink tubing to protect from shorting. All coaxial cable connections shall be made with crimp-on connectors. Twists on connectors are not acceptable. Identify all wire and cable clearly with permanent labels wrapped about the full circumference within 1-inch of each connection. Indicate the number designated on the associated field or shop drawing or run sheet as applicable. Assign wire or cable designations consistently throughout a given system. Patch cords and jumpers shall be labeled at both ends to enable easy identification. Use Velcro type cable straps to bundle cables and provide as much separation as reasonable. Plastic cable ties shall not be used on this project. 3.4GROUNDING Follow all applicable codes and industry standard ground schemes. 3.5CIRCUIT ROUTING All circuits shall be separated according to function; e.g. microphone circuits shall be separated from line-level circuits which both are separated from loudspeaker circuits. All circuits including RF circuits shall be separated from 120VAC lines. Where circuits are installed in conduit or other raceway, separated conduits are required for the various circuit functions. Where circuits are exposed in the equipment racks or large junction boxes, the circuits shall be bundled according to function. Plastic cable ties shall not be used on 3.6WIRE SPLICING Low voltage cabling shall not be spliced except as shown on approved shop drawings. All solder connections shall be made with soldering iron and rosin core solder. The Contractor shall check all solder connections for cold solder joints. All wire soldered to connectors shall use heat shrink tubing of appropriate size to protect from shorting. All audio circuits terminating to screw-type connectors shall be installed with solder on lugs of the proper size for wire and screw connection. 3.7LABELING AND PLACARDS All labeling of equipment shall be engraved plastic laminate plates or metal-photo plates. Electronic P-Touch labeling is acceptable. All labeling of wiring within equipment racks, consoles, or other areas obscured from direct view shall be of adhesive backed strips comprised of numbers and letters as required. Wire markers shall be near both ends of wire termination. All equipment in equipment racks shall be labeled front and rear for ease of identification. Install permanent labeling on the front of each equipment rack identifying the rack. Within each rack and at other remote locations label all AC power receptacles reflecting the appropriate circuit breaker and panel location. Ensure that the circuit breakers are labeled within the panel. 3.8PAINTING Furnish all equipment with factory finish where possible, color as selected by the COR. The Contractor shall retain responsibility for notifying the Government regarding color schemes of relevant system equipment prior to ordering equipment from each manufacturer. 3.9CONTRACTOR'S PRELIMINARY TESTING AND ADJUSTMENT At the completion of the installation, the Contractor shall perform the following tests on the system to insure proper installation. The audio systems shall be fully operational with all equipment on site, installed, tested, and fully operational. The Contractor shall record the results of all tests. Preliminary tests shall include the following: "Functional tests of all equipment. The functional tests shall include operational tests of all program source equipment (record and playback), system inputs and outputs, control programming, IRC interface operation, operational controls, AC power sequencing, and all system electronics. Functional tests include examination for hum, buzz, hiss, oscillation or any other unwanted signals through the system. Functionally test the VTC systems using government personnel to ensure proper operation. "Verify that all microphone connectors, extension cables, and microphones are wired properly and in phase. "Check for hum, noise, and RF interference on each signal line. "Ensure that all portable (not installed) equipment is on the jobsite and fully operational. This would include items such as test equipment, headphones, adapters, and other loose equipment. Remove all devices from shipping or packaging containers, ready them for use, and place in the respective audio equipment cabinet. "Any defect or malfunctions found shall be repaired or replaced. This information shall be included with the system record drawings as discussed later in the specifications. 3.10COMMISSIONING After completion of the systems installation and after the Contractor's tests and adjustments are completed, the Contractor shall perform the system final adjustments, programming, equalization, display calibration, system timing, and commissioning. 3.11OPERATING INSTRUCTIONS & NOTEBOOK Prior to final acceptance of the project and prior to instructing the Government in proper operation of the system, the Contractor shall provide a minimum of one hard copy and one electronic copy (on DVD or CD) as needed of the items listed below. "All shop drawings. "Original copies of manufacturer's sales sheets on ALL supplied equipment. "Original copies of manufacturer are engineering data sheets on ALL supplied equipment. "Original copies of ALL literature supplied with each item of equipment, including operating instructions and maintenance manuals; and "All additional as installed drawings of the system including wire numbers. Each copy shall be: "Assembled into a pair of three-ring binder notebooks with suitable capacity to contain all sheets. One binder shall be for literature, the other for copies of the record drawings (see paragraph D). "Clearly labeled to reflect the contents (i.e., Literature and Drawings). Each binder shall: "Have clear plastic overlays on the front and spine for insertion of the description of the binder contents. Each binder shall also contain pockets on the inside flaps to accept oddly shaped materials. "Include a Table of Contents listing Operating Instructions, Equipment List, microphones and Accessories, Program Source Equipment, Processors, Switchers, Cameras, Displays, Miscellaneous, and any other appropriate general equipment, systems, and/or room groups. "The Equipment List section shall include a complete list of all equipment furnished for the project. Index tabs shall identify the sections. Sections shall be grouped to avoid being excessively large (i.e., no more than approximately 3/16 inch thick = 30 pages). "One empty plastic pouch, suitable for insertion into the three-ring binder, shall be provided in each Drawings binder for each system contract drawing (verify the number required). Approximately inch should be allowed within the binder for the contract drawings. "All additional drawings furnished by the Contractor shall be neatly folded with the drawing title facing outward, and inserted into additional pouches. "One empty plastic pouch, suitable for insertion into the three-ring binder shall be provided in each Drawings binder to hold the media containing the operating software, and specific files containing the settings of the any equipment requiring programming or computer adjustable settings. The Contractor shall prepare simplified Operating Instructions into the Literature binder and record-condition drawings into the empty pouches of the Drawings binder. 3.12OPERATIONAL ASSISTANCE The Contractor shall provide on-site operational assistance at one event as directed by the Government. 3.13WARRANTY The Contractor shall warrant all work executed under this contract, both as to material and workmanship, for a period of twelve months after the date of final acceptance. The contractor shall identify all warranties in excess of one (1) year and pass on to the Government.. The warranty services are limited to normal business hours, unless additional agreements are made between the Government and the Contractor. Any defective equipment found shall be replaced or repaired under the terms of the system warranty. Section F. Deliverables: 52.247-34 F.O.B. Destination NOV 1991, Fort Leavenworth KS, 66027. Delivery of required items shall be 30 days from notice to proceed for Clin 001 and associated subclins. The Contractor shall schedule his/her working hours to coincide with the working hours of the military reservation, 7:30am to 4:00pm, a normal 5-day, 40 hour week, Monday through Friday, except legal holidays which include January 1st, 3rd Monday of January, 3rd Monday of February, Last Monday of May, July 4th, 1st Monday of September, 2nd Monday of October, November 11th, 4th Thursday of November, and December 25th. The Contractor shall work on days and hours stated except as approved, in writing, by the Contracting Officer. Section I. Clauses: The following FAR and DFAR Clauses are incorporated by reference: 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006, 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009, 52.227-14 Rights in Data--General DEC 2007, 52.232-16 Progress Payments JUL 2009, 52.237-1 Site Visit APR 1984, 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984, 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007, 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008, 252.232-7010 Levies on Contract Payments DEC 2006, 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008, 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http//:farsite.hill.af.mil (End of clause) 7. The following FAR and DFAR clauses incorporated in full text: CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _XX__ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). _XX__ (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). _XX__ (19) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _XX__ (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). _XX__ (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _XX__ (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _XX__ (24) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).. _XX__ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) _XX__ (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _XX__ (37) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _XX__ (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX___ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _XX___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (a)The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (1) _XX__252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (19) _XX___ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (23)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (iv) _XX___ Alternate III (MAY 2002) of 252.247-7023. (End of clause) Section K- Representations, Certifications and Other Statements of Offerors: 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) Offerors shall include a completed copy of the provision 52.212-3 with their offer. Section L - Instructions, Conditions and Notices to Offerors SITE VISIT An organized site visit has been scheduled for 6 July 2010, 10:00 A.M. (c) Participants will meet at-- MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH 535 Kearney Avenue, RM Blockberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.233-2 Service of Protest 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http//:farsite.hill.af.mil (End of provision Submit all questions via e-mail to william.king.webb@us.army.mil by 28 June 2010. L-I PROPOSAL PREPARATION INSTRUCTIONS 52.216-1 -- Type of Contract. As prescribed in 16.105, complete and insert the following provision: Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) A. Proposal Submittal and Inquiries. 1. Proposals shall be submitted prior to the closing date and time identified on the combined synopsis/solicitation, to the following address: If using a commercial delivery service such as FedEx or UPS paper copies of the proposal shall be delivered to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH ATTN: Bill Webb 535 Kearney Avenue, RM Blockberger Terrace, Building 338 FORT LEAVENWORTH, KS 66027-1417 If using the USPS paper copies of the proposal shall be mailed to the following address: MISSION AND INSTALLATION CONTRACTING COMMAND DOC FORT LEAVENWORTH ATTN: Bill Webb 600 THOMAS AVENUE, RM 202 FORT LEAVENWORTH, KS 66027-1417 2. Technical Questions - shall be sent in writing to Mission and Installation Contracting Command Directorate of Contracting Fort Leavenworth, ATTN: Bill Webb, 600 Thomas Ave, Ft. Leavenworth, KS 66027 or email to william.king.webb@us.army.mil. All questions must be submitted no later than 16 July, 2010 12:00 p.m. CDT. Telephonic inquiries will not be accepted. B. General Instructions 1. The selection of a source for award purposes will be conducted utilizing source selection procedures as delineated in FAR Part 13.106-2. Offers will be evaluated using the criteria under Section M, Factors to be Evaluated. Noncompliance with the RFP requirements will raise serious questions regarding an offerors technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. 2. The Offer. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFP, concurrence with the Statement of Objectives, and the proposed contract type. 3. It is the Governments intention to award without discussions. Offerors are encouraged to present their best capability proposal and prices in their initial proposal submission. 4. These instructions prescribe the format for the proposal and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. 5. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the offeror requests otherwise, the Government will destroy extra copies of such unsuccessful proposals. 6. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 7. All referenced documents for this solicitation are available on the Federal Business Opportunities (FedBizOpps) web site at http://www.fedbizopps.gov. Potential offerors are encouraged to subscribe for real-time e-mail notifications when information has been posted to the website for this solicitation. 8. Debriefings. The KO will notify unsuccessful offerors of the source selection decision in accordance with FAR 13.106-3. Upon such notification, unsuccessful offerors may request and receive a debriefing. Offerors desiring debriefing must make their request in accordance with the requirements of FAR 15.506. C. Proposal Preparation Instructions 1. Offerers proposal shall consist of two (2) separate volumes: Volume 1 Contract documents and price; Volume 2- Factor 1 Technical Approach: Statement of Work and Proposed Material Identification. Factor 2 Management and Staffing. Factor 3 Contract Duration and Summary Schedule. Factor 4 Past Performance. 2. Proposal Format a. Offerors shall submit the number of copies listed in paragraph (c) below of their proposal. b. Exceptions. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. If the offeror finds it necessary to take exception to any of the requirements specified in this solicitation, clearly indicate in the applicable Volume each such exception with a complete explanation of why the exception was taken, what benefit accrues to the Government (if any), and its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. This information shall be provided in the format below. Solicitation Exceptions Solicitation DocumentPage/ ParagraphRequirement/ PortionRationale & Impact Section B, PWS/SOO/ SOW, Section L&M, etc. Applicable Page and Paragraph Numbers Identify the requirement or portion to which exception is taken Describe The rationale and impact of the exception c. The proposals shall be organized into two (2) volumes. Proposals are to be neatly bound, binders are not necessary. (If submitting a binder, spine inserts are unnecessary.) A cover sheet should be bound in each book, clearly marked as to volume number, title, copy number, solicitation identification, and the offeror's name, point of contact and email address. All text shall be single spaced and printed black on white paper (Black and white requirement does not apply to graphics, photos, etc., Company stationary and logos are acceptable). Printing shall be easily readable (12-pitch type or 10 point proportional spacing.) Cross-references should be utilized to preclude unnecessary duplication of data between sections. In addition to submitting hard copies of the proposals, a digital copy with both Volume I and Volume II shall be provided on CD-ROM disk in Microsoft Word, PowerPoint and/or Excel or PDF. File names to be Company Name Initial for the first submission. File name of later submissions (if necessary), shall be Company Name Revision X with X indicating the number of the revision. VOLUMETITLENO. OF COPIESPAGE LIMITS IContract and Price1 OriginalN/A IITechnical Approach 1 Original and 2 copiesN/A IIProposed materialSee AboveN/A IIContract ScheduleSee AboveN/A IIPast PerformanceSee AboveN/A d. Indexing. Each volume shall contain a more detailed table of contents to delineate the subparagraphs within that volume. Tab indexing shall be used to identify sections. e. Glossary of Abbreviations and Acronyms. Each volume shall contain a glossary of all abbreviations and acronyms used, with an explanation for each. 3. Proposal Content a. Volume I Price/Contract Documents. Failure to follow the below Contract Proposal preparation instructions may cause your proposal to be deemed unacceptable by the Government. The Contract Volume shall be organized as follows and contain the identified information. (1) TAB A, Exceptions/Assumptions (if required) - Identification and explanation of any exceptions or deviations. Additionally, any assumptions used in the proposal preparation must be identified. (2) The contractor shall acknowledge any amendments to the RFP in accordance with the instructions and Section L, FAR 52.212-1, Instruction to OfferorsCompetitive Acquisition. The offeror shall provide the name, title, email address and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. (3) TAB B, Price - Section B shall be submitted fully completed and error free. It shall contain the offerors prices for the established Contract Line Items (CLINS). The offeror shall provide the estimated cost (if any) incurred to comply with the Department of the Armys Contractor Manpower Reporting (CMR) requirement. (4) TAB C, Section K (Representation, Certifications, and Other Statements of Offerors) The offeror shall ensure that Section K is submitted thoroughly completed with all blocks in each certification/representation completed truthfully and completely. b. Volume II Tab A - Technical Capability (1) The Statement of Work Volume shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Legibility, clarity and coherence are very important. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Statements that the offeror understands, can, or will comply with the SOO (including referenced publications, technical data, etc.); statements paraphrasing the SOO or parts thereof (including applicable publications, technical data, etc.); and phrases such as standard procedures will be employed or well known techniques will be used, etc., will be considered unacceptable. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. (2) The Technical Capability Volume shall, at a minimum, be prepared in a form consistent with the Statement of Objectives (SOO) and the evaluation criteria for award set forth in Section M of this solicitation. The section shall be prepared in an orderly format and in sufficient detail to enable the Government to make a thorough evaluation of the contractors technical competence and ability to comply with the contract task requirements specified in the SOO. The offeror shall address as specifically as possible the actual methodology you would use for accomplishing the SOW tasks. The Technical Capability volume shall be organized according to the following general outline: "Table of Contents "Exceptions/Assumptions (Identification and explanation of any exceptions or deviations. Additionally, identify any assumptions used in preparing the proposal "Factor One Technical Approach "Subfactor A Performance Work Statement "Subfactor B Proposed Material "Factor Two Management and Staffing "Factor Three Schedule Factor One Technical Approach The Proposal shall provide a Statement of Work that shall demonstrate the Offerors overall understanding of the scope of the services required. The proposal shall contain a detailed narrative fully explaining how the Offeror intends to accomplish the tasks and deliver the required deliverables with minimum risk to the Government in terms of quality and time. This narrative should focus on how the work will be done and not on what is to be done. Proposed Material Identification The government will evaluate and consider materials and equipment proposed by brand name and model number as quality standard. Factor Two Management and Staffing (1). The proposal shall include certifications and experiences of personnel installing the equipment. This project requires an on-site manager Factor Three Contract Duration and Summary Schedule 1.(1). Submit a summary level schedule. This summary schedule will, after contract award, be replaced with a project schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones will be achieved. Schedules shall be graphically represented. 2.The government will evaluate the summary schedule for logic, reasonableness and how it facilitates meeting the proposed contract duration. The proposed contract duration at a minimum shall meet delivery requirements of the solicitation to be rated Acceptable. c. Volume II Tab B Factor 4 Past Performance. Past Performance information described herein is required on the offeror performance. (1) The offeror shall include documentation regarding their relevant past performance as it directly relates to the work being procured under this solicitation. The offeror SHALL NOT go back any farther than 36 months for the submitted data. The past performance data shall document a successful history of past contract performance. To illustrate the offerors past performance, the following documentation shall be submitted: (i) The offeror shall provide documentation outlining the offerors past performance with contracts, as a prime or major subcontractor, which is the same or similar in nature, size, and complexity to the services being procured under this Solicitation. The submittal shall include rationale on how it was determined that the work performed previously was the same or similar in nature, size, and complexity to the work specified by this solicitation. Non-Government contracts may be used if Government contracts are not available. The documentation shall be submitted in the following format: (2) The burden of providing thorough, complete, and current past performance information as requested in this paragraph remains with the offerors. Proposals that do not contain the information requested by this paragraph risk rejection or a less than acceptable performance rating by the Government. In the case of an offeror without any relevant past performance history, past performance will be evaluated as neutral. (3) The overall past performance evaluation is a subjective decision based on the whole of all data received. Offerors with no past performance may provide the equivalent information on company officials and/or personnel proposed for this action. Section M- Evaluation Factors for Award 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Basis for Contract Award a. This is a best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) 13.106, Source Selection, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). The Government will select the best overall offer, based upon an integrated assessment of evaluation factors listed below. Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose proposal conforms to the solicitations requirements (to include all stated terms, conditions, representations, certifications, and all other information required by Section L of this solicitation) and is judged by an overall assessment of the evaluation factors to represent the most advantageous to the Government. As part of making the assessment, a best value analysis will be performed determining whether or not exceeding the minimum requirements at an associated price provides the best value to the Government. b. As a basis for award, trade-offs between price and non-price factors are permitted. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the proposals evaluated in the non- price factors. The greater the equality of proposals within the non- price factors, the more important price becomes in selecting the best value to the Government. Unrealistically proposed prices may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or the offeror has made an unreasonable/unrealistic proposal. c. Award for All of the Work. The Government intends to award one contract as a result of this solicitation. Offers received for less than the stated number of items listed in the Bid Schedule will be considered ineligible for award. As set forth in FAR 52.212-2 the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a), Clarifications and award without discussions). Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 2. Evaluation Criteria a. The proposals will be evaluated in accordance with the following factors: Factor 1: Technical Approach Factor 2: Management and Staffing Factor 3: Contract Duration and Scheduling Factor 4: Past Performance Factor 5: Price b. Relative Importance of Factors. The relative importance of each factor is as follows: Factor 1 is more important than Factor 2, Factor 2 is more important than Factor 3. Factor 4 is equal to Factors 1 2 and 3. In accordance with FAR 15.304(e), all evaluation factors other than Cost/Price, when combined, are approximately equal to cost or price. c. FACTOR 1 - Technical Approach- The Offeror shall demonstrate understanding of the requirements of the Statement of Objectives and produce a Statement of Work that will meet those objectives. The proposal will be evaluated based on the proposed approach to perform the work. Sub-Factor A. Statement of Work. Sub-Factor B. Proposed Material Identification The government will evaluate and consider materials and equipment proposed by brand name and model number as quality standard. The proposer shall include in the proposal material identification for major materials in each of the areas shown below. Sub-Factor C. 1Audio and Video distribution system 2.Video equipment 3.Audio equipment 4.Control Equipment 5.Plasma Displays 6.Plasma Speakers 7.Display Mounts 8.Equipment Cabinet d. FACTOR 2 - Management and Staffing - The offerors proposal will be evaluated on the following: 1. The proposal shall include certifications and experiences of personnel installing the equipment and Site Manager. This project requires an on-site manager. e. FACTOR 3 Contract Duration and Summary schedule The proposer shall propose the contract duration, not to exceed the maximum contract duration specified. 3.Submit a summary level schedule. This summary schedule will, after contract award, be replaced with a project schedule. The summary schedule shall be task oriented, indicating the number of calendar days, after notice to proceed, by which milestones will be achieved. Schedules shall be graphically represented. 4.The government will evaluate the summary schedule for logic, reasonableness and how it facilitates meeting the proposed contract duration. The proposed contract duration at a minimum shall meet delivery requirements of the solicitation to be rated Acceptable. f. FACTOR 4 - Past Performance. The Past Performance evaluation will assess the relative risks associated with an offerors likelihood of success in performing the solicitations requirements as indicated by that offerors record of past performance. (1). Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past 3 years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (2). Relevancy Assessment. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services/products being procured under this solicitation. A relevancy determination of the offerors (including joint venture partner(s) and major and critical subcontractor(s)) past performance will be made. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. The past performance information provided in the proposal and information obtained from other sources will be used to establish the degree of relevancy of past performance. Offerors shall provide a point of contact for each record provided. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a Neutral rating for the Past Performance factor.. g. Factor 5 Price analysis will be used to determine that the prices are fair, reasonable, and realistic in accordance with FAR 13.106-3. Price will not be assigned an adjectival rating or be scored 3. Ratings a. Factor 1, Factor 2 and Factor 3 will receive one of the adjectival ratings defined below. Proposal risk is used to portray the evaluation of weaknesses in the offerors proposals. ADJECTIVALDEFINITION ExcellentExcellent understanding of requirements and proposes an approach that significantly exceeds minimum requirements in a very beneficial manner to the Government. Proposal contains several significant strengths and other strengths. Proposal contains no identified deficiencies, significant weaknesses, or weaknesses. Excellent probability of success with very low degree of risk. GoodHigh quality in most respects and meets and in some instances exceeds minimum requirements in beneficial manner to the Government. Proposal contains some significant strengths and a few strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of successful contract performance. Good probability of success with low degree of risk. AcceptableAcceptable quality and meets minimum PWS requirements necessary for acceptable contract performance. Proposal contains some strengths. Proposal contains no deficiencies or significant weaknesses, and any identified minor weaknesses do not impact the probability of meeting minimum requirements. Fair probability of success with low to moderate degree of risk. MarginalA proposal that satisfies most but not all of the Governments requirements and fails to provide sufficient detail to demonstrate the feasibility of the proposed approach. The proposal contains numerous weaknesses (to include significant weaknesses) and/or some deficiencies, but the overall approach is sufficiently sound that the weaknesses and/or deficiencies may be corrected without a major rewrite of the proposal. The degree of proposal risk is moderate to high. UnacceptableSignificantly fails to meet minimum PWS requirements necessary for acceptable performance. The overall proposal contains numerous weaknesses/significant weaknesses and deficiencies that cannot be corrected through discussions, without a major rewrite of the proposal. The degree of proposal risk is high to very high. b. Factor 4; The Past Performance Factor will be assigned one of the ratings defined below. An offeror whose proposal demonstrates no past performance will be rated Neutral. An award will not be made to any offeror who receives a Marginal or Poor past performance rating. RatingDescription ExcellentEssentially no doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very Low GoodLittle doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Low AdequateSome doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Moderate MarginalSignificant doubt exists that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: High PoorIt is extremely doubtful that the offeror will successfully perform the required effort based on their performance record. Performance Risk Level: Very High NeutralThe offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Performance Risk Level: Unknown 4 - Definitions: a. Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. b. Strength. Any aspect of a proposal when judged against a stated evaluation criterion, enhances the merit of the proposal or increases the probability of successful performance of the contract. c. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. d. Weakness. A flaw in the proposal that increases the risk of unsuccessful contact performance. e. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) All vendors must have a current Central Contractor Registration (CCR). Proposals are due no later than 11:00 a.m. Central Daylight Time on 30 July 2010. All Proposals shall reference solicitation number LEASUP0070N004 in the subject line. Proposals may be delivered via USPS to: 600 Thomas Ave MICC-DOC Ft. Leavenworth KS 66027, ATTN: William Webb; for courier or commercial carrier (FEDEX, UPS, etc) 535 Carney, Blockberger Terrace, Building 338, Ft. Leavenworth KS 66027,, ATTN: William Webb.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/581af4eb1631a2d5660c361bb745118c)
- Place of Performance
- Address: Fort Leavenworth DOC (W91AF4) 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN02190191-W 20100630/100628235217-581af4eb1631a2d5660c361bb745118c (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 |