Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19, 2001 PSA #2896
SOLICITATIONS

70 -- DATA VIDEO SYSTEM

Notice Date
July 17, 2001
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
ZIP Code
36112-6334
Solicitation Number
F01600-01-T-0084
Response Due
August 3, 2001
Point of Contact
Gail Bumgardner, Contract Specialist, Phone 334-953-6317, Fax 334-953-3527, Email gail.bumgardner@maxwell.af.mil -- Kevin Drummond, Contracting Officer, Phone 334-953-3531, Fax 334-953-2453, Email kevin.drummond@maxwell.af.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F01600-01-T-0084 is issued as a request for proposal (RFP) using simplified acquisition procedures. This is a 100% set-aside for small business. The NAICS code is 541519 and the size standard is $18.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27 and DFARS, Defense Change Notice (DCN) 20001213. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This requirement is to upgrade and warranty the Director?s Conference Room to meet the following objectives: 1. Operation and Functionality: 1.1. Shall have two rear projected Liquid Crystal Display (LCD) projectors that project from the rear projection room in room 110A. The LCD projectors must have a ?natural? resolution of at least 1024x765 and rated at least 2000 lumens. The projected images shall cover the entire rear projection screens with a blank area not to exceed 2? either side or on top or bottom of the screen. 1.2. Shall have two in-wall 72-inch diagonal rear projection screens with touch screen capabilities in room 110A. The government will provide two square-finished wall openings of a minimum of 46.5/32 inches high and 57.25/32 inches wide. The front screens will control the mouse movements of any of the computers connected to the system. 1.3. Shall have two 50-inch plasma screens mounted on each side wall of room 110A opposite each other to produce mirror images of the two main screens. The plasma screens must have a PC signal compatibility of at least UXGA (1600x1200) and be compatible with HD (high resolution) video. 1.4. Shall have an integrated control system in room 110A with a desktop mounted touchscreen LDC display that controls the light brightness, the sound volume, projectors, and the VTC operation. The screen will control the dialing of VTC numbers, have a mute button so the connected party on the other end cannot hear the local party, connect and disconnect buttons, camera control, and an on/off button for the VTC. The lighting controls must integrate with the current dimming system in room 110A. It must also be capable of turning off the projectors, the plasma screens, and selecting which video or computer source will be projected on what device. Each computer must be able to be projected onto one, two or all six display screens. 1.5. Shall have a wireless, radio frequency (RF) ? not infrared ? touchscreen LCD display with the capabilities listed in 1.4 for room 110A. 1.6. Shall have Super Video Graphics Adapters (SVGA) connectors for each desktop computer in the rear of room 110A, a connector mounted into the conference table, and connectors located in the front of room 110A for a laptop. Room 110A shall have one SVGA connector for each permanent computer and one for a laptop. 1.7. Shall integrate the existing VTC system (PictureTel 970) located in room 110A into the system. Shall display the VTC screens onto the main projectors ? both the far end?s screen and the local screen. There shall be a total of three (two added auxiliary) cameras mounted on the walls of room 110A. Each of the cameras shall be capable of being selected for viewing on the VTC via the integrated control system screens. The cameras shall also be able to move, zoom, and be manipulated via the touch screens. There shall also be a LCD preview monitor for previewing the view of the local camera for the VTC. For further example, please see the camera controls on the integrated control system in Bldg 856, room 106. 1.8. Shall have a high quality sound system equivalent to the quality of equipment used in the auditorium of Bldg 892. It shall have speakers mounted in the ceiling. The sound source will be controlled via the integrated control system touchscreens. Each computer, the VTC audio output, and video source (VCR & DVD) will be playable through the speakers. There will be removable microphones for VTC input placed on the conference table so that no matter where in the room a speaker might be located, the people on the other end of a VTC can hear them clearly, without echo and static. It is also necessary to add additional microphones and speakers for hearing people at the opposite end of the conference table. 1.9. Shall provide a metal rack unit to hold the equipment in a safe, secure manner in the projection room of room 110A. The rack must have a 19-inch internal width and at least a 35-inch internal minimum height for mounting electronic equipment. There shall be a lock on the rack so people cannot access the controls without permission. 1.10. Shall provide a Super Video Home System (SVHS) video cassette recorder (VCR) that is integrated with the rest of the conference room in room 110A. The VCR shall be capable of recording a live video teleconference. The contractor shall also provide a Digital Video Disk (DVD) player that is also integrated with the rest of the conference system in room 110A. The video from each of the players shall be viewable on all projection systems. 2. Installation and Training. 2.1. The Contractor shall install the equipment and warranty the installation for parts and labor for at least one year from installation. In case of equipment failure, the contractor shall respond to emergency calls within three hours. If equipment cannot be repaired on site or at a local shop within 24 hours, then loaner or replacement equipment will be used. 2.2. Once installed, the entire conference room system will be thoroughly checked and tested. This includes the lighting, sound system, VTC system, video system, and computer integration. The new VTC system shall be tested with another VTC system already located in the building. 2.3. After installation, the boxes and other materials shall be disposed of in a proper container. After installation, the room shall be in a state of cleanliness equal to or exceeding the state it was in prior to the contractor?s arrival. 2.4. Contractor shall provide a wiring diagram to the government of the audiovisual video teleconference system to include all cables from one device to the other. Contractor shall complete the project within 45 days after receipt of purchase order. 2.5. The contractor will provide a minimum of two hours training on the operation and routine maintenance of the installed equipment. FOB point is destination, 490 East Moore Drive, Bldg 892, Room 110A, Maxwell AFB-Gunter Annex AL. Include a complete copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (APR 2001), and DFARS 252.225-7000 Buy American Act ? Balance of Payments Program Certificate with the proposal. Clauses and provisions can be accessed via the Internet at http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1 Instructions to Offerors ? Commercial Items applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items is incorporated into this RFP. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this RFP. The following additional FAR clauses under paragraph (b) are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.222-21 Prohibition of Segregated Facilities; 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 Workers with Disabilities; 52.222-37 Employment Report on Disabled Veterans of the Vietnam Era; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration; and 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.237-1 Site Visit and 52.247-35 FOB Destination within Consignee?s Premises are added by addendum. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this RFP. The following additional DFARS clauses under paragraph (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7012 Preference for Certain Domestic Commodities; 252.243-7002 Request for Equitable Adjustment, 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. FAR 52.212-2 Evaluation ? Commercial Items is applicable with the following factors used to evaluate offers: past performance, technical performance, and price. Technical and past performance, when combined, are slightly more important than price or cost. Contractor must be registered in CCR and able to meet the 45-day installation date. The government reserves the right to make a best value determination. A one-time site visit is scheduled for 27 July 2001, at 1:00 P.M. CDT. Contractors are to meet in the foyer of Bldg 892, 490 E. Moore Dr, Maxwell AFB Gunter Annex AL. Proposals are due by 3:00 PM CDT, 3 Aug 2001. Proposals may be faxed to 334-953-3527 or e-mailed to gail.bumgardner@maxwell.af.mil. The mailing address is 42 CONS/LGCA, 50 LeMay Plaza South, Maxwell AFB AL 36112-6334, ATTN: Gail Bumgardner. For further information contact Gail Bumgardner at 334-953-6317. All responsible sources may submit a proposal, which shall be considered by this agency. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/F01600-01-T-0084/listing. html)
Record
Loren Data Corp. 20010719/70SOL004.HTM (D-198 SN50S0U9)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on July 17, 2001 by Loren Data Corp. -- info@ld.com