Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
SOLICITATION NOTICE

70 -- USPFO-PR Conference Room Audiovisual

Notice Date
2/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
USPFO for Puerto Rico, P.O. Box 34069, Fort Buchanan, PR 00934-4068
 
ZIP Code
00934-4068
 
Solicitation Number
W912LR-14-R-0002
 
Response Due
3/14/2014
 
Archive Date
4/19/2014
 
Point of Contact
Angel J. Martinez, (787) 277-7697
 
E-Mail Address
USPFO for Puerto Rico
(angel.j.martinezguzman.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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. The Government intends to issue a Request for Proposal (RFP) for a Firm Fixed-Price Contract for the acquisition and installation of a videoconference and presentation system at PRARNG United States Property and Fiscal Office for Puerto Rico (USPFO-PR). The system shall be able to conduct computer based local presentations during their meetings and to conduct meetings with other remote locations. Locally held presentations shall allow participants to view projected sources such as PC generated signals, commercial TV broadcast and live-videoconference. The North American Industry Classification System (NAICS) Code is 541512. The PRANG requires the following items for this project: 001: 70 quote mark HD LED monitors, 4 EA 002: Wall mount bracket for 70 quote mark HD LED monitors, 4 EA 003: HD Video Conference System with two cameras, 1 EA 004: Ceiling Microphones, 2 EA 005: Ceiling mounted DLPHD 3500 - 4000 lumens digital projector 006: Digital projector ceiling mount kit, 1 EA 007: Faceplate with RJ-45, USB, HDMI, VGA, 110AC and audio inputs, 7 EA 008: High performance ceiling speakers, 4 EA 009: 24 port Data Switch Power over Ethernet (PoE), each port with Gigabit Ethernet capability, with Fiber Optic interface LC connectors, multimode ports. Equipment must be Cisco compatible with current Cisco infrastructure located at the Data Processing Center. 010: Multimedia All in One Switch, 1 EA. This multimedia device will be able to do on the fly high definition scaling of videos, images and computer signals; will drive each display monitor to their native resolutions, avoiding images with poor quality or with artifacts that cause image distortion. 011: Audio Amplifier, 1 EA 012: Rack mountable UPS, 1 EA 013: Wireless Touch Screen Control Panel, 2 EA 014: High Contrast, Motorized Projector screen (123 quote mark + diagonal screen size) 015: Delivery - FOB Destination, see Place of Performance. Installation, see Installation Instructions. Vendor shall dispose garbage to an appropriate facility outside Fort Buchanan. 016: Warranty, the vendor shall provide coverage for all the hardware included in this project. 017: Vendor shall provide end user training to selected personnel. Once installation and testing have been completed, training shall be conducted in the conference room facility to provide hands on equipment, usage, configuration and troubleshooting. DESCRIPTION OF REQUIREMENT: New Equipment ONLY; NO remanufactured or quote mark gray market quote mark items. All items must be covered by the manufacturer's warranty. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform project tasks. These activities are to take place between the hours of 7:30 A.M. and 4:00 P.M. Monday through Friday, excluding Federal holidays. INSTALLATION INSTRUCTIONS: The monitors shall be fixed to the wall by using a Wall Mount that will-be provided by the vendor. It shall have connected VGA with Audio cable, HDMI, RJ-45 and RCA cables that will be terminated in the A/V Console cabinet. Install HD VTC Cameras (refer to Conference Room Layout). The cameras shall be placed in such way that, during a VTC, the person(s) at the remote site will have the impression that the person in the Conference Room is looking to his/her eyes. The microphones shall be installed in the ceiling as close to the ceiling tiles as possible and shall provide the required sensitivity to support audio conferencing events. The speakers shall be distributed in such way that the audio is of high quality. The speakers shall be able to play the VTC audio as well as audio from the A/V rack devices such as a computer and connected devices. Perform system integration with all of the conference equipment in such way that all equipment can be managed from the Wireless Touch Screen LCD Monitor. VTC System shall provide interaction for audio conferencing thru VoIP lines, and analog lines, and be compatible with the current USPFO-PR Nortel/Avaya Switchboard. Equipment should be of commercial broadcast features and grade. For example, if a DVD is played, it should be capable of being seen in all monitors and not be restricted to be displayed in a single monitor due to copy protections, non-commercial type video amplifiers and mixers. The end result should be that the DVD content can be seen in all monitors at once if so desired. Vendor shall provide manuals, documents, and reference materials pertaining to all equipment installed in the conference room. Vendor shall provide system configuration diagrams, room layout and as-built of the conference room. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Best Value to the Government, price and other factors considered. Best Value is defined as an award based on the greatest overall benefit in response to the requirement Award for this requirement is based on the following evaluation factors: - Company's ability to perform (technical capability) - Past Performance - Price/Cost EVALUATION CRITERIA: Technical capability is slightly more important than Past Performance and when combined the non-cost factors are approximately equal to the Price Factor. The Best Value may not be the lowest price. Please provide the required information as follows: Part I Company's ability to perform (technical capability) Contractor Experience Part II Past Performance Mention no more than three (3) contracts completed in the last two years equal or similar to this project, and provide contact information for referenced projects. If you do not have relevant past performance and are using experience of key personnel, predecessor companies or subcontractors to obtain this contract, ensure you clearly state it in the proposal. Part III Price/Cost Please include warranty details The contract will be awarded using Source Selection Tradeoff Procedures. Award in this process does not necessarily mean the lowest price wins. PLACE OF PERFORMANCE: USPFO-PR BLDG 540 Borinqueneer Road Fort Buchanan, 00934 NAICS AND SIZE STANDARD: The NAICS code for this project is 541512. This U.S. industry comprises establishments primarily engaged in planning and designing computer systems that integrate computer hardware, software, and communication technologies. The hardware and software components of the system may be provided by this establishment or company as part of integrated services or may be provided by third parties or vendors. These establishments often install the system and train and support users of the system. The small business size standard, based on average annual receipts is $19.0 Million. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered and active in SAM, (www.sam.gov ), in order to be considered for an award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The RFP documents for this procurement will be posted on the Federal Business Opportunities (FBO) website, (www.fbo.gov). In order to receive notification of any amendments to this solicitation interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible to provide you notification of any changes to this solicitation. Issue combined synopsis and solicitation: Tuesday, February 18, 2014 Site Visit: 1:00 PM Thursday, February, 27, 2014 Questions due date: 2:00 PM Tuesday, March 4, 2014 Government response to questions: 4:00 PM Friday, March 7, 2014 Proposal due date: 2:00 PM Friday, March 14, 2014 Estimated Award Notification: Friday, 21 March 2014 Note: All local time The solicitation will be issued electronically on the Federal Business Opportunities web page; (http://www.fedbizopps.gov/). All proposals shall include the following minimum information: Cage Code Number, Duns Number, Taxpayer I.D. Number, Discount Terms, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a proposal which shall be considered. Proposals may be emailed, faxed or hand delivered. Paper copies will not be made available. A repository will be provided for hand carried proposals and located at USPFO for Puerto Rico, Building 540, Borinqueneer Road, Fort Buchanan, PR 00934-4069. Hand carried proposals must be deposited in the repository prior to the time established for receipt of proposals. Offerors are cautioned that approval to enter the base may take several hours to be issued. Delays are probable at the entry point and should be accommodated for. Late receipt of proposals due to base entry delays and regular mail delivery delay may not be deemed excusable and the Contracting Officer may declare the proposal late and remove it from consideration. POINT-OF-CONTACT FOR QUESTIONS: The point of contact for this solicitation is CSM Myriam Perez, telephone: (787)277-7694, fax: (787) 277-7690, email: myriam.perezsantos.mil@mail.mil. Any communications or questions regarding this requirement must be made in writing and forwarded via email and must identify the RFP number, company name, address, email address, phone number including area code, facsimile number, and point of contact. Address: USPFO-PR BLDG 540 Borinqueneer Road Fort Buchanan, 00934 Mail Address: USPFO-PR Attn: Purchasing and Contracting Division PO BOX 34069 Fort Buchanan, 00934-4069
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA70/W912LR-14-R-0002/listing.html)
 
Place of Performance
Address: USPFO for Puerto Rico Bldg 540, Borinqueneer Road Fort Buchanan PR
Zip Code: 00934-4068
 
Record
SN03290192-W 20140220/140218234238-e8bfbc06ae99401577982fa3d859d358 (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.