Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
SPECIAL NOTICE

72 -- Request for Information

Notice Date
9/24/2014
 
Notice Type
Special Notice
 
NAICS
517911 — Telecommunications Resellers
 
Contracting Office
Department of the Navy, Chief of Naval Installations, Chief of Naval Installations Command-MWR/VQ, 5720 Integrity Drive, Bldg 457, Millington, Tennessee, 38055, United States
 
ZIP Code
38055
 
Solicitation Number
HDQMWR-14-RFI-0004
 
Archive Date
10/17/2014
 
Point of Contact
Dennis Bertrand, Phone: (901) 874-6931, Troy L Milburn, Phone: 901.874.6681
 
E-Mail Address
dennis.bertrand@navy.mil, troy.milburn@navy.mil
(dennis.bertrand@navy.mil, troy.milburn@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION HDQMWR-14-RFI-0004 Contracting Office - CNIC Millington, TN 1.0 DESCRIPTION 1.1 The Commander Navy Installations Command (CNIC) is seeking information as to whether it is in the best interest of CNIC to issue an RFP for a new IDIQ contract or to utilize Information Technology Group (ITG)'s AFNAFPO Contract # F41999-11-D-0004 for purchase and installation of televisions in Navy Gateway Inns and Suites and Navy Getaways worldwide. As a precursor to issuing a Request for Proposal, CNIC is asking for input on the level of interest of potential offerors on a new IDIQ contract based on the draft Performance Work Statement in Paragraph 2 below. 1.2 THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal, or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges will arise as a result of contractor submission in responses to this RFI or the NAFIs use of such information. NAFI reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Information submitted in response to this RFI will not be returned. 2.0 NAVY LODGING PROGRAM TELEVISION INSTALLATION PERFORMANCE WORK STATEMENT (PWS) 2.1. TITLE: Installation of Hospitality Televisions at U.S. Government Lodging Facilities 2.2. INTRODUCTION: This PWS defines the requirements for the removal of existing TV equipment and installation of new/replacement TV equipment for US lodging facilities worldwide. 2.3. OBJECTIVE: The objective is for a contractor to provide all the required equipment and all necessary accessory items, materials and labor to safely and professionally complete a TV project based on the requirements of each delivery order. 2.4. REQUIREMENTS: a. Project coordination: Coordinate each project based on the needs of the activity. Provide an updated weekly calendar with delivery and installation information; coordinate delivery, de-installation, installation and project closeouts. b. Pre-installation Site Survey: Prior to installing the equipment, the contractor shall conduct a site survey and ensure that the physical installation location is adequate to properly house the televisions and components. Provide a detailed plan on where the TVs will be mounted in each room type. Provide two room layout drawings to ensure power, cable or satellite service connectors are available at the recommend installation location. Ensure that sufficient power, electrical outlets are available to properly power the television and components. Ensure that satellite or cable service is active. Discuss in detail and review with the onsite lodging manager all installation requirements. c. Equipment unload and transport: As necessary the contractor shall unload the equipment at the delivery location and load and transport the equipment from the delivery location to the install location. d. Equipment Removal: The contractor shall remove all existing TVs and display monitors as required from the rooms and buildings and provide de-installation of all peripheral devices and power receptacles. The contractor shall provide covered transportation for all equipment removed; and shall load all removed equipment and materials in a safe and secure manner in order to minimize any damage to the existing equipment. The contractor shall coordinate with the site point of contact to identify the agreed upon storage facility. The contractor shall load, transport and unload equipment to the identified storage facility. e. Equipment and Identification: The contractor shall provide and install appropriately sized LG Hospitality HD LCD TV w/Programmable Remote Control, USB and Pro:Idiom & Cloning capabilities including Credenza Mount. The contractor shall provide the NGIS manager with a list of equipment serial numbers with corresponding room numbers. f. Equipment Installation: The contractor shall unpack and verify the condition of each new TV and components prior to install; in some instances the contractor will be required to move existing furniture in order to mount or install the new TV's. The contractor shall inspect and note any damage to the furniture or walls prior to installation. The contractor shall provide a list of damages to the lodging manager prior to installation. The contractor will be responsible for any damages not noted prior to installation that either damages the furniture or damages the walls that will require professional services in order to repair. The contractor shall also provide the following: •· Connect cables to or reconnect cables to the TV, satellite, DVD or cable management box or any other device currently connected to the TV. The contractor shall ensure that all cables are available based on the site survey, including cables required for connection of external peripheral devices, phone cord/Ethernet cable and USB cables. •· Program non-learning remote control devices to operate connected components. •· Provide facility staff with an overview and training on the operation of the new equipment. •· Configure of all options available on the new equipment. •· Mount all hardware and brackets required to secure the TV, Speaker Sound Bar, and/or components to either the wall or designated furniture. •· The contractor shall provide the appropriate mounting bracket for each individual site. Brackets shall meet minimum specifications that will be required to professionally mount the TV, Speaker Sound Bar, and components. Brackets shall be securely mounted and approved to be used with the TV or component. Appropriate Bracket must be used to achieve desired room configuration (Pivot, Swivel, Flat Mount Stand) all brackets must be hidden from view and aesthetically pleasing to the eye. Brackets must not be larger than the TV or take away from equipment or the room's appearance. Brackets utilized must have antitheft deterrent capabilities and mount in a manner to deter theft. g. The TV and components must operate in same manner or better once installed in any Navy Gateway Inns & Suites location. All cables must be securely mounted and aesthetically pleasing to the eye. Cables shall be professionally installed within a standard framed wall (if applicable) or professionally organized with either cable ties, cable trays, cable wraps or raceway that match the TV's finish. In some instances cables will need to be wall fished in order to achieve desired look. The contractor will be responsible for any wall fishing that is required during installation. h. The contractor shall remove from the install site and dispose of all trash and/or packing materials associated with the installation. If necessary the contractor shall provide dumpsters. i. Best Practices: The contractor shall be ISO-20000 certified at time of submission and maintain ISO-20000 certification throughout the life of the contract. j. Note: Paragraphs (b) through (h) only apply to projects that include installation. 2.5. PROJECT TRACKING SYSTEM: The contractor shall provide a web based tracking/coordination system that is accessible by the Contracting Officer and Contracting Officer's Representative. The tracking system shall provide all pertinent project information to include current updated status. 2.6. INFORMATIONAL DOCUMENTS: Not later than 30 days of contract award, the contractor will provide a "What to Expect" document and an Equipment Repair document. The "What to Expect" document will be provided to each activity with a copy of the request for quote to explain the site survey and installation procedures. The equipment repair document will be provided to each activity to explain TV repair procedures after install. 2.7. GOVERNMENT RESPONSIBILITIES: The onsite government point of contact will provide necessary escorts for technicians for the duration of the services. The onsite Government POC will also ensure a safe and adequate work environment with sufficient space for the delivery of services and supplies within a reasonable proximity of the service location. 2.8. PLACE OF PERFORMANCE: US Government Lodging Facilities' locations worldwide. 2.9. DELIVERABLES: a. Pre-installation Site Survey. A copy of the pre-installation survey shall be provided to the onsite Government point of contact and to the Contracting Officer. b. What to Expect document. See paragraph 6 above. c. Project closeout report. Upon completion of all services, the contractor shall provide the Government onsite point of contact with a checklist and customer acceptance form. d. Service notification form. Upon completion of each installation or included with delivery of equipment for projects without installation, provide a post project service notification form to include warranty point of contact and service procedure information. 2.10. GOVERNMENT POINTS OF CONTACT: An onsite point of contact will be identified on each individual delivery order. 2.11. PROJECT PROCEDURES: Each project will be initiated by the individual NAFI lodging activity submitting a request form to the contracting officer. The contracting officer will prepare and issue a request for quote for projects that requires the contractor to install the equipment. The contractor will schedule and conduct a site survey and then submit a quote based on the site survey and the equipment requirements. The quote will result in the issuance of a delivery order by the contracting officer. For projects that do not require the contractor to install the equipment, a delivery order will be issued based on the equipment requirements without the need for a request for quote. 2.12. TRAVEL COSTS: Travel costs will be reimbursed in accordance with Government travel guidelines and Joint Travel Regulations (JTR). The contractor shall provide receipts with invoices for all travel costs. Travel costs must be itemized. No fee or profit will be allowed on travel and per diem costs. (End of PWS) 3.0 RESPONSES 3.1 Please respond with interest in contracting for the requirements as listed in the PWS above along with any questions regarding this announcement by 1200 hrs. 2 October 2014. Verbal questions will not be accepted. Please send e-mail response to Dennis Bertrand, dennis.bertrand@navy.mil. Mailing address: Commander Navy Installations Command N944, 5720 Integrity Drive, Building 457, Millington, TN 38055 FedEX/UPS address: Commander Navy Installations Command N944, 7736 Kitty Hawk Avenue, Building 457, Millington, TN 38054 3.2 Based on responses, CNIC will decide whether to pursue a contract or to utilize ITG's AFNAFPO Contract # F41999-11-D-0004. 4.0 CONTRACTING OFFICE ADDRESS Commander Navy Installation Command, N944 5720 Integrity Drive, Building 457 Millington, TN 38055 4.1 Place of Performance Various Locations worldwide 4.2 Primary Point of Contact Dennis Bertrand, Contract Specialist E-mail: dennis.bertrand@navy.mil Telephone: (901) 874-6931
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b51adfb9d4ddeba7a6b4748dac2b16fc)
 
Place of Performance
Address: Various locations worldwide, United States
 
Record
SN03526518-W 20140926/140925002141-b51adfb9d4ddeba7a6b4748dac2b16fc (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.