SOURCES SOUGHT
58 -- Dual Classification Audiovisual System - Sources Sought/Request For Information
- Notice Date
- 8/8/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Army, National Guard Bureau, 129 RQW, BASE CONTRACTING, PO BOX 103/STOP 25, MOFFETT FEDERAL AIRFIELD, California, 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-16-T-7018
- Archive Date
- 9/3/2016
- Point of Contact
- Paul (Nick) Ochs, Phone: 650-603-9276, Bardia Barmaki, Phone: 650-603-8575
- E-Mail Address
-
paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil
(paul.n.ochs.mil@mail.mil, bardia.barmaki.mil@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Sources Sought/Request For Information Solicitation: W912LA-16-T-7018 Description: Dual Classification Audiovisual System Closing Date: Friday, 19 August 2016, 2:00p Pacific Time NAICS: 541519, Information Technology Value Added Resellers 129th RESCUE WING, CALIFORNIA AIR NATIONAL GUARD CANTONMENT AREA, MOFFETT FEDERAL AIRFIELD, MOUNTAIN VIEW, CALIFORNIA This Request for Information (RFI)/Sources Sought solicitation is being issued in accordance with Federal Acquisition Regulation (FAR) Part 10, Market Research. Its sole purpose is to provide information for planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the California Air National Guard. The purpose of this RFI is to help the 129th Rescue Wing (129 RQW) understand industry best-practices, technical solutions, and sources capable of meeting the requirements detailed by this solicitation. The 129 RQW welcomes responses from all interested parties; however, no decision or award of contract will be made on the basis of responses from industry. The 129 RQW will not pay for the preparation or the subsequent use of any information submitted in response to this RFI. Respondents will not be notified of the outcome of the 129 RQW's review of the information received. Additionally, the 129 RQW does not intend to hold discussions concerning this RFI with any interested parties, but reserves the right to contact vendors if additional information is required for clarifications as it pertains to the RFI. The 129 RQW intends to install a dual classification (UNCLASSIFIED/CLASSIFIED) audiovisual system in the 129th Operations Group Aircrew Briefing Rooms (Briefing Rooms). To that end, the 129 RQW seeks to verify that its requirement is commercially available, gather any questions/comments about the 129 RQW's requirement, and to gather information about sources able to meet those requirements. SOURCES SOUGHT: Determine the availability and capability of qualified SERVICE-DISABLED VETERAN OWNED SMALL BUSSINESS (SDVOSB) CONCERNS to provide commercial off-the-shelf (COTS) systems and components that can be assembled and installed in the Briefing Room to meet the Functional Requirements outlined below. The NAICS code for this requirement is anticipated to be 541519, Information Technology Value Added Resellers with an SBA small business size standard of 150 employees. Please note that in order to be considered, a minimum of 15% and not more than 50% of the total price (less the cost of information technology, hardware, computer software, and profit) must be value added services. Technical Requirements: 1.All equipment must be COTS. 2.Installed system will be turn-key (i.e., completely useable upon Government acceptance). 3.Installed system will be installed in two (2) Briefing Rooms that are separated by an air-wall. Theair-wall can be opened to unify the space. Each of the Briefing Rooms shall have identicalfunctionality. When the air-wall is opened, the unified room shall be capable of displaying thesame content (i.e. mirroring) from a single source. 4.Each of the smaller rooms will be equipped with: a.One (1) each, high-definition long-throw projector. b.One (1) each, high-definition short-throw projector capable of projecting against a dry-erase board without glare. c.One (1) projection screen (minimum size 100-inches). d.One (1) each, podium with monitor and sound system. e.One (1) each, LCD touch panel for controlling the system(s). 5.System must be capable of connecting with various Government-furnished computers. 6. Use approved KVM's to separate UNCLASSIFIED/CLASSIFIED systems. 7. System(s) shall be capable of receiving inputs from DVI, VGA, HDMI, and connectivity for Apple iPads (i.e., Air Play or cable/adapter); use of adapters, dongles, or special cables are acceptable. 8. To maximum extent possible, all cables and wires will be installed inside of walls; use of external conduit to be minimized. 9. Onsite "Train-the-Trainer" training for up to four (4) users. 10. Onsite advanced maintenance and configuration for up to two (2) users. 11. One year extended warranty with on-site troubleshooting and repair Instructions: Interested parties should submit all the following information, along with other documentation, in order to help the 129 RQW better understand the functional capabilities of available solutions. * Provide a suggested available COTS solution and/or solutions that may meet the 129 RQW's objectives as listed above. * Note whether your COTS solution is a perpetual or term license. * Advise what requirements listed above can be developed out-of-the-box with configuration or as a customization. * Provide a brief explanation for points that standard marketing or technical reference materials do not explain about your suggested solution(s). * Identify whether these types of solutions are purchased directly from the manufacturer, or are they available through licensed resellers. * If the products are only offered by the manufacturer, are there licensed small businesses that are available to provide training and customizations? * Provide any acquisition vehicles are available to purchase proposed software tools and services that would make the acquisition process more efficient (GSA, GWACs, NASA SEWP, AFWay Netcents, etc.). * Detail any information would be helpful in determining the level-of-effort for implementation of the solution. * Describe any standardized support is provided by the manufacturer with purchase of the selected COTS system. * Explain the training and/or online help that will be available to the end users of the COTS system? * Provide publicly available pricing information, price lists, price strategies, discount strategies, etc. Please ensure that you explain pricing model(s) (i.e., license-based, user-based, etc.), and annual maintenance model. Also, please explain the pricing model for training offered and your professional services. * Identify product modules that are included in your pricing. * Disclose whether your business is in the manufacturing of the product/solution, or if your business is a reseller or third party. * Explain whether or not your solution adheres to Section 508 Accessibility Requirements (see: http://www.access-board.gov/508.htm). * Provide a list of where same/similar solutions are currently in use. Provide point of contact, telephone number, contract number, period of performance, organization supported, an indication whether you were the prime or subcontractor, contract value, and a brief description of how the contract referenced relates to the technical requirements described herein. * Provide any unique technical skills and relevant certifications held by your company and/or staff which demonstrates capability to perform the tasks. Responses: Responses to this notice should be limited to ten (10) pages, excluding marketing literature and/or technical data sheets. Additionally, your response should include the information below. * Company name, mailing address, email address, telephone and fax numbers, website address (if available). * DUNS number, CAGE code, Tax Identification Number, and company structure (i.e., corporation, LLC, partnership, joint venture, etc.). * Name, telephone number, and email address of a point-of-contact with the authority and knowledge to clarify responses with Government representatives. * Any questions concerning the 129 RQW's requirement for the Dual Classification Audiovisual System. * Any omissions from the requirements information that are needed to satisfy the Government's need; such as what services may be required in subsequent years. * Demonstration that your firm holds a SDVOSB status. * Confirmation that your firm is registered with the System for Award Management (www.sam.gov). * Acknowledgement that all invoicing must be submitted through Wide Area Workflow (https://wawf.eb.mil). Submit responses directly to MSgt Paul (Nick) Ochs, Base Contracting Officer via email at paul.n.ochs.mil@mail.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-16-T-7018/listing.html)
- Place of Performance
- Address: 129th Operations Group, Building 686, Moffett Field, California, 94035, United States
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN04213622-W 20160810/160808235106-0134e945f28deaecab6fea55f0ef08c6 (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 |