Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOLICITATION NOTICE

58 -- AV VTC SYSTEM TECHNICAL REFRESH

Notice Date
9/7/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018917Q0169
 
Response Due
9/20/2017
 
Archive Date
3/20/2018
 
Point of Contact
William Spencer 757-443-1391
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The internal RFQ number is N0018917Q0169. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 (effective 19 January 2017) and DFARS Publication Notice 20161222 (effective 22 December 2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Government intends to award a Firm Fixed Price (FFP) contract action from this solicitation. The NAICS code is 334310 and the Small Business Standard is 750 employees. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. Description and quantity of the products required are as follows: DescriptionQTYPrice Video Display and AV Switching System Pro 70 1080p LED Display w/ RS232 (NO TUNER)2 Wall Mount for above Display2 8x8 analog and digital capable matrix switcher (4RU)1 HDMI input card2 DVI Card (For all Tower PC use)2 HD BaseT input card3 HDMI/RGB HD BaseT TX (FM)1 HDMI/RGB HD BaseT TX (WP)1 Dual Gang Deco plate for above (black)1 Low Voltage Retrofit Box, Dual gang1 2-Channel HD BaseT Output Card1 Scaling 2 ch HDMI w/ Analog Audio Output Card1 HD BaseT Cat RX / room controller w/ internal 4k scaler (wallwart)2 Audio System (Digital Signal Processor/Microphones/Amps/Speakers) 2x2 Multi Element ceiling mic array w/ Dante interface1 12x8 Digital Audio Server w/ AEC, USB, FXO (POTS) interface and Dante protocol1 White in ceiling 6.5 Coax wide dispersion 70v/8ohm speakers6 1/2 RU 2 Ch Amp Bridged @ 250 watts into 70v1 Audio Visual Control System incl. Touch Panel AV Control Processor w/ (6) 232 and onboard C-net1 10.1 Contemporary Wired PoE Touch Screen, Black1 Desktop Base for 10.1 Touch Panel, Black Smooth1 5-port POE Switch1 Infrared Emitter Probe1 Dual input USB switch w/ 4 port hub1 USB Extender w/4-Port USB Hub1 VTC System Components for Integration with GFE C40 12x HD PTZ Cam (silver) w/ HDBaseT and HDMI out 73 ° Horz FoV in Wide mode1 PoE+ Midspan Power injector1 Indoor Programmable Electronic Message Center Signs2 Dual IP Secure/Non-Secure Network Isolation Switch1 Digital Fiber Based Video Isolator w/ 232 control2 Equipment Storage Credenza w/ Display and Camera Mounts, Power Distribution and Cable Management 3 Bay Credenza (finish TBD) designed specifically for Audio Visual and Video Conferencing equipment including: Display and camera mounts, cooling kit, rack shelves, cabling lacer bars, power strip distribution with surge protection. Also include ADA compliant over floor raceway with internal channels for cable routing from credenza to conference room table1 Cabling / Installation Materials All audio visual cabling (pre-made and custom), crimp pins, connectors, 1 anduit, rack screws, tie wraps, labels, shrink tubing, bolts etc. necessary to complete installation of the system equipment listed above to meet the functionality outlined in the scope of work.1 Labor Services - Installation / Programming / Project Management / Engineering Project Management1 Installation and End User Training of Audio Visual System1 Rack Build / Installation of AV System Components / Wiring1 Digital Signal Processor Programming (adjusting audio for room acoustics)1 Audio Visual Control System Programming (customized for CPRG Reqs)1 Engineering Services and Document Preparation1 Post Installation Maintenance Support 1-Year On-Site Service Contract on new AV and VTC System Equipment * Remote and Onsite Support * Labor support covers new and existing equipment * New equipment covered by manufacturing warranty and includes. loaner equipment if any equipment is returned to manufacturer for repair * GFE equipment will not be covered by replacement warranty1 ESTIMATED TOTAL The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing materials and labor to support the installation and maintenance of Commander Patrol and Reconnaissance Group ™s (CPRG) Flag Video Teleconferencing (VTC) conference room suite on Naval Support Activity (NSA) Hampton Roads in accordance with attached Statement of Work. A MANDATORY site visit is scheduled for 9 AM EST ON WEDNESDAY SEPTEMBER 13, 2017. Interested Vendors will meet in the parking lot across from NSA ™s back gate located on Helmick Street. Building Access: Vendors will need to have their security mangers send visitor request in JPAS to SMO Code N39555. This can be done on the JPAS Website: https://jpasapp.dmdc.osd.mil/JPAS/JPASDisclosure. If this cannot be completed vendors will have to be escorted into the building. All vendors interested in attending the site visit must contact the Contract Specialist by email at William.p.spencer@navy.mil NO LATER THAN 10 AM EST MONDAY SEPTEMBER 11, 2017 to provide their company name, name of representative that will be attending the site visit and contact number for the representative. Any questions may be asked at the site visit. All additional questions after the site visit must be submitted in writing by email NO LATER THAN 9 AM EST THURSDAY SEPTEMBER 14, 2017. Vendors not present for the site visit will not be considered. Period of Performance: 29 September 2017 “ 29 October 2017. Place of Performance: Commander Patrol and Reconnaissance Group Building NH95 7927 Ingersol Street STE 250 Rooms 1226/1227, Floor 2 Norfolk Virginia 23511 Please review the following applicable attachments: I: COMBINED SYNOPSIS/SOLICITATION II: STATEMENT OF WORK This announcement will close at 10 AM EST ON WEDNESDAY SEPTEMBER 20, 2017. All responsible sources may submit a quote to William Spencer who can be reached at 757-443-1391 or email william.p.spencer@navy.mil NO LATER THAN 10 AM EST WEDNESDAY SEPTEMBER 20, 2017. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, Performance Work Statement. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917Q0169/listing.html)
 
Place of Performance
Address: Commander Patrol and Reconnaissance Group
Zip Code: Building NH95
 
Record
SN04666357-W 20170909/170907232512-3b9918ebfb76449a291b4c5efdf511f6 (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.