DOCUMENT
59 -- Chapel Activation Audio Visual Equipment - Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Attachment
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
- ZIP Code
- 52241
- Solicitation Number
- 36C26318Q9552
- Response Due
- 7/18/2018
- Archive Date
- 8/2/2018
- Point of Contact
- Harry R Grambo III
- E-Mail Address
-
8-3614<br
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation for Chapel Audio Visual Upgrade Commercial items. Solicitation number: 36C26318Q9552 1a. DESCRIPTION OF THIS SOLICITATION. This is a 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 solicitation; quotes are being requested and a written solicitation will not be issued. The VA is seeking interested parties for a contract to provide and install audio visual equipment in the Sioux Falls Veterans Affairs Health Care System Chapel. Response to this solicitation is to be received no later than: 02:30pm CST, Wednesday, July 18th 2018 Respond by emailing offer to harry.gramboiii@va.gov Response to solicitation 36C26318Q9552. Information relevant to this solicitation: Solicitation number: 36C26318Q9552 NAICS code (North American Industrial Classification system: 334310 Size Standard for this NAICS code: 750 employees PSC/FSC (Product Service Code/Federal Supply Code): 5965 This acquisition is: Full and open competition. This is a Brand Name or Equal solicitation. Any or equal items must meet or exceed the performance specifications of the brand name items being solicited. The type of award(contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. Delivery method and instructions: The point of contact should be present for a site visit on 11 July 2018, 10:00 a.m. CDT, at the Sioux Falls VA Health Care System, 2501 W 22nd Street, Sioux Falls, SD 57105, in hospital lobby. Only those responding by July 10th will be allowed into the site visit for security purposes, please include party size, names, and contact information. Parties should be in place by 9:45 a.m. CDT. Any questions regarding the request may contact Harry Grambo by mail, email, or phone no later than 2:00 PM CDT, July 10th, 2018. The site visit is not mandatory to bid, however it is highly encouraged. Contract Period: Delivery date - 60 Calendar Days ARO. 1b. DESCRIPTION OF SUPPLIES BEING SOLICITED for solicitation 36C26318Q9552 Functional/Performance/Specification General Equipment Name: The Sioux Falls VA Health Care System is seeking a solution for Pastoral Care Audio Visual needs for the Chapel Activation Project. Description & Salient Characteristics The Sioux Falls VA Health Care System Chapel will be utilized for religious services. An Audio-Visual system will be required to provide sound reinforcement, local PowerPoint display, and broadcast. The sound reinforcement will need to provide intelligible sound from the alter area to the service goers. The local PowerPoint will need to present the service content to the attendees. The broadcast system will need to compile the microphone audio with a camera image of the alter area with the PowerPoint to be presented to an internal cable channel. Contractor shall provide all Equipment, Parts, Supplies, Tools and Labor for this project to include all installation and testing services. As part of the minimum 12-month warranty or manufacturer s warranty, whichever is greater; the Contractor shall be required to provide support within 2 hours and On-Site Support/services within 24 hours of notification. On-Site is defined as the location of the Sioux Falls VA Health Care System, 2501 W 22nd Street, Sioux Falls, SD 57105. Contractor shall remove all waste and clean area daily where the work is performed. The Audiovisual System Suite shall at a minimum have the following functions and components: Audio System Microphones Source Inputs Speakers Digital Signal Processing Video System Video Switching Capability Source Inputs and outputs Multiple Display Units and Sizes Broadcast System Camera Video Processing Switching Capability for Internal Cable TV System Audio Visual Integration Control System Crestron Control System System Description AUDIO SYSTEM Microphones There will be three microphones in this system. One wired microphone for the pulpit and two wireless. One wireless channel will have a handheld option and the second will have a belt pack with an over the ear Countrymen Style microphone. A lapel style will not provide as much gain before feedback as the head worn version and you may be disappointed in the amount of volume that you will receive from the mic. The Shure MX418 cardioid microphone with local switch or equivalent would be a good option for the pulpit microphone. Shure ULX-D, QLX-D, and Microflex lines (from lowest to highest) or equivalents would provide good wireless microphone options. The rechargeable options with charging stations would be a benefit. The antennas should be relocated into the room. Source Inputs An output from the video switcher will need to provide source audio to be mixed with the microphones to the room and the broadcast feed. Speakers 8 ceiling speakers will be utilized to provide sound reinforcement to the naïve. Ceiling speakers will be a 70-volt system and separated into two independently controlled amplified zones. PAG NAG calculations predict 16dB of microphone amplification with this model. Setting a lower tap on the two speakers closest to the alter area and lowering the microphone reinforcement in the first zone will increase that headroom for microphone reinforcement. JBL Control 26CT, QSC AC-C6T, or equivalents would be recommended. QSC SPA4-60 or equivalent amplifier is recommended to provide 2 channels of 70-volt with a 100w minimum RMS power rating. Digital Signal Processor (DSP) The DSP will need to provide auto-mixing capabilities to keep the nominal open mics to 1 or 2. Provide for independent microphone mixing to both speaker zones. Have an API that will allow 3rd party control in an efficient manner. Allow for compression and EQ on individual microphone inputs. Allow for EQ and limiting on the amplifier outputs. Mix source audio with microphone audio for both speaker zones as well as the broadcast feed. Recommended DSPs include: QSC Core 110f, BiAmp Forte, or equivalent. Video System A PC will be provided by VA to display PowerPoint information on to two monitors. The PC will be located with rack system. A video switch will be utilized to allow additional future sources as well as to split the source video signal to the two displays and broadcast. The switch will also provide source audio to the audio DSP. HDMI extenders over category cable are required for any transmission over 25 feet. Recommended switches include AVProConnect AC-MX44-AUHD-HDBT, Crestron DM-MD 6x4, Extron DTP CrossPoint, or equivalent products. Recommended HDMI extenders include AVProConnect, Crestron, Extron, Kramer, or equivalent. Display sizes will be limited in size do the available space Displays will be mounted above 80 due to ADA regulations. AVIXIA 3M standard recommends a 50 80 display size. With the spatial limitations, a 40 50 display is recommended and use a slightly larger font when developing the presentations for the space. Displays to be mounted on an articulating mount to allow vertical and horizontal movement of the screen. Displays will need 3rd part control options. Recommend a commercial display line from NEC, LG, Samsung, Sharp, or equivalent. Displays will be provided with a scaled output. USB will need to be extended into the chapel space for the mouse and keyboard to the PC located in the AV rack. Broadcast System A camera will be required to capture a high definition image of the alter area. This image can be static and does not require PTZ functionality. AJA RovoCam, Panasonic Professional cameras, Sony Professional cameras, or equivalents are recommended. A video processor will be utilized to create the broadcast feed. The broadcast feed will show the camera when PC is not being utilized. Picture in Picture: the camera image onto the PowerPoint when PC is being utilized Embed an audio mix of source and microphone audio into the broadcast feed. Mute audio and video out of the system when not in use. The AVProConnect AC-MXMV122-UHD is recommended. Switching of the internal cable system to the Chapel broadcast feed will be handled outside of the scope of this system. AV Integrator will be responsible to pull transmission cable from AV rack to cable system. This is not to exceed 150 feet. It is recommended that this transmission be either an HDMI over category cable or as an HD-SDI feed. The current cable system is standard definition (composite plus composite). AV Integrator is responsible to provide this conversion. It is understood that there will be letter boxing or minor cropping of the image. Control System A Crestron control system will be utilized to provide basic controls for the system. Microphone volume and mute functions. System power on and off. Display power. Default volume. Broadcast feed. Broadcast feed start and stop. Video switch between camera only, presentation only, or camera over presentation. Available camera functions. Controls will be available on a 7 touch panel located in the alter area. GUI design to operate similarly to existing control systems for continuity. TSW-760 is recommended. The office is a separate system attached to this scope. VA will provide video conference equipment (Cisco unit, please verify with VA) to be integrated with the same model of display utilized in the Chapel for this office. Desktop and laptop connections will need to provide content to the display as well as share content to the video conference. A Crestron HD-MD-400-C-E is recommended to auto switch between the desktop and laptop and provide the extension to the codec content input. Video Conference Microphone will need to be extended to the desk. Control of the system will be by codec and display remote controls. INFRASTRUCTURE Chapel Display Locations Mounting Displays will be hung above 80 in accordance with ADA requirements. Displays will need to be hung from the wall/column with an articulating arm or from the ceiling with a pole mount. If hung from the wall, backer will need to be added to the wall to support the weight of the display, its mount, and pull out force attributed to it being extended out. Based on a 50lb display and a 20lb mount and a 5:1 safe working load; the wall/column would need to support a minimum of 350lbs. If hung from the ceiling, the AV contractor will need to be provided with structural points at which they will be allowed to attach to that will support a minimum of 350lbs. Electrical 20A circuit will be required at the rack location with a duplex outlet accessible to the rack location. 20A circuit will be required to feed both display locations. A duplex outlet will be required at each display location. If wall mounting is preferred, an outlet will be required at 90 inches from the finished floor. if pole mounting is preferred, an outlet will be required in the ceiling tile adjacent to the pole mount locations. Low Voltage Audio Visual Wiring (Communication Circuits) Cabling path will be required from the rack location to each display location for a 1-3 category cables. Recommend a single gang box/low voltage ring located next to electrical power for these locations. Cabling path will be required from the rack to the camera location (ceiling or wall mid-way into the room) for 1-3 category cables. Cabling path from wall or stage floor near podium location to rack location. 1-2 category cables. 22-2STP microphone level cable. Cabling path from rack to ceiling speaker locations. 18 UTP cable. 2 runs from rack to ceiling space. Loops between speaker locations. Cabling path from rack to IT closet housing cable system connections. This is floor away, verify location with VA. Either 1-2 category cables or a RG6 cable. Office Mounting Display will be hung from the wall on a static display 48 from the floor. Codec & camera will be mounted below the display. Backer will need to be added to the wall to support the weight of the display, its mount, and accessary equipment. Based on a 50lb display and a 20lb mount and a 5:1 safe working load; the wall/column would need to support a minimum of 350lbs. Electrical 20amp circuit is recommended for the display location It is recommended to provide a recessed box behind the display, 60 above the floor that will contain the duplex electrical outlet along with access to cable paths for low voltage communication cabling. Low Voltage Audio Visual Wiring (Communication Circuits) Cable path will be required from the display location to the desk for 1-3 category cables and 1 22-2STP cable. Cable path will be required between the display and the codec. It is a cleaner look if these cables can be ran through the wall free air between two single gang low voltage mud rings. Required Individual Line Items & Quantity of Items (1 each) Enter line item description for each item requiring a breakdown in pricing (2 each) Maintenance Manuals, User Manual, Cleaning Instructions (CD, PDF or Word) Optional Line Items Warranty Information 1 Year Warranty or Manufacturer s Warranty Whichever is greater. Delivery Requirements: All products should be ordered to arrive on or about 7-15-2015. Please include any shipping costs that are not included in the cost of the line items. 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) 3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Past performance IAW 9.104-3(b). Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). 4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. Addendum to FAR 52.212-3 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) Notice Listing Clauses Incorporated by Reference. In accordance with FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE there are below, clauses incorporated by reference (by Citation Number, Title and Date) and have the same force and effect as if they were given in full text. The full text can be found at: https://www.acquisition.gov/browsefar or https://www.va.gov/oal/library/vaar/ 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70 Commercial advertising (Jan 2008) 852.211-70 Service Data Manuals (Nov 1984) 852.211-73 Brand name or equal (Jan 2008) 852.232-72 Electronic submission of payment requests (NOV 2012) 852.246-70 Guarantee (Jan 2008) 852.246-71 Inspection (Jan 2008) Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). ** End Solicitation **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/36C26318Q9552/listing.html)
- Document(s)
- Attachment
- File Name: 36C26318Q9552 36C26318Q9552_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456462&FileName=36C26318Q9552-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456462&FileName=36C26318Q9552-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26318Q9552 36C26318Q9552_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4456462&FileName=36C26318Q9552-001.docx)
- Place of Performance
- Address: Sioux Falls VA Health Care System;Attention Steve Westhoff;2501 West 22nd Street;Sioux Falls, SD
- Zip Code: 57105
- Zip Code: 57105
- Record
- SN04978826-W 20180705/180703231122-45cdca89d6ef5bb70c9c4dd5da16cbaf (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 |