SOLICITATION NOTICE
58 -- Audio Visual Equipment - Phil 45 day PALT
- Notice Date
- 1/27/2022 9:35:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0245
- Response Due
- 2/7/2022 7:00:00 AM
- Archive Date
- 03/09/2022
- Point of Contact
- Phillip Crockett, Contract Specialist, Phone: 802-295-9363
- E-Mail Address
-
Phillip.crockett@va.gov
(Phillip.crockett@va.gov)
- Awardee
- null
- Description
- 12/29/2021 2 Statement of Work (SOW) West Roxbury, Khuri Conference Room AV/VTC System Introduction Purchase, install, and make operational an Audiovisual (AV) system with optimal Video Teleconferencing (VTC) capabilities for Surgical Physicians in the Khuri conference room at the VA Boston Healthcare System (BHS), our West Roxbury (WX) campus, 1400 VFW Parkway, West Roxbury MA 02132. Background Videoconferencing, electronic meetings and presentations are an important part of any business or scientific endeavor. This conference room is VABHS s lead Surgical Conference Room. VABHS s Surgeons are some of the best in the world. They need the ability to easily, seamlessly conduct VTC meetings with top Surgeons around the world. Scope The scope of this PWS is the AV/VTC system in the Khuri conference room only. The Khuri conference room is located in Building 1, 3rd floor, C wing, room 3C-105. See drawing Appendix A. Installation and configuration of codec, cabling, speakers, microphones, touch panels, and licenses. The codec and monitor are new. They will not have to be replaced. Winning bidder will have to integrate their new system with them. Equipment Requirements See Appendix B Specified Equipment List. This is what the winning bidder must purchase. Bidder will substitute same brand if there is an updated model. All equipment the winning bidder specifies must be compatible with the VA s Cisco codecs and fit the VA s current information security regulations so that the VA will not have to submit new equipment to the information security ERA Specialized Equipment process. Programing Requirements Winning bidder to give the VA the program code with blueprints at the conclusion of the project. Winning bidder will provide examples of screen shots for all Interfaces. Must be a Crestron Elite Dealer and a Crestron programmer must be on staff. System must allow full control of all technology. Source switching/mixing must be extremely user friendly with the ability to switch all sources or any combination of sources from 1 page. Graphics must be easy to read and navigate with proper colors and contrast. System must allow for duplicate tablet interface control. Provide the VA with security passwords and lockout controls. All programing must be consistent and neat in content. All programming must be web-based as well as Crestron-based. System Integration Requirements Wire management must be labeled and well organized. Must have a licensed E1 Electrician on staff for high voltage consultation. Must have a certified ISF Technician on staff and ISF calibration equipment. All inputs to be calibrated on-site. Show proof of credentials. Must have an Electronic Engineer on staff for service and support. Show proof of credentials. Performance Requirements Prior to purchase and shipment of any equipment, the vendor shall coordinate system design with our Surgical Customers, OI&T, the Activation Coordinator, and the Interior designer. Make the system as easy to operate as possible. The touch of 1 button to operate is the desired case. Standardize operation as much as possible with other West Roxbury AV/VTC systems. Purchase the equipment on Appendix 2 Specified Equipment List. Install all equipment and systems. Test all equipment and systems, make them 100% fully operational. Provide 2 sessions of in person hands-on training and system review with our Surgical customer/owners. Provide a 1 sheet easy-to-read operational guide. Period of Performance is 30 days. Service onsite within 24 hours during a 1-year warranty period. Deliverables An easy-to-operate, dependable AV/VTC system. Warranty Warranty to be for 1 year from date of acceptance of the 100% operational system by the VA. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor personnel shall obtain a short-term identification badge issued by the VA Police. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the VA Police a valid (non-expired) photo identification issued by a US federal, state or local government agency. Contractor personnel will be monitored at all times. Contractor personnel will follow all VA and Government rules and regulations to include information security. The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Appendix A Diagram of Khuri Conference Room Appendix B Specified Equipment List Specified Equipment List Item # Manufacturer Description Qty. 262635 SHURE CEILING1 Ceiling Microphone Array 2 262631 SHURE HUB1 Communication Center 1 262630 SHURE CONTROL1 Touch Controller 1 ESA-70V2CH-150W Episode® 70V IP-Enabled Amplifier | 150W x 2 Channels 1 KLP-IC-800-TWH Klipsch Commercial 70-Volt In Ceiling Speakers 4 AN-110-RT-2L1W-WIFI Araknis Networks® 110 Series Single-WAN Gigabit VPN Router with Wi-Fi 1 AN-310-SW-R-16-POE Araknis Networks® 310 Series 16-Port L2 Managed Gigabit Switch with Full PoE+ 1 WattBox® IP UPS Kit - 12 Controllable Outlets | 1500 VA 1 B-260-444- HDRSP12SA Binaryô 260 Series 4K HDR HDMI Splitter | 1x2 1 PRO4 Crestron 4-Series Control System 1 TS-1070-B-S Crestron 10.1 in. Tabletop Touch Screen | Black Smooth 1 HD-PS622 HD-PS622 8x2 4K60 4:4:4 HDR Presentation System 1 HD-RX-101-C-E Crestron DM Lite HDMI® over CATx Receiver, Surface Mount 2 Aver CAM520 Pro Camera 2 Hardware, Plates, Fittings, Connectors, Extension Cords, etc. as needed 1 High Quality Digital Audio and Video interconnect cables, as needed 1 Uninterrupted Power Supply (UPS) 1 Licenses to ensure optimal system operation as needed for 10 years SV Design an AV/VTC system that meets the needs of videoconferencing world-class Surgeons in their primary Khuri Conf. Room. Explicitally follow SOW titled SV
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fcad150c13e742d89b69de1909bc458f/view)
- Place of Performance
- Address: Boston Healthcare System (BHS) West Roxbury (WX) campus 1400 VFW Parkway, West Roxbury 02132, USA
- Zip Code: 02132
- Country: USA
- Zip Code: 02132
- Record
- SN06226660-F 20220129/220127230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |