|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1999 PSA#2462National Constitution Center; the Bourse, Suite 560, 111 S.
Independence Mall E., Philadelphia, Pa. 19106 D -- AUDIO-VISUAL SOFTWARE SYSTEMS SERVICES DUE 112799 POC Owner's
Representative: David Rupp 215.656.2787; Project Manager: Ros Remer
215. 923.0004 The National Constitution Center is seeking audio-visual
software systems services to be integrated into the permanent
exhibition for the National Constitution Center in Philadelphia, PA.
The National Constitution Center will occupy the entirety of block 3 of
Independence Mall, in the Independence National Historical Park. The
site is bounded by Arch, Race, Fifth, and Sixth Streets. The program
provides for approximately 140,000 gross square feet for the National
Constitution Center including a state-of-the-art museum devoted to the
US Constitution. The center will break ground in the summer of 2000
and is scheduled to be completed in September of 2002. The budget for
the portion of work covered by this solicitation is between $1.4 M and
$1.55M. Initial award will be made for pre-construction services,
construction phase services will be awarded at a later date as an
option upon successful negotiation of the construction contract within
the project budget. SCOPE OF WORK Significant elements which are
contained in the audio-visual package include, but are not limited to,
1. A Constitution Wall integrating twenty-two (22) interactive
programs, with a respective ambient audio delivery for each. Twelve
(12) of which involve the ability to "surf" through the text of the
Constitution, using specific highlighted key words as a springboard to
additional information explaining specific themes and issues. The
remaining ten (10) programs center specifically on Bill of Rights
issues and cases. 2. Themed exhibits containing approximately: (A.)
Seven (7) interactive video murals- large scale projected displays each
integrating three (3) separate interactive programs, which when viewed
together, form one content driven, environmental "animated" mural. The
imagery (content) is to reveal itself in a fluid and choreographed way.
All audio would be delivered in an ambient way. (B.) Twenty-five (25)
separate interactive programs, with ambient audio delivery systems.
(C.) Thirty-nine (39) auxiliary display devices of varying sizes which
are slaved to or are used to initiate an interactive program. (D.)
Three (3) video blue-screen positions with related sales component
(remote). 3. A Chronology of the Constitution integrating twelve (12)
looped video components, with ambient audio delivery for each. 4. One
(1) audio theater program involving contemporary custom recorded
testimonies. 5. A Signing experience containing fifty (50) electronic
signing stations, with possible printout capability. All fifty (50)
stations may feed a single large-scale electronic video sculpture. 6.
Eight (8) interactive Learning Stations, with an ambient audio delivery
system for each. All interactive and passive display devices are flat
panels. All programming will originate from a centralized digital
database located within a conveniently positioned audio-visual control
room. SERVICES REQUIRED: The Audio-Visual software firm as used in
this solicitation must be capable of supplying the following services:
1. Coordinate and assist the exhibition design firm to ensure a
comprehensive story line and coordinated design vocabulary. 2.
Refinement and development of treatment based on storyboarding provided
by the exhibition designer. 3. Refinement and development of graphic
elements based on the design vocabulary as set forth by the exhibition
designer. 4. Research and acquire archival and stock film footage. 5.
Filming of original footage (if required). 6. Off-line edit to produce
rough-cuts for review by the exhibition designer and Client. 7. Fine
cut revisions for review by the exhibition designer and Client. 8.
Selection and recording of narrator, based on discussions and review of
audition tapes with the exhibition designer and Client. 9. Selection
and recording of music (if required), based on discussions and review
of audition tapes with the exhibition designer and Client. 10. On-line
edit to produce a digital master. 11. Supply the programming, in the
appropriate format and in a timely manner as set forth in the Project
Master Planning/Design and Construction Schedule. 12. Provide
comprehensive coordination with acoustical and audio-visual engineers.
Review all hardware and control specifications to ensure that all
programming being provided is compatible with the hardware systems
being specified. 13. Work within a pre-determined not-to-exceed budget.
14. Provide assistance (if required) during the installation of the
final programming. PROCUREMENT PROCESS This procurement is
unrestricted, consideration for the contract will be nationwide. The
selection will be through a two-phase source selection process to
select the offer considered the best value. This best value source
selection will be conducted in two phases. Phase I evaluations will be
to assess whether an offeror possesses the expertise and capability
required to successfully perform the requirements and will only address
responses to specialized Experience/Past performance on similar
projects and Capabilities of the Firm/Team. Phase II of the source
selection process will be conducted with only those offers considered
most highly rated following the Phase I evaluations. Phase I evaluation
factors, plus price, technical and such other factors as identified in
the Phase II solicitation will form the basis for final selection. The
Phase I will be evaluated and selected based on the following criteria:
Factor 1. (A.) Specialized experience and technical competence on
projects of similar size and scope, including: flat panel (LCD, Plasma)
display technology, large exhibition installations (3+) above 20,000
square feet in size, complex integrated digital networks, creating and
planning digital databases, integration of live video feeds, ambient
audio delivery systems, working with not-to-exceed budgets. (B.) Past
Performance on projects of similar size and scope, including; project
references, ability to adhere to schedule/budget, client satisfaction,
and current claims. Factor 2. Capabilities of the Firm: At a minimum
include: resumes of proposed key individuals, organization chart,
bonding capabilities, project profiles, firm history. Factor 3.
Professional Qualifications. Phase I evaluations will be to assess
whether an offeror possesses the expertise and capability required to
successfully perform the requirements and will only address items
listed above. The Phase 1 evaluation factors are considered equal in
importance, and together considered more important than price. PHASE 1
SUBMISSIONS ARE TO BE BASED ENTIRELY ON THIS ANNOUNCEMENT. Do not
submit price or fee with the phase I submission. Phase II submission
requirements will be issued only to those firms invited to participate
in Phase II. Firms having the capabilities to perform the services
described in this announcement are invited to respond by submitting
information that addresses criteria outlined above. The submitted
information can include, but should not be limited to the following: 1.
A description of your firm and its capabilities. 2.A list of projects
completed. A list of references. 3. SF254, SF255. 4. Written narrative
addressing each the evaluation points. In addition the contractor will
be required to provide the maximum practical opportunities to small,
woman-owned and business concerns owned and controlled by socially and
economically disadvantaged individuals to participate in the
performance of this contract, offerors that demonstrate a proactive
effort in obtaining the highest practical goals may receive a more
favorable rating. Following the evaluation of Phase I submissions, the
NCC may determine the number of offers that might otherwise be
included in the competition, exceeds the number by which an efficient
competition can be conducted. Therefore, potential offers are notified
that the NCC expects that a maximum number of 3 offers will be invited
to participate in Phase II. Responses to Phase I shall be submitted in
an original and five copies, and are due at the office of the National
Constitution Center no later Nov. 27, 1999 Notification of this
decision will be promptly provided to all firms submitting a response
to this announcement. Those firms invited to Phase II will be provided
the solicitation package. Please direct any questions regarding this
announcement to David Rupp (215) 656-2787 Posted 10/22/99 (D-SN394114).
(0295) Loren Data Corp. http://www.ld.com (SYN# 0014 19991026\D-0002.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|