Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

69 -- LeMay Classroom of the Future

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHE51161AC03
 
Archive Date
10/12/2011
 
Point of Contact
William Stallings, Phone: 334-953-3266
 
E-Mail Address
william.stallings@maxwell.af.mil
(william.stallings@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a Request for Quote (RFQ). The solicitation document and incorporate provisions and clauses in effect, the Federal Acquisition Regulation (FAR) Federal Acquisition Circular 2005-53 (4 Aug 2011), and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN #20110916 (Effective 16 Sep 2011). A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 334310; size standard: 750 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: a. The government is soliciting for "open market" quotes only. General Services Administration (GSA) quotes will not be considered. b. Neither Multiple Offers nor Multiple Awards will be considered. A single award is anticipated to be made in the resultant contract. NATURE OF ACQUISITON: Maxwell Air Force Base has a requirement to provide and install new SMART Board or eBeam Interactive Whiteboard Systems in the LeMay Classrooms.. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 27 Sep 11, 12:00 noon CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item: CLIN 0001 (Classroom Parts): Contractor shall provide a total for all parts required to complete 10 classrooms based on the contractor's proposed technical solution and in accordance with (IAW) Attachment 1, Statement of Objectives. The contractor's technical solution will be incorporated and made a part of the resultant contract. A detailed price list supporting this CLIN shall be documented on Attachment 2, Price List. ) CLIN 0002 (Classroom Labor): Contractor shall provide a total price for configuration and installation to support the technical solution proposal IAW the SOO and the items proposed for CLIN 0001. This price shall include all necessary electrical work/connections. A detailed price supporting this CLIN shall be documented on Attachment 2, Price List. Addendum to 52.212-1, Instructions to Offerors. Addendum to 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008) a. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Quotes are required to meet all solicitation requirements, including 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 be grounds to eliminate the quote from consideration for contract award. Quotes must be complete, self-sufficient, and respond directly to the requirement of the RFQ. The response shall consist of three (3) sections: (1) Technical, (2) Past Performance and (3) Price. The Government intends to evaluate quotes and award a contract without discussions with offerors. Therefore, initial quote should contain the offeror's best terms from a price standpoint. Submitted documents must be fully responsive to and consistent with the requirement of this RFQ. See Specific Instructions Below: b. Specific Instructions: (1) Technical: Offerors shall address the following evaluation criteria so that an assessment of the offeror's ability to satisfy the requirement can be made: (a) Subfactor - Design of interactive classroom information technology system: Provide complete design to include schematic drawings certified by a CTS-D (Certified Technology Specialist-Design) for implementing an interactive classroom with Government Furnished Equipment (GFE). The design and process shall convey an integrated solution that includes hardware and software in accordance with technology requirement in Appendix 1 of the SOO. (b) Subfactor - Provide proof of the following Certifications: - Certified Audio-Visual Service Provider (CAVSP) rating - InfoComm® CTS (Certified Technology Specialist) - CTS-I (Certified Technology Specialist-Installation) - CTS-D (Certified Technology Specialist-Design) - PMP (Project Management Professional) - "Certified Programmer" based on control system manufacturer priced in proposal (2) Past Performance: The government will use information submitted by the Offeror and other sources such as the government-wide Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR), to assess performance. Please submit at least two references that can provide relevant past performance information. Relevant information is the same or a similar type service as described in this combined synopsis/solicitation. Past performance information, must include contract number, points of contact with telephone numbers and other information the offeror deem relevant for same or similar service described in this combined synopsis/solicitation. (3) Price Quote: (a) Insert proposed unit and extended prices on the Attachment 2, Price List. (b) Offerors shall complete and return Offeror Representations and Certifications- Commercial Items. (52.212-3 Alt I and DFARS 252.212-7000). The completed Representations and Certifications shall be submitted with your response to this synopsis solicitation. (c) To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." For quotations determined technically acceptable, a best value selection based on price and past performance will be made. Award will be based on technical acceptability, price and past performance. (1) Technically Acceptability: Required technical capabilities will be evaluated on a pass/fail basis by assigning a rating of "MET" or "DID NOT MEET". Offerors will be determined technically acceptable based on the following: (a) Subfactor: Design of interactive classroom information technology system: The government will evaluate offeror's complete design to include GFE identified in paragraph 3.2 of the SOO. Offeror's schematic drawings shall be certified by a CTS-D (Certified Technology Specialist-Design). The design and process shall convey an integrated solution that includes hardware and software in accordance with technology requirement in Appendix 1 of the SOO. (b) Subfactor: Proof of Certifications: The government will evaluate currency the following certifications: - Certified Audio-Visual Service Provider (CAVSP) rating - InfoComm® CTS (Certified Technology Specialist) - CTS-I (Certified Technology Specialist-Installation) - CTS-D (Certified Technology Specialist-Design) - PMP (Project Management Professional) - "Certified Programmer" based on control system manufacturer priced in proposal (2) Past Performance: Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). To be considered for award an offeror must be technically acceptable, have a satisfactory or better past performance record based upon information available to the contracting officer and offer a reasonable price. (a) Quantifiable contractor quality and delivery performance data contained within the government-wide Past Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) will be utilized in the evaluation of the past performance factor for offers received in response to this solicitation. Suppliers with no history in PPIRS-SR will be displayed to contracting officers without a rating. (b) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. For the purposes of this evaluation the assessment process will result in an overall performance rating of Exceptional, Satisfactory, Unsatisfactory or Neutral (as defined below). Past Performance Rating Definition Exception- Performance meets contractual requirements with many exceeded to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with no more than a few minor problems for which corrective actions taken by the contractor were highly effective. Satisfactory- Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor were satisfactory. Unsatisfactory- Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains a serious problem(s) for which the contractor's corrective actions appear or were ineffective. Neutral- Performance was not observed or not applicable to the current effort being reported against. (2) Price: The government will evaluate Attached 2, Price List for reasonableness based on the offeror's proposed technical solution. The best value decision will be based on the technically acceptable offer, with a satisfactory or better past performance rating. Award may be made to other than the low offeror when the contracting officer determines it to be in the government's best interest. By reference: 52.203-11- Solicitation Provisions and Contract Clause 52.203-12- Limitations on Payments to influence Certain Federal Transactions 52.204-4- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7- Central Contractor Registration 52.211-17- Delivery of Excess Quantities 52.212-1- Instructions to offerors - Commercial Items 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.223-11- Ozone Depleting Substances 252.203-7002- Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alternate A 252.204-7006- Billing Instructions 252.209-7001- Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7008- Use of Government-Assigned Serial numbers 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010- Levies on Contract Payments 252.243-7001- Pricing of Contract Modifications 252.247-7022- Representation of Extent of Transportaton by Sea By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, to include Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation, 52.222-19, Child labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. 52.223-18, Encouraging Contractor Policies 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 (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE 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/vffara.htm CONTRACT TERMS AND CONDITIONS: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders apply to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea (End of clause) 252.211-7003 Item Identification and Valuation. (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD unique item identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, GS1 Company Prefix, Allied Committee 135 NATO Commercial and Government Entity (NCAGE)/ Commercial and Government Entity (CAGE) Code, or the Coded Representation of the North American Telecommunications Industry Manufacturers, Suppliers, and Related Service Companies (ATIS-0322000) Number), European Health Industry Business Communication Council (EHIBCC) and Health Industry Business Communication Council (HIBCC)), as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.nen.nl/web/Normen-ontwikkelen/ISOIEC-15459-Issuing-Agency-Codes.htm. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Government's unit acquisition cost is $5,000 or more. (ii) The following items for which the Government's unit acquisition cost is less than $5,000: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (iii) Subassemblies, components, and parts embedded within delivered items as specified in Attachment Number ____. (2) The unique item identifier and the component data elements of the DoD unique item identification shall not change over the life of the item. (3) Data syntax and semantics of unique item identifiers. The Contractor shall ensure that- (i) The encoded data elements (except issuing agency code) of the unique item identifier are marked on the item using one of the following three types of data qualifiers, as determined by the Contractor: (A) Application Identifiers (AIs) (Format Indicator 05 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (B) Data Identifiers (DIs) (Format Indicator 06 of ISO/IEC International Standard 15434), in accordance with ISO/IEC International Standard 15418, Information Technology - EAN/UCC Application Identifiers and Fact Data Identifiers and Maintenance and ANSI MH 10.8.2 Data Identifier and Application Identifier Standard. (C) Text Element Identifiers (TEIs) (Format Indicator 12 of ISO/IEC International Standard 15434), in accordance with the Air Transport Association Common Support Data Dictionary; and (ii) The encoded data elements of the unique item identifier conform to the transfer structure, syntax, and coding of messages and data formats specified for Format Indicators 05, 06, and 12 in ISO/IEC International Standard 15434, Information Technology - Transfer Syntax for High Capacity Automatic Data Capture Media. (4) Unique item identifier. (i) The Contractor shall- (A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a DoD recognized unique identification equivalent; and (B) Place the data elements of the unique item identifier (enterprise identifier; serial number; DoD recognized unique identification equivalent; and for serialization within the part, lot, or batch number only: original part, lot, or batch number) on items requiring marking by paragraph (c)(1) of this clause, based on the criteria provided in the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule. (ii) The issuing agency code- (A) Shall not be placed on the item; and (B) Shall be derived from the data qualifier for the enterprise identifier. (d) For each item that requires unique item identification under paragraph (c)(1)(i) or (ii) of this clause, in addition to the information provided as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the Contractor shall report at the time of delivery, either as part of, or associated with, the Material Inspection and Receiving Report, the following information: (1) Unique item identifier. (2) Unique item identifier type. (3) Issuing agency code (if concatenated unique item identifier is used). (4) Enterprise identifier (if concatenated unique item identifier is used). (5) Original part number (if there is serialization within the original part number). (6) Lot or batch number (if there is serialization within the lot or batch number). (7) Current part number (optional and only if not the same as the original part number). (8) Current part number effective date (optional and only if current part number is used). (9) Serial number (if concatenated unique item identifier is used). (10) Government's unit acquisition cost. (11) Unit of measure. (e) For embedded subassemblies, components, and parts that require DoD unique item identification under paragraph (c)(1)(iii) of this clause, the Contractor shall report as part of, or associated with, the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description. ** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause in accordance with the data submission procedures at http://www.acq.osd.mil/dpap/pdi/uid/data_submission_information.html. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which unique item identification is required in accordance with paragraph (c)(1) of this clause, the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s). (End of clause) 5352.201-9101 OMBUDSMAN (April 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary: Mr. Jones/ Alternate: Mr. Smith, 1 F Street, Suite 1 Randolph AFB TX 78150-4324; telephone number 210-652-7907; fax number 210-652-8344; e-mail: david.jones@randolph.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Contract Specialist: william.stallings@maxwell.af.mil Contracting Officer: sandra.turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) THE FOLLOWING PROVISIONS APPLY: SITE VISIT A site visit will be held for this solicitation. The site visit is scheduled for 23 Sep 11, at 9:00 a.m CDST. at: 401 Chennault Circle Building 1400 Maxwell AFB, 36112. All vendors interested in attending the site visit must submit a written request to William Stallings at william.stallings@maxwell.af.mil. Request must include the names, titles and telephone numbers of the individuals that will be attending. The request must be submitted not later than 12:00 a.m. on 22 Sep 2011. Offerors are urged and expected to inspect the site where performance is required and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1, Offeror Representation and Certifications-Commercial Items, Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line http://farsite.hill.af.mil/vffara.htm. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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 address: http://farsite.hill.af.mil/vffara.htm (End of Provisions) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items LIST OF ATTACHMENTS: 1. Statement of Objective (SOO ) 2. Price List (shall contain a list of components offered along with prices ATTACHMENT 1 Statement of Objectives for Lemay Center Classroom of the Future 1. BACKGROUND: Air University flight rooms directly support graduate level Professional Military Education and Training under the charge of the Air Education and Training Command of the United States Air Force. The goal is to implement interactive whiteboard and AV technology for Air University. This Statement of Objectives (SOO) is specific to the configuration and installation of the equipment that will outfit Professional Military Education classrooms. This SOO describes the high level objectives of the Classroom of the Future (COTF) project in order to assist the Offerors in determining the required equipment and schedule for this Requirement. 2. SCOPE: The scope of this project is to provide equipment, design (by CTS-D), and installation (by CTS-I) of an integrated classroom AV presentation system that can expand to allow Video Teleconferencing (VTC) capabilities in the future. The contractor shall provide equipment, installation, configuration, and training of associated interactive whiteboard technology, AV equipment, peripherals, cabling, and software for ten (10) classrooms at LeMay Center All software installed shall meet all Department of Defense (DoD) and Air Force Network Information Center (AFNIC) information security directives and configuration requirements for software. 3. OBJECTIVES: The following is a high-level definition of the initial design, implementation, and post-implementation phased approach. This definition is not intended to restrict or limit the Offeror's ability to provide more innovative design, technology, planning, and best practices. This project seeks a certified ANSI-accredited, ISO/EIC 17024 installation team with demonstrated leadership in creatively designing and implementing integrated AV systems utilizing interactive whiteboard technology. The Contractor is required to provide pertinent engineering and design to adapt to each unique classroom (e.g. infrastructure such as windows and HVAC ducting being different in each classroom) as an integrated solution. 3.1. Certification Requirements: Contractor must maintain currency in the following certifications. - Certified Audio-Visual Service Provider (CAVSP) rating - InfoComm® CTS (Certified Technology Specialist) - CTS-I (Certified Technology Specialist-Installation) - CTS-D (Certified Technology Specialist-Design) - PMP (Project Management Professional) - "Certified Programmer" based on control system manufacturer priced in proposal 3.2. Implementation and Build Phase: Contractor must be capable of managing a project schedule for 10 operational classroom technology suites 30 days after receipt of the contract.. Government Furnished Equipment (GFE) is to include: Ten (10) Computer (Windows Vista or Windows 7) (one computer per classroom), which should be integrated into the approved solution. Classroom availability will be coordinated by the Government after contract award... 3.3. Documentation Transfer: Upon completion of the contract,, the contractor shall provide all pertinent AV engineering, design drawings, data, and system documentation. This includes providing all books, CDs, DVDs, manuals and other reference documentation on all equipment installed. 3.4. Training: Contractor shall provide equipment system training for on-site staff and held on-site. Training shall consist of system operation and usage. All training schedules will be coordinated with the on-site staff. 3.5. Post-Implementation & Support: The Post-Implementation and Support phase gives the Contractor the opportunity to identify and resolve any open issues, e.g. software/hardware anomalies. 3.6. IT Lifecycle Strategies: Provide a written strategy for Technology Refresh and preventive maintenance inspections (PMI) throughout the lifecycle of this system based off of current IT best business practices for all assets incorporated in this solution (within five days of proof of concept acceptance). 4. WARRANTIES: Industry-standard warranties for all hardware must be provided for each piece of equipment incorporated in the Contractor proposed design for this system. A one year warranty on installation must be provided by the contractor that begins on the day of installation completion and acceptance by the Government. This installation warranty must be provided commensurate with each classroom IT suite delivered. 7. APPENDICES: 1. Desired Technology Objectives- Standard Room Technology Requirements Appendix 1 Desired Technology Objectives A. DESIRED TECHNOLOGY OBJECTIVES The following information defines the technology objectives for prototype classroom. Future requirements may use same technology or any combination thereof. Government seeks to minimize technology footprint on usable floor space. 1. SMART or eBEAM Whiteboard System with short-throw projector: • Integrated hardware and software interactive white board system • Projected Interactive Image: 87" Diagonal Widescreen through Ultra-short-throw projector (min 16:10 aspect ratio and native WXGA widescreen resolution); projector must be able to be controlled and managed remotely via IP network; high endurance projector lamp with bulb life ranging from 2500 - 6000+ hrs • Multi-axis, adjustable wall mount • Capability to connect and toggle between two USB connected computers or servers • System must allow to write in digital ink over software applications, control software applications and save work • System must include AFNIC approved software allowing collaborative learning, courseware development and courseware delivery within a single software application • System must include control panel allowing for interoperability with existing or additional classroom productivity devices • System must allow native expandability to incorporate such devices as document cameras, DVD players, digital cameras; all accessible and controlled through a central control panel • System software must capture digital notes, screenshots, images, videos to a single file and those files must be saved as files that can be manipulated, reorganized, and reused. • System software generated files must be able to open and operate within both Windows and Macintosh operating systems • System software must be able to edit and save into software applications such as Microsoft Windows versions of PowerPoint, Word, Excel, Adobe Acrobat and AutoCad software • Minimum Integrated Input/Output connections to include: HDMI Input port, RCA jack, RS-232-F connector, RGB input and associated audio input, RGB output and associated audio output, Power socket, USB B receptacle, RJ45 jack for network connections, S-Video input and associated dual channel audio input, 7 pin mini-DIN connector, 4-pin power mini-DIN 5V/2A output connector, 3-pin mini-DIN 5V/1A output connector; input/output connections for Extended Control Panel 2. Two 42 inch LCD/LED monitors • Size and viewing angles determined by InfoComm best practices using student seating as basis • Aesthetic needs: Preferably "monolithic" flat screen design similar to Sony Bravia series; if not, seek a symmetric frame around monitor like NEC digital signage LCDs • Wall mountable: Mounting hardware shall allow user tilt/turn capability rotatable from horizontal to vertical orientation (for PDF lists/charts) • Location Options: May be placed in front corners of classroom if designer(s) determine it provides best viewing angles for left and right side seating of U-shaped desk formation • Displays High Definition (HD), 1080p, at least 120 Hz refresh • Includes HDMI and DVI digital interfaces 3. AV station(s): • Low-Profile station(s) matching décor of pre-existing furniture (lockable casters) to hold the following: 1U rack server (AFWAY standard); may be installed vertically to save space (May be installed in rack above floor or ceiling to mitigate equipment footprint on floor) • Does not unduly obstruct the entrance to the U-shaped student desk "pocket" where instructors can approach students from the opposite side of their desk (will be demonstrate during site survey) 4. Auxiliary computer connection: • Wireless digital and analog video transmission to control unit (high refresh rate not required for auxiliary computer) • Wireless sound transmission to control unit 5. TV tuner: • Transmits 1080p HD CATV television to a user-selectable monitor or interactive whiteboard • Displays same cable feed (including audio) to one, two monitors, the interactive whiteboard or any combination • Allows for future display of multiple CATV feeds on displays (monitors or interactive whiteboard) 6. One wall or ceiling mounted wide-angle digital video recording camera: • Records 1080p color video in common video files (MP4, MOV, Quicktime) to AV station computer • Lens capable of viewing the width of the classroom from a depth at the middle of the classroom to the front from a fixed position (must do this without panning) • Pan, Tilt, and Zoom (PTZ) shall be available and controlled by the controller 7. Ceiling-mounted speakers and amplification: • Provides balanced, undistorted, understandable audio to the entire room • Balanced sound engineered by CTS-Designer using ANSI/INFOCOMM 1M-2009, "Audio Coverage Uniformity in Enclosed Listener Areas" • Outputs the audio of a user-selectable source through control unit regardless of video monitor choice or monitor output combination (interactive whiteboard, LCD/LED monitor(s)) • Outputs auxiliary computer audio with volume control through control unit • All audio sources auto-level controlled • All balanced electronic connections • Audio will be recorded with video recording software on AV station computer • Connected via foil-shielded cabling to mitigate noise 8. Microphones: • Captures balanced signal from all locations of the room • Captures all frequencies of the typical human voice at normal speaking levels 9. Document Camera: • Displays documents from AV station or other classroom surfaces 10. One Remote Control (separate from main control unit): • Wireless handheld • Same capabilities as Central Control Unit below. 11. Central Control Unit (Audio/Video Router) • User interface should be color, intuitive, and comprehensive • USB-compatible with touch screen • Centrally toggles input(s) to interactive whiteboard, existing monitor from computer, document camera, auxiliary computer connection • Centrally toggles input(s) to interactive whiteboard, LCD/LED monitors from computer, document camera, auxiliary computer connection • Displays video input of computer or auxiliary computer or document camera to one, two monitors, the interactive whiteboard or any combination of the outputs simultaneously • Displays output of video input(s) to one, two monitors, the interactive whiteboard or any combination singly or simultaneously • Centrally controls speaker volume and source output • Centrally controls microphone volume and input to main computer • Connects auxiliary computer's AV output to AV router via wireless • Controls all functions of all source equipment • Provides master audio level control with mute • Provides "blanking" to all displays • AV Sources Summary: 1 HDTV tuner, 1 computer, 1 auxiliary computer, 1 document camera, 1 video camera, 4 audio/video inputs in corners of room, at least 4 empty source inputs for expansion • AV Output Summary: 1 ceiling-mounted projector, 1 interactive whiteboard, 2 LCDs (independent outputs), AV station, at least 4 outputs for expansion B. GENERAL GUIDANCE These general requirements apply to all design and integration to achieve objectives mentioned above. 1. Integrated AV solution shall be designed by CTS-D(s) and project manager using ANSI/INFOCOMM 2M-2010 Standard. 2. Government seeks to minimize the technology footprint on usable floor space in order to maximize available classroom space for students and instructor. Innovative design techniques not limited to installing equipment above ceilings and/or using smaller-profile equipment is encouraged. 3. All video signals will be digital throughout the signal path with the exception of the optional VGA/Digital input for auxiliary computer. 4. All electronic hardware shall be capable of having one additional "auxiliary" computer plugged into the system with video, sound, USB SMART Board or eBeam control (assuming drivers installed) and remote control integration (auxiliary computer video input shall be switchable via remote and central control unit). 5. All cabling and cords shall be minimized, bundled and concealed to the maximum extent possible using InfoComm AV standards. 6. All cabling and cords shall be compliant with a Plenum Environment for the heating, ventilation, air conditioning system (HVAC). 7. All cabling and cords shall be separated according to InfoComm standards for interference control. 8. Wireless electronics shall not interfere with the operation of equipment in adjacent classrooms. 9. Type and quality of equipment must be included with the proposal as it will also be evaluated along with the layout and placement of the equipment. 10. Only professional caliber equipment will be accepted. 11. Solution shall be designed to allow expansion for future VTC capability. Control unit installed shall enable such expansion. 12. Wall conduit shall allow at least 3/4" for expansion. 13. Contractor shall provide and install all new wiring, connectors, equipment and hardware required to complete this job. 14. All cables shall be labeled with source/destination at both ends with machine made labels. Cable numbers may be used only if a master cable index is provided in both hard copy and electronic format. 15. At the conclusion of the project, project site should be professional looking and safe, e.g. vacuumed, waste disposed. Requirement includes plugging and finishing holes and concealing all cabling integrated to the proposed classroom solution. ATTACHMENT 2 PRICE LIST Offerors must complete the table below. Provide a detailed breakdown of the items required for your proposed technical solution. (If you require extra space, you may submit additional pages with your proposal. Please indicate that additional pages are provided at the end of this attachment.) The total extended prices for each of the Contract Line Item Numbers (CLINs) below must match the proposed total dollar amount for their respective CLINs. CLIN 0001 (PARTS): Item Number Item Description Manufacturer and Part number Quantity Unit Unit Price Extended Price 001 002 003 Total Price Extended CLIN 0001: tiny_mce_marker__________ CLIN 0002 (LABOR): Item Description Quantity Unit Unit Price Extended Price Total Price Extended CLIN 0002: tiny_mce_marker________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHE51161AC03/listing.html)
 
Record
SN02583880-W 20110922/110920235122-6aaf7283420c13a01f76c611de0cfe41 (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.