Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
SOLICITATION NOTICE

70 -- Digital Signage

Notice Date
7/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT74114OAG01
 
Archive Date
8/18/2011
 
Point of Contact
John T. Moua, Phone: 210-652-9106, Rhonda Chavez,
 
E-Mail Address
john.moua@us.af.mil, Rhonda.Chavez@us.af.mil
(john.moua@us.af.mil, Rhonda.Chavez@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 902d Contracting Squadron, Randolph AFB, TX, has a requirement for Digital Signage hardware, software and training. Cost will include mounting three existing television and installation of digital signage hardware/software (see attached Statement of Work). Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/ accepted and a written solicitation will not be issued. Solicitation number F3PT741140AG01 is issued as a request for quotation (RFQ). This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41 and DFARS change 20100611. The associated North American Industry Classification System Code (NAICS) is 511210; and the size standard is $25 Million. This synopsis of proposed contract action does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 52.252-6 Authorized Deviations in Clauses; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.227-7015 Technical Data - Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/ statements as necessary. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. 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. Addendum: Basis for Award: This is a competitive best value acquisition. The Government will make an award using the following factors: 1) Technical Capability: Offerors shall answer the "Vendor Product Questions" (see SOW) and provide written evidence of capability to perform the work required by the attached Statement of Work (SOW). Technical capability shall not exceed 1 page, 12pt Times New Roman Font, 1.5 space. 2) Price: Offers shall propose on all items per the Statement of Work (SOW). Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror does not demonstrate the technical capability. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. If you feel you can meet this requirement, interested persons may express their interest and capability to respond to the requirement and submit proposals to be received within the prescribed date on Federal Business Opportunity (FBO). Written quotes must be received no later than 3 Aug 2011, at 23:59hrs Central Daylight Time and reference the solicitation listed above. Award is anticipated on or before 10 Aug 2011. Point of Contact: Mr. John Moua, Contract Specialist, Phone 210-652-5180, Fax 210-652-5135, Email: john.moua@us.af.mil. Rhonda J. Chavez, Contracting Officer, Phone 210-652-8595, Email rhonda.chavez@us.af.mil. Statement of Work (SOW) The 435th Fighter Training Squadron requires a digital signage software system and associated supporting hardware to support normal daily operations. The 435th FTS currently own 14 large flat screen (working) monitors, with 11 already operational (installed) in the squadron facility. The requirement is to provide Digital Signage Software, Professional Services, associated small form factor (non-proprietary) hardware to support digital displays provide and all other systems, hardware and cables incidental services required for a turn-key solution. The purpose of the digital signage is to display mission critical information regarding the flying schedule in support of training operations around the squadron, such as current and planned flying schedule, live current weather feeds, and other unique mission related flight and training information Requirements: Mount remaining 3 large flat screen monitors. Software Requirements: • Be capable of being operated on a government Local Area Network (LAN) • Support Active Directory • Work on Window's 7, Vista and be able to adapt to future versions of Windows • Content display shall be capable of updating in real time data elements (SQL or other data) linked to the digital sign • Content display must be able to display format in its native format o Be able to display Training Integration Management System (TIMS-- Air Force scheduling software) o Be able to display multiple formats on one screen o Internet browsers • Content display shall support (be display in its native format) multiple formats including: o Current Date and Time o Weather o Live data from external sources (Connect to US Government live data sources) o Video Files: (.avi,.mov,.wmv,.mpeg2,.mpeg4) o Images: (.bmp,.png,.jpeg,.gif) o Macromedia/Adobe Flash o PDF o Microsoft Office Professional Suite 2007 and higher versions  Microsoft Word 2007 and higher  Microsoft Excel 2007 and higher  Microsoft Power Point 2007 and higher  Microsoft Outlook 2007 and higher  Microsoft Publisher 2007 and higher  Microsoft Access 2007 and higher o Microsoft Visio Professional 2007 and higher o Microsoft Project 2007 and higher o Microsoft SharePoint 2007 and higher o Streaming Video o External Video and/or cable TV (with TV tuner card) o Other Web Content o RSS feeds and Scrolling RSS Feeds o All displays must be controlled from a single computer (Capability of controlling displays from more than one more workstation via a software based option (HTML) would be considered (Optional) • The software must be expandable to incorporate additional screens and any future upgrades to current U.S. Government operating systems and applications • Must be user-friendly and easy to operate: o Basic training for use should not exceed 1 hour o Anyone with basic computer skills should be able to operate and master software • Sign creation and updating shall be supported via a drag-n-drop environment that lets the end users easily move or create/update content from one area of to sign to another area of the sign display region to region. • Sign display should support some form of easy to use scheduling method. The current planned usage of the signs in the flight training areas is that they will rotate among a 3 day schedule: Today, one day and two days. • All software shall provide a minimum of 1 year of software maintenance after installation. Professional Services Requirements: • Working with the Government customer provided at a minimum 1 sign template or sign layout for the Governments use • Working with the Government customer provide the ability for the Government customer/end users to create and/or modify new signs and all sign data that is not associated with live data feeds • Provide all required hardware and software to provide a fully operational system in support of 14 each Digital Signage locations • Provide all required installation services required to provide a fully operational system in support of 14 each Digital Signage locations • Provide on-site Training for a Government personnel to learn the system The hardware must: • Non-proprietary, the Government can select any hardware vendor that meets the software support requirements • Be able to connect with the main computer • Be compatible with loading Training Integration Management System (TIMS) software • Be able to support MS Office Professional 2010 or higher • Be small enough to fit behind monitors or in such a way that its footprint in minimized (cannot protrude further than monitors) • Minimum Recommend Hardware: o NowMicro DMP900 SSD Ultra Small Form Factor with Microsoft 2010 installed  Intel T4400 2.2 Ghz with 4GB Ram  40 GB Solid State Harddrive  Windows 7 32/64 Bit OS  3 year Warranty o 3 Meter High Speed HDMI Cable Vendor Product Questions 1. Does your system and/or software require any proprietary hardware to support it? If so please explain what it is and what the support (replacement) process is in case of a failure. 2. Can your system be support on existing Government owned equipment provided it meets the technical requirements for memory, hard disk space, video etc? 3. Does your system and/or software support "real time" and/or "near real time" data integration including video, web-based, SQL or other Microsoft Office Professional 2007 Suite or higher integration? If you product does provide support for the requested services please explain what it is you do and don't support and provide examples if available in a U.S Government or DOD environment. 4. Has your system and/or software been approved for use in a U.S Government or DOD environment and do you have a "Certificate of Networthiness" for a US Air Force (preferred) or other DOD installation? If so please provide a copy of it. 5. Does your system and/or software provide a true what you see is what you get (WYSIWYG) editor or sign composer? Is there an ability to preview your design before sending it to the display? 6. Is your system and/or software capable of supporting reuse of signs and dynamic linking to other signs and data that was previously created? 7. Is the information that is sent to your system and/or software displayed in the native format? Regardless of the source? ie: if I sent a PowerPoint presentation is it still a PowerPoint presentation in the display?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT74114OAG01/listing.html)
 
Place of Performance
Address: Randolph Air Force Base, Randolph, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02511954-W 20110729/110727234808-b1618e0183a53a001f9e891ef61d59a9 (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.