Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2001 PSA #2939
SOLICITATIONS

58 -- MULTIMEDIA COMMAND PRESENTATION SYSTEM FOR TAG

Notice Date
September 17, 2001
Contracting Office
USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72199-9600
ZIP Code
72199-9600
Solicitation Number
DAHA03-01-T-0032
Response Due
September 24, 2001
Point of Contact
Dudley Smith, 501-212-4403
E-Mail Address
USPFO for Arkansas (dudley.smith@ar.ngb.army.mil)
Description
Statement of Work Purchasing Agent POC: Name: John Wilson Organization: Arkansas Army National Guard Address: Building 7201, Box 003, Camp Robinson, North Little Rock, AR 72199-9600 Email: John.WIlson@ar.ngb.army.mil Telephone: 501-212-4405 Fax: 501-212-4419 NOTE: Request through John Wilson to receive a complete solicitation via fax. 1. Purpose: The purpose of this contract is to obtain procurement of services, equipment, and installation of multimedia presentation system for the conference room for the Adjutant General of the Arkansas Army National Guard located at building 6000 at Ca mp Robinson, North Little Rock, AR 72199-9600. 2. Background: The Adjutant General Office has a continuing requirement to increase the current and future capability of their conference room. The conference room is used for many TAG events with organizational staff, state, and federal officials. In the future the conference room may also be connected to the distance learning network. Currently the conference room is connected to the Air National Guard DL Network. Thus contractor support is required to meet the technical, labor, and service needs of upgra de to this classrooms multimedia capabilities. 3. Project Scope: This project includes all procurement of equipment, installation of equipment, coordination requirements, labeling, management, schematics, manuals, and operator instruction pertaining to the complete system. It also includes all warranti es and service agreements. 4. Specific Tasks and Requirements of Base Contract: The following minimum criteria for the procurement and installation of the TAG Command Presentation Center system: ? Ceiling mounted LCD projector (2500 minimum to 2700 ANSI Lumins maximum, minimum of 1024 x 768 XGA resolution both B/W & color). Projector must have connectivity to and from all peripherals to include laptop and VCRs/DvD combo (peripherals not included i n this purchase). Projector must be able to be upgraded in the future without complete re-engineering of the entire system and it?s peripherals. Projector must be ceiling mounted. Projector and peripherals must be able to be controlled from a manual video switcher located in the existing speaker podium. Projector must utilize one of two existing audio/video switchers. ? System peripherals include: one laptop, and one VCR/DvD combo (not included in this purchase.). System network configuration and connectivity to the network will be done by the DCSIM. ? System will include high quality ceiling mounted speakers (one speakers every 6? to 8? feet of coverage; minimum of 6), digitally controlled sound (No manual mixer board.). ? System will include wall plate type jacks mounted inside the existing podium. Jacks will include connectivity to projector of audio and video from all peripheral sources also located inside the existing podium. Purchase includes the installation of a sli de out shelf for laptop. ? System will use existing Electro boardroom screen and video switchers. ? A site survey is required and may be conducted in conjunction with organizational work hours (0700-1530 hours Monday ? Friday). By appointment only. ? System includes a one year (with option to extend) maintenance service agreement. System must include a one year warranty on equipment and installation. ? Procurement includes installation cost, maintenance agreement, warranty, training on use of system, schematic of entire system connectivity (electronic & hardcopy), user/operator manual (electronic & hardcopy). User/Operator training will be scheduled an d conducted on site. ? Laptop will utilize existing RF wireless keyboard and mouse (not included in this purchase). ? High quality ceiling mounted microphones for audio recording anywhere in the room with no feedback (minimum of 6). ? Include existing Warrior satellite and Direct TV digital feeds as two of the video/audio input devices. ? Replace mounting as per projector requirements. ? C ontractor is to uninstall as necessary. ? Installation includes complete wire management (no exposed wiring). ? System includes surge protection and backup power supply to the entire system. ? Contractor is required to conduct all necessary electrical and carpentry work with prior coordination with the installation facility management and electrical engineers. ? Contractor is to coordinate and schedule installation time frame prior to installation. Installation must take place during organization?s normal duty hours. ? Contractor is to have the project complete within two weeks of acceptance/award date. ? Contractor agrees to one-week trial of system before payment is approved. ? Payment will not be approved until the entire system is completely installed, functional and all aspects of the above requirements are furnished. ? All cables, equipment, plugs, knobs, and controls must be labeled. ? System includes switching capability from various video and audio sources utilizing one of two existing audio/video switchers. Switcher will be located in existing speaker podium. ? Provide itemized equipment list of components make, model, and serial numbers. ? Preferred equipment manufacturers include: Ceiling microphones by Gentner or Audio Technical; Ceiling speakers by JBL or KSI; and Projector by Sharp. ? Contractor will incorporate and utilize existing speaker podium microphones. ? Complete overview of project: Contractor will completely uninstall all existing equipment currently in the control room with the exception of the satellite receiver. Contractor will uninstall the existing projector and cabling. Contractor will uninstall existing audio system to include speakers. Contractor will install new ceiling mounted projector and cabling to the existing podium. Contractor will install mounted jacks inside the existing podium. Jacks include connectivity for a laptop and VCR/DvD combo . Jacks include: S-Video, Component Video, RCA audio, and mini-jack audio for laptops. Contractor will install a retractable shelf for a laptop in the existing podium. Contractor will utilize existing audio/video switcher, VCR/DvD combo, and laptop. Contra ctor ensures labeling and cable management is complete. Contractor ensures all audio/video sources can be properly controlled manually from the existing speaker podium. Contractor ensures sound can be manually controlled from the podium and is adequate thr oughout the room without feedback. Contractor ensures all ceiling mounted microphones are operational and provide adequate sound quality from anywhere in the room without feedback. Contractor ensures all other requirements of this contract are met. 5. Major Requirements: All installation, training, and documentation requirements must be fulfilled by technically qualified personnel to provide rapidly implemented solutions to this constantly changing environment. The contractor coordinates with DCSIM (CPT Barham at (501) 212-5920) before changes or modifications to requirement solutions. Contractor coordinates with COS (LTC Sims (501) 212-5007) before scheduling and conducting operator training. Contractor coordinates with DCSIM before acceptance of co mpletion of project. The contractor must follow all policies, guidance, and securities associated with this organization, state and federal laws to include electrical and facility modifications. Contractor must coordinate with DCSEN (CW4 Johns at (501) 212 -5854). The vendor shall maintain a single on-site point of contact/job site supervisor at all times. 6. Deliverables and Schedules: a. The contractor will ensure that installation occurs from 0700-1530 hours Monday through Friday and contract personnel may be required to operate past normal duty day or on the weekend as requirements arise to complete project. This requirement will be c oordinated in advance between the government Point of Contact (POC) and the contractor; otherwise there will be no requirements for weekends, extended hours, or federal holidays. b. Documentation: The contractor will provide written documentation as directed by the government POC. The contractor will present an engineering conceptual design to the government Action Officer before contract is awarded. The engineering design will inc lude a list of all system components, diagram or photographs of what the system will look like once completed. c. Reports: Due to the nature of the work performed under this contract, the reports to be delivered may be written or oral. All reports produced under the contract shall comply with standards as directed by the Arkansas Army National Guard POC. The contra ctor will submit a daily status report as to the completion of the project once the contract is awarded. d. Schedules: Vendor will provide schedule or timeline of installation, training, and document completion prior to arrival on site. e. Access to Government facilities: Access to government facilities shall be during normal business hours from 0700-1530 Monday through Friday. Vendor shall notify the DCSIM and COS POC at least one day prior to on-site arrival for installation. Access at other times or on weekends and holidays shall be coordinated with the government POC. 7. Acceptance Criteria: a. All equipment is completely installed and operational properly sending, receiving, and distributing audio, video, and data signals to and/or from all peripherals and major system components. b. All documentation has been submitted to the DCSIM and COS to include Users Manual, Schematics, Diagrams, Inventory list with serial numbers of all components, and 1 year warranty and service agreement. c. All specific tasks have been completed. 8. Technical Point of Contact: CPT Marvin R. Barham DCSIM, Visual Information Manager Bldg. 6300 Camp Robinson North Little Rock, AR 72199-9600 Phone: (501) 212-5920 Fax: (501) 212-5919 Email: marvin.barham@ar.ngb.army.mil 9. Government furnished information, services, and equipment: The government will provide access to facilities as required. The government will not provide phone services, access to computers or other information systems for organizational daily operations . The government does not provide tools needed to complete the installation or labor support that should be subcontracted or provided by the contractor awarded the contract. 10. Meetings and Reviews: The contractor will attend all meetings and reviews as directed by the government POC. The contractor will coordinate with DCSIM and COS POCs and schedule an initial in-brief prior to execution of the work and an out-brief prior to acceptance of the completed project. 11. Travel: The contractor will cover all transportation and lodging costs for contractor personnel. 12. Security: Services required under this contract will be restricted to unclassified and unclassified but sensitive data. All records and documents generated by the contractor are the property of the Government upon completion of the contract. During con tract performance, all records will be maintained in accordance with applicable guidance and regulatory material of the Department of Defense. Records shall not be disseminated, destroyed or otherwise disposed of without prior written consent of COR. Contr actor personnel will have visible identification cards readily identifiable by government personnel. 13. Period of Service: Installation completed two weeks from beginning of task order. One week of system trial before acceptance. One year of on-site service and maintenance. One year equipment and installation warranty. 14. Cost Threshold: THRESHOLD:$40K
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010919/58SOL016.HTM (D-260 SN50X8D1)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on September 17, 2001 by Loren Data Corp. -- info@ld.com