Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162

Naval 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