Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 13, 2001 PSA #2871
SOLICITATIONS

N -- UPGRADE AUDIO VISUAL FACILITY AND EXHIBIT SPACE

Notice Date
June 11, 2001
Contracting Office
U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711
ZIP Code
27711
Solicitation Number
UUB132
Response Due
June 26, 2001
Point of Contact
Antonio L. Leathers, Contract Specialist (919)541-2312
E-Mail Address
click here to contact the Contract Specialist via (leathers.antonio@epa.gov)
Description
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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is UUB132 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. The Environmental Protection Agency (EPA) anticipates that a firm-fixed price contract will be awarded as a result of a small business set-aside. Award will be made using Simplified Acquisition Procedures. The desired delivery date is 60 days after award of purchase order. The contractor shall provided equipment and services to "Upgrade Audio Visual Facilities and Exhibit Space".Statement of Work to Upgrade Audio Visual Facilities and Exhibit Space : Background: The Environmental Sciences Division (ESD) of EPA'S National Exposure Research Laboratory (NERL), 944 East Harmon Avenue, Las Vegas, Nevada 89119, requires equipment and services to upgrade the Audio Visual functionality of the ESD Auditorium. The Auditorium facilities/equipment are now obsolete (and in some instances, inoperative) and are not fully compatible with current computer technology. The contractor shall: 1) modify the auditorium space and lighting to be more multi-functional; and 2) update all of the outdated audio/video equipment (sound system, speakers, microphones, wiring, video projector, A/V control panel, Audio Mixer, etc.). The current auditorium space/configuration is totally inadequate to meet the needs of NERL-ESD. Description of Work: The contractor shall provide the upgrade of the audio visual facilities and exhibit space of a over 20 year old (approximately 190 person capacity) auditorium by providing and installing current technology audio visual equipment, display lighting and wall sound absorbent paneling. Required specification are as follows: The system shall meet all of the following minimum specifications: 1.) Audio Speakers -- a) Front left and right speakers (for stereo playback) interfaced/mixable with six recessed ceiling speakers w/transformer to assure evenly distributed sound throughout auditorium. b) One sub-woofer (if necessary) to accommodate auditorium capacity/occupancy; 2.) Amplifier(s) -- Capable of effectively driving/handling 9 speakers above, rack mountable; 3.) Mixer -- Stereo, able to accommodate up to eight microphones plus AV equipment; 4.) Digital Signal Processor, Bi-Amped; 5.) Microphones -- a) Wireless system. b) Three handheld wireless microphones with switch. c) One lavalier wireless microphone. d.) Two microphone stands; 6.) CD Player -- CD, CD-RW w/Pitch Control, Rack mountable; 7.) Cassette Player (2 each) -- Dual Well, Rack mountable; 8.) Video Cassette Recorder Player -- 4 head, HI-Fi Stereo with Remote Control; 9.) LCD Video Projector -- XVGA , 2000 to 4000 ANSI lumens (Able to effectively accommodate easy visibility for 190 capacity and Ceiling mounted or installed in AV Booth located in rear of auditorium); 10.) Projector Screen -- a) High reflectance for LCD Projector, Front Projection. b.) 9' x 12' or 10' x 14' (Existing Screen is 10' x 14"); 11.) Interface -- a.) Computer Interface module to control/monitor video presentation of computer data. b.) All Cables, Power Supply, etc; 12.) Equipment Rack w/rollers -- a.) Able to accommodate all equipment referenced plus room for expansion. b.) Cooling Fan c.) Monitor Speaker. d.) Connectors, Panduit, Cabling (that meets or exceeds all existing codes). 13.) Soundsoak material for walls -- Approximately 800 square feet. 14.) Low Voltage Lighting w/dimmers for Display Walls of Auditorium. 15.) Digital Signal Processing (DSP)- To take advantage of current technology and minimize the number of connections, a DSP unit is required so that the audio signals can be controlled by a PC and software to assure that the unit is programable to the specific design requirements of the sound system and be configured to operate as multiple crossovers, equalizers, signal delays, and mixers. The operational parameters of each crossover, equalizer, etc. may be different and must be changeable by the software at anytime. 16.) Recording Equipment -- Two high quality cassette decks are required and shall be permanently installed in the control console. The purpose is to be able to easily record a given program, and either of which may be used to record or play back. Desired Features: Sound System -- The sound system should be designed to meet the following criteria within acoustical limits: Equal distribution of sound to all major listening areas. Uniform sound level (volume) at all major listening areas. Equal tonal quality at all major listening areas. Sufficient power and power handling capability to provide the maximum sound volume necessary to reproduce music. In general the sound system should consist of the following basic components: 1) Speaker Systems; 2) Monitor Systems; 3) Mixing Console; 4) Microphones; 5) Power Amplifiers; and 6) Electronic Crossover and Equalization. Video Projection System -- The video projection system should be designed to provide the following: 1) Capability to project computer and video images; 2) Capability to accept computer graphics output; 3) Capability to accept audio and output audio signals; and 4) Ability to switch between video and audio sources. In general the video projection system should consist of the following basic components: Video Projector, Video Screen, Video Sources and Video Processing, switching, and routing equipment. Speaker Systems -- The primary speaker system should include Front Projecting Left and Right Speakers (for Stereo playback purposes), a Sub Woofer placed appropriately, and a distributive ceiling speaker System. This ceiling system should consist of a number of high quality full range speakers installed in the ceiling over the seating areas. Each speaker shall be pointed down and have a conical coverage pattern that is between 60 and 90 degrees wide. This type of system is required because the ceiling in the auditorium is relatively low and the distance that sound must be projected from the platform to the rear of the auditorium is relatively long. The speakers should be divided into separate zones with each zone being placed on a signal delay and timed so that the sound travels through the room properly. Each zone should be powered by a separate amplifier. Power Amplifiers -- The speakers should be divided into separate zones with each zone being placed on a signal delay and timed so that the sound travels through the room properly. Each zone should be powered by a separate amplifier. Using multiple amplifiers to power the speakers provides a margin of safety by its redundancy and using multiple amplifiers also allows for better control and balancing of the sound volume from each horn and bass speaker thus allowing any "sound area" in the auditorium to be adjusted so that the sound volume throughout is as equal as acoustically possible. The power amplifier system should be designed to provide each horn driver and bass speaker with its required amount of audio power. The directional coverage properties, the efficiency, and the power handling capability of each speaker should be considered when choosing the proper power amplifier. Each amplifier output should be fused in order to provide protection to the horn drivers and speakers. All horn drivers should be protected by using DC voltage blocking capacitors on each amplifier output. Mixing Console -- The Mixing Console should be capable of future expansion, as well as present requirements. The mixer should be able to control the largest number of microphones and/or playback decks that may be used at one time. Mixer inputs should be low impedance to match the microphones. CD, CD-RW Player -- The compact disc player (CD) should be installed in the control console. Proposal Instructions and Evaluation Criteria: The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal represents the best overall value to the Government based on evaluation of the factors listed below. Only those offerors submitting technically acceptable proposals (as determined under criterion A.1 below) shall be considered for award. For the purposes of this best-value evaluation of technically acceptable proposals, technical approach (criterion B.1), past performance(criterion B.2), and price (criterion.3) are of approximately equal importance. The following is a description of each evaluation criterion, including information which must be included with initial proposals: A. Mandatory Criteria: 1.) Demonstrated ability of the proposed system upgrades to meet the requirements set forth in the Statement of Work (Description). The specifications in the Statement of Work represent the Government's minimum needs. Proposals must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the Government to determine that the proposed upgrades will meet the requirements set forth in the Statement of Work (Description). Any specific variances from the specifications shall be addressed by the offeror with respect to how the offeror's proposal provides alternative equivalence. Failure of an offeror to demonstrate that the proposed upgrades will meet the Statement of Work (Description) requirements shall render the offeror ineligible for further consideration for award. B.) Additional Criteria: Proposals determined to be technically acceptable under criterion 1 above shall be further evaluated as described below: 1. Technical Approach: Proposals will be evaluated for creative and innovative use of technology and methods to accomplish objectives. Contractors will also be evaluated on their ability to provide desired features. 2. Past Performance: Each offeror submitting a technically acceptable proposal shall be evaluated on performance under existing and prior (within the past 3 years) contracts/subcontracts/orders for systems similar to that described in the Statement of Work (Description) for this requirement. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. Proposals shall include a representative list of contracts/subcontracts/orders completed during the past three years, and contracts/subcontracts/orders currently in process, which are similar in nature to this requirement. For each contract/subcontract/order identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of the system which was installed. 3. Price: The proposed firm-fixed-price for the entire project shall be entered in the appropriate block on the standard form provided by the Government. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. Site Visit- A site tour will be conducted on June 20, 2001, on the campus of the University of Nevada Las Vegas (UNLV), 944 East Harmon Avenue, Las Vegas, Nevada 89119 at 10:00am PST. Point of Contact for site visit will be Brian Spavin. The associated North American Industry Classification systems (NAICS) code is 334310 and the size standard is 750 employees. The following FAR provisions shall apply to this solicitation: 52.212-1, Evaluation-Instructions to Offerors Commercial. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41. Price and technical information should be submitted in separate proposals. Representations and Certifications shall be included with the price proposal. Please submit two copies of the technical proposal and two copies of the price proposal to Antonio L. Leathers, Contract Specialist, U.S. Environmental Protection Agency, 79 T.W. Alexander, Research Triangle Park, NC 27709. All offers are due by June 26, 2001 4:30p.m. ET. No telephone or faxed requests or offers will be honored. The list of references can be found online at the following address: http://www.epa.gov/oam/rtp_cmd .
Record
Loren Data Corp. 20010613/NSOL003.HTM (W-162 SN50O600)

N - Installation of Equipment Index  |  Issue Index |
Created on June 11, 2001 by Loren Data Corp. -- info@ld.com