|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando
FL 32826-3275 58 -- PURCHASE AND INSTALLATION OF PUBLIC ADDRESS SYSTEM SOL
N61339-98-Q-0615 DUE 090198 POC Brenda Rhodes, Purchasing Agent,
407/380/4306 WEB: pasyssow,
http://www.ntsc.navy.mil/contract/procure.htm. 17. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation, quotations are being requested and a written
solicitation will not be issued. Solicitation N61339-98-Q-0615 is
issued as a request for quotation and incorporates the provisions and
clauses in effect through Federal Acquisition Circular 97-07. This
solicitation is set-aside for small business. The SIC Code for this
solicitation is 3651 with a size standard of 750 employees. The
following items are required: CLIN 0001, Public Address System, provide
labor and material to install system as per the following statement of
work. Statement of Work (SOW). Part 1 GENERAL. 1.1 GENERAL
DESCRIPTION. It is the declared and acknowledged intention and meaning
to provide and secure hardware, labor, and supervision to install a
public address system, to include installation and testing of related
circuit boards, speakers, amplifiers, power supplies, cables,
shelving/racks, brackets, and all miscellaneous equipment, materials
and incidental related work, with one year warranty on parts and labor,
complete and ready for use, at the Naval Air Warfare Center Training
Systems Division, 12350 Research Parkway, Orlando, FL 32826-3224. 1.2
PERIOD OF PERFORMANCE. The Contractor shall complete the required
installation within 60 days of contract award. 1.3 ITEMIZED TASKING.
1.3.1 The contractor shall provide the following items as a minimum.
All equipment provided under this contract shall meet or exceed
equipment specifications of requirements. The contractor shall provide
any and all parts necessary to ensure that the intent of this contract
is met, and that the equipment is complete and ready for use. 1.3.1.1
Provide and install five hundred and thirty one (531) 8-inch 24-volt
flush mount Ceiling Speaker/Amplifier assemblies with individual volume
control, (Valcom V-1020C or equivalent). Speakers shall include ceiling
grid mounting brackets required for the various suspended ceiling
styles within the complex. Various suspended ceiling systems include
the following: Armstrong Modulon 7500 Integrated Ceiling System (5 foot
by 5 foot and 5 foot by 3 foot panels). Acoustical Lay-in Ceiling Tiles
(2 foot by 2 foot and 2 foot by 4 foot panels). Linear Stainless-Steel
Ceiling System. Speakers shall be installed using locations identified
on attached drawings as a guide. All cabling will be installed per
National Electric Code, and State and local regulations. Cabling shall
not come in contact with sprinkler system water pipes. Cabling to
speakers shall be installed using "Right-angles" and shall not cross
over or contact ceiling lighting fixtures. 1.3.1.2 Provide and install
fourteen (14) 5-Watt, Speaker Horn assemblies, (Valcom V-1030C or
equivalent). Speakers shall include all mounting hardware. Speakers
shall be installed at exterior locations identified on attached
drawings. 1.3.1.3 Provide and install thirteen (13), one-way wall
mounted speakers, (Valcom V-1042-GY or equivalent), to be installed in
designated hallway areas and on the mid-point landings of each
stairwell. Stairwells 1 through 4 in the Deflorez building each have
two "Mid-point" landings. One between the first floor and the second
floor, and one between the second floor and the third floor. The
stairwells located in the "Annex" building have one "Mid-point" landing
each. 1.3.1.4 Provide and install four (4) recessed ceiling speakers to
be installed in the DeFlorez building hallway area as marked on
drawings. These speakers shall be installed above the stainless steel
linear ceiling system. 1.3.1.5 Provide and install one (1) Noise
Sensing Volume Control unit, (Valcom V-9932 Noise Sensing Volume
Control units or equivalent), to be installed in the Emergency
Generator area with horn speaker. This device is required to insure
that speaker volume will automatically compensate for sound produced by
the emergency power generator and the firesprinkler system pump when in
operation. 1.3.1.6 Provide and install two (2) Six Zone, -24VDC paging
control units with background music capability, access to individual,
multiple, all-call to six zones, and tandem all-call to twelve zones.
(Valcom V-2006A or equivalent). These units shall have all available
add-on modules installed, and will be fully provisioned. 1.3.1.7
Provide and install a minimum of eight (8) filtered, wall mount
amplifiers, (VP-6124 or equivalent), minimum of one to be installed in
each of eight IDF closets. 1.3.1.8 Provide and install Battery Backup
Units capable of maintaining system operation for four (4) hours,
utilizing the VP-6124-UPS unit, or equivalent, and the VPB-260 Battery
Back-up Adapter, or equivalent. 1.3.1.9 Provide and install all
cabling required for this installation, with the following exception:
Service between buildings, and to each Intermediate Distribution Frame
(IDF) closet will be accomplished using existing cable pairs in the
in-house cable plant. At the contractors request after award, the
government will identify cable pair number to be used by the
contractor. The contractor shall provide all cabling between the IDF
closets and speaker locations. 1.3.1.10 Provide and install one (1)
paging trunk card in the NorTel Meridian One, Option 81C PBX,
Intelligent Peripheral Shelf, to include programming. 1.3.1.11 Provide
and install a minimum of eight (8) page port preamplifier/expanders,
(Valcom V-1094A or equivalent), one to be installed in each of 8 IDF
closets. These will be used as master volume controls for speakers
within the respective IDF zones. 1.3.1.12 Provide and install any and
all miscellaneous cables, wires, connectors, termination blocks,
hardware, software, and labor required to complete this installation
and provide a fully functional, multi-zone public address system at
NAWCTSD. 1.3.2 The contractor shall evaluate the system configuration
resulting from this action to ensure power levels are in accordance
with National Electric Code (NEC), and manufacturer Standards and
Practices. If the resulting system configuration fails to meet NEC
and/or Manufacturer standards, the contractor shall submit noted
deficiencies and proposed solutions. 1.3.3 New system addition will be
installed independently of existing systems so that work will not
interfere with system operation or function until new work is ready for
complete integration. 1.3.4 The warranty period for parts and labor
shall be one year from acceptance. 1.3.4.1 Failures that result in the
loss of communications to more than ten percent of the equipment
installed under this contract shall be considered "major" failures. The
contractor shall respond with an on-site visit by a qualified
technician within 4 hours of notification by the Government. The
contractor shall correct major failures within 24 hours of original
notification. 1.3.4.2 The Government reserves the right to perform work
on the equipment installed under this contract when work is
accomplished under the cognizance of a qualified technician. PART 2
PRODUCTS. Use only Contracting Officer approved parts or materials.
PART 3 EXECUTION. 3.1 Work involving installation of the Nortel Trunk
Paging card shall be performed by an authorized Northern Telecom
distributor to ensure system integrity, access to Northern Telecom
parts and materials, and continuance of Northern Telecom warranty,
service, and technical support. 3.2. STATION REGULATIONS. The
Contractor and his employees and subcontractors shall become familiar
with and obey all applicable Federal, State, local and station
regulations, including fire, safety, traffic, and security regulations.
No employee of the Contractor shall be admitted to the work site
without satisfactory proof of U.S. citizenship. The Contractor shall be
required to have all appointments, certifications, or licenses required
for this work. The Contracting Officer may request proof of such
certifications or licenses. Upon completion of this contract this
installation must meet or exceed all pertinent manufacturer, Local,
County, State, and National requirements. 3.3 Working Hours. Work shall
be accomplished within regular working hours. Regular working hours
shall consist of an 8-hour period beginning as early as 7 a.m. and
ending no later than 6:30 p.m. Any access required prior to 7 a.m. or
after 6:30 p.m. Monday through Friday, or on weekends or Government
holidays, must be approved by the contracting officer. END OF STATEMENT
OF WORK. The following FAR provisions and clauses apply to this
acquisition: 52.212-1, 52.212-2, 52.212-4, and 52.212-5. The following
evaluation criteria shall be used as addenda to FAR 52.212-2(a): (1)
Technical capability of the item offered to meet the Government
requirement; (2) price; and (3) past performance. The following
subparagraphs of FAR 52.212-5(b), and DFARS addenda thereto, apply:
(1), (3), (6), (7), (8) and (9); 252.225-7001 and 252.225-7036. A
completed copy of FAR 52.212-3 and the following DFARS addenda, must be
included with each quote: 252.225-7000 and 252.225-7035. See Note(s) 1
and 12. Quotes are due NLT 4:00 p.m. EST on 28 August 1998 and may be
made by FAX to (407) 380-8318 (ATTN: Brenda Rhodes). For information
regarding this solicitation, contact Brenda Rhodes at (407) 380-4306.
Posted 08/17/98 (W-SN237860). (0229) Loren Data Corp. http://www.ld.com (SYN# 0279 19980819\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|