Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2011 FBO #3512
SOLICITATION NOTICE

59 -- Audio Visual Systems for 333 Bush Street, San Francisco, CA

Notice Date
7/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - PWRO Pacific West Regional Office-Oakland National Park Service1111 Jackson Street, Suite 700 Oakland CA 94607
 
ZIP Code
94607
 
Solicitation Number
E11PS82674
 
Response Due
7/13/2011
 
Archive Date
7/4/2012
 
Point of Contact
Joel R. Simmons Contracting Officer 5108171382 joel_r_simmons@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a National Park Service COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is set aside for small businesses. This announcement constitutes the only solicitation; proposals are being requested with this notice and an additional written solicitation WILL NOT BE ISSUED. This solicitation is a BEST VALUE procurement and is issued as Request for Quotation #E11PS82674. The Government intends to award a firm, fixed-price contract to the responsible offeror whose total offer for all line items is the best evaluated offer for the Government, price and past performance considered. The solicitation is composed of one base contract line item and four (4) Option contract line items. Quotes will be evaluated inclusive of the options and the Government may exercise the options at the time of award. However if the Government does not exercise any option at time of award, it reserves the right to exercise any or all options within three months from date of award of the contract, at the sole discretion of the Government. The following contract line item numbers and items, quantities, and units of measure are applicable: CLIN 0001- Lobby space - Elevator area on 4th, 5th, and 6th Floors - 3 sets (one per floor); CLIN 0002- Option 1: Room 625- Video Conference Room -1 lot ; CLIN 0003- Option 2: Room 418- Main Conference Room - 1 lot; CLIN 0004- Option 3: Room 602, 701 - Conference Room - 2 sets (one per room); CLIN 0005- Option 4: Rooms 414, 440, 504, 518, 539, 548, 636 - Small Conference Rooms - 7 sets. The Government intends to award without discussions, but reserves the right to negotiate if the Contracting Officer determines it necessary. The NAICS code for this procurement is 334310 and the small business size standard is 750 employees. This solicitation is 100% set-aside for small businesses. The National Park Service encourages the participation of small, disadvantaged, veteran, and women owned business enterprises. The following is a description of the requirements for this acquisition. Material and Installation Details for Audiovisual Systems National Park ServiceAudio Visual Project: 333 Bush St., San FranciscoThe quotes for this project shall include requirements for creating a fully operational "turnkey" system. This project includes providing the stated material, installation of the material at the San Francisco location, providing the accompanying documentation, and end user training. Quotes will include a warranty on the systems and the terms shall be clearly spelled out. Any further Service Agreements should be presented as options as noted below in this announcement/solicitation. Pricing should be broken out per option. All Rooms, except 418 and 625, will have AV cabling already in place for connection. Mounting brackets and installation for all LCD's will be included in this bid. LCD Displays will have the ability to connect VGA, HDMI, Component Video and Composite Video as well as a Coax input. All AV aspects of Rooms 418 and 625 will be a part of the bid. Base: Lobby space - Elevator area on 4th, 5th, and 6th Floors The Audio Visual Contractor shall provide and install one (1) Commercial Professional Grade 40" LED LCD Display on a fixed wall mount. This display and mount will not exceed a total depth of 4" from the wall under any circumstance. The Display should have integrated speakers for playback of audio in the lobby. The system will be controlled with the LCD Displays included IR Remote Control. Option 1: Room 625- Video Conference RoomThe Audio Visual Contractor shall provide and install two (2) Commercial Professional Grade 55" to 60" LED LCD Display on a fixed wall mount. This display and mount will not exceed a total depth of 4" from the wall under any circumstance. The Display should have integrated speakers for playback of audio in the room, and integrated with ceiling speaker system. The system will be controlled with the LCD Displays included IR Remote Control. Provide and install one (1) 4000 ANSI Lumen WUXGA 1920x1200 Projector that will be mounted on a fixed Pole Mount from the ceiling, with a 180 degree swivel capability. Provide drop tile mounting structure and projector mount interface. Also provide and install one (2) 60"x96" (16:10) Recessed Electric Projection Screens that will lower for use with the WXGA Projector. Each projector will occupy the South wall and the East wall.Provide and install a ceiling mounted Document Camera with a minimum 720P Native Output with that will be mounted in the drop tile ceiling and will connect to the video system.Provide and install an Audio Amplifier for audio playback in the room for a minimum of 9 ceiling speakers. Provide and install one (1) podium microphone with 25' cable. Provide and install an audio processor with Acoustic Echo Cancellation, Telephone Hybrid for Audio Calls and all required DSP for the audio system. The National Park Service has an existing microphone system that they intend to use in this room. NPS will provide details on that system to be incorporated. Provide and install one (1) Active VGA with 3.5mm Audio input, one (1) HDMI input and one (1) XLR Mic Input that will be located in a floor monument at the podium location. These connections may or may not be used with a podium. The Audio Visual Contractor will coordinate the floor monument or stub up with the architect. The Video Conferencing System will have Content Sharing. Provide a DA so that the VGA input from the wall plate will go to both the projector and the NPS provided VTC Codec. Provide all audio and video switching and distribution equipment required in an AV Equipment Rack that will live in the credenza within the room. The Audio Visual Contractor shall provide a connection for a High Definition Video Device (BluRay etc.) to be housed in the AV Rack within the room. Provide power distribution and all rack hardware required. Provide and install an integrated control system that will power the projectors on/off, raise and lower the screens, change video and audio sources, raise and lower program audio levels and raise and lower speech levels. Option 2: Room 418- Main Conference RoomThe Audio Visual Contractor shall provide and install two (2) 4000 ANSI Lumen WXGA Projectors that will be mounted on a fixed Pole Mount from the ceiling. Provide drop tile mounting structure and projector mount interface. Also provide and install two (2) 60"x96" (16:10) Recessed Electric Projection Screens that will lower for use with the WXGA Projectors. These projectors will need to be able to display separate content. Please provide the appropriate matrix switching capability. Provide and install an Audio Amplifier for audio playback in the room for a minimum of 12 ceiling speakers. Provide and install one (1) podium microphone with 25' cable and provide one (1) Wireless Handheld Microphone and one (1) Wireless Lavaliere Microphone. Provide and install an audio processor with Acoustic Echo Cancellation, Telephone Hybrid for Audio Calls and all required DSP for the audio system. Provide and install one (1) Active VGA with 3.5mm Audio input, one (1) HDMI input and one (1) XLR Mic Input that will be located in a floor monument at the podium location. These connections may or may not be used with a podium. The Audio Visual Contractor will coordinate the floor monument or stub up with the architect. Provide all audio and video matrix switching and distribution equipment required in an AV Equipment Rack that will live in the credenza within the room. The Audio Visual Contractor shall provide a connection for a High Definition Video Device (BluRay etc.) to be housed in the AV Rack within the room. Provide power distribution and all rack hardware required. Provide and install an integrated control system that will power the projectors on/off, raise and lower the screens, change video and audio sources, raise and lower program audio levels and raise and lower speech levels. The Architect will specify Whiteboards on the sides of this conference room. Option 3: Room 602, 701 - Conference RoomThe Audio Visual Contractor shall provide and install one (1) Commercial Professional Grade 55" to 60" LED LCD Display on a fixed wall mount. This display and mount will not exceed a total depth of 4" from the wall under any circumstance. The Display should have integrated speakers for playback of audio in the room. The system will be controlled with the LCD Displays included IR Remote Control. Option 4: Rooms 414, 440, 504, 518, 539, 548, 636 - Small Conference RoomThe Audio Visual Contractor shall provide and install one (1) Commercial Professional Grade 40" to 46" LED LCD Display on a fixed wall mount. This display and mount will not exceed a total depth of 4" from the wall under any circumstance. The Display should have integrated speakers for playback of audio in the room. The system will be controlled with the LCD Displays included IR Remote Control. The following work is not included in the Audio Visual Contractors scope of work and is to be provided by the General Contractor:"All conduits, high voltage, wiring panels, breakers, relays, boxes, receptacles, etc."Concrete saw cutting and /or core drilling"Fire wall, ceiling, roof and floor penetration"Necessary sheet rock replacement and/or repair"Necessary ceiling tile or T-bar modifications, replacements and/or repair"All millwork (moldings, trim, etc.)"Painting and patching"Permits "HVAC and plumbing relocation"Acoustic panels and material"Lighting"Plasma/ LCD Backing"Speakers in Room 625 & 418. The Audio Visual Contractor shall provide any infrastructure for projector screens and speakers. The Audio Visual Contractor shall be responsible for supplying and installing all items required to fulfill the scope of work. Offerors/Quoters must review and comply with the applicable Clauses and Provisions of the Federal Acquisition Regulations that apply to this solicitation. FAR clauses and provisions listed herein are those in effect through FAC 2005-52 and are available for review and printing at http://www.acquisition.gov/far on the internet. The following clauses and provisions apply to this solicitation and are hereby incorporated by reference: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2 EVALUATION-COMMERCIAL ITEMS - Evaluation factors include price and past performance. In addition to the evaluation of the quotations for award determination, the Government may consider your past performance data obtained from other sources. The Contractor will submit a list of references and points of contact from organizations that the contractor has done work for. Award will be made on the basis of "best value" to the contractor that the Government determines can best satisfy the objectives and requirements of this Request for Quotations, in a manner most advantageous to the Government; essentially Lowest Price of the Technically Qualified (satisfactory past performance). Offerors are to complete and submit a copy of FAR clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. Additional clauses and provisions applicable to this solicitation are 52-212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS with the following paragraph (b) clauses indicated by number: 5, 15, 16, 17, 18, 19, 21, 24(i), 27(iii), 29, 32, and 34; 52.228-5 Insurance-Work on a Government Installation, amounts shall be no less than those required by FAR 28.307-2; 52.217-04 Evaluation of Options Exercised at Time of Contract Award; and 52.217-05 Evaluation of Options. QUOTES ARE DUE IN THIS OFFICE on this combined synopsis and solicitation by 2PM Pacific Time, July 13, 2011 and shall be delivered by the specific time to the Pacific West Regional Office of the National Park Service, 1111 Jackson Street, Suite 700, Oakland, CA 94607. Quotes may also be sent by facsimile to 510-817-1328 or via email to joel_r_simmons@nps.gov. If the facsimile transmission is not successful; call the point of contact below. QUOTES MUST REFERENCE SOLICITATION NUMBER E11PS82674 and contain the Contractor's DUNS number, address, voice and facsimile number, email address if available, and official point of contact. Questions regarding this combined Synopsis/Solicitation should be referred to Joel R. Simmons, Contracting Officer (510) 817-1382. (END)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS82674/listing.html)
 
Place of Performance
Address: National Park Service Pacific West Regional Office, San Francisco, CA
Zip Code: 94104
 
Record
SN02489124-W 20110707/110705233948-126b24dff63e674f14802963c1aab681 (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.