COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19, 2001 PSA #2939
SOLICITATIONS
58 -- TO OBTAIN PROCUREMENT OF SERVICES, EQUIPMENT, CONFIGURATION, AND INSTALLATION OF VIDEO TELECONFERENCING NETWORK SYSTEM FOR DISTANT LEARNING DISTRIBUTION FOR THE ARKANSAS ARMY NATIONAL GUARD.
- 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-0030
- 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 ? DAHA03-01-T-0030 Purchasing Agent POC: Name: LTC Dudley Smith Organization: Arkansas Army National Guard Address: Building 7201, Box 003, Camp Robinson, North Little Rock, AR 72199-9600 Email: Dudely.Smith@ar.ngb.army.mil Telephone: 501-212-4403 Fax: 501-212-4419 NOTE: Request through LTC Dudley Smith to receive a complete solicitation via fax. 1. Purpose: The purpose of this contract is to obtain procurement of services, equipment, configuration, and installation of Arkansas Army National Guard Video Teleconferencing (VTC) Network system for distance learning distribution to support the Major Su bordinate Commands of the organization. The network MCU &CTM components will be located in the HUB located in building 6200 at Camp Robinson, North Little Rock, AR 72199-9600. The Polycom View Station MP systems will retrofit four (4) currently owned roll -about VTC systems. The roll-about VTCs will be located in the conference room of Rick?s Armory in Little Rock, AR; Classroom of Fayetteville Armory, 3590 S. School St. Fayetteville, AR 72701-8026; 2. Background: The AASF and RTI have a continuing requirement to increase the current and future capability of their instructional classrooms. The Arkansas Army National Guard (AR ARNG) is scheduled to receive a Warrior Network digital satellite dish (Air National Guard DL Net) this year for the distribution of distance learning training from the aviation proponent schools to the AASF. This broadcast reception includes CNN and other programming from the Government Educational Television Network (GETN). Thu s contractor support is required to meet the technical, labor, and service needs of upgrade to this classrooms multimedia and network connectivity (voice, data, and video) capabilities. To meet distance learning classrooms standards the classrooms will als o require minimal facility modifications such as paint, carpets, and facility security measures. 3. Project Scope: This project includes all procurement of Head-end equipment, installation of equipment, coordination requirements, labeling, management, schematics, manuals, and operator instruction pertaining to the complete system. It also includes all warranties and maintenance/service agreements for a minimum of one year on-site. 4. Specific Tasks and Requirements of Base Contract: The following minimum criteria for the procurement and installation of the Camp Robinson CATV to Fiber HUB: ? All equipment (to include peripherals) will be rack mounted. ? 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. User/Operator training will also be provided in a Computer Based Training format on CD-ROM. ? Installation includes complete wire management. ? 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 four 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 racks/furniture must contain cable management, adequate ventilation, and a lockable solid or glass door on front and back to secure equipment and cabling from tampering. ? All cables, equipment, plugs, knobs, and controls must be labeled. ? Provide itemized equipment list of components make, model, and serial numbers. ? Agreement includes complete installation of all video/audio network and head-end equipment at the HUB, AND & EUB to include: receiver antennas (one digital dish (Dish Network Programming) currently owned by the organization; a second single channel digi tal dish will be installed separately by another contractor identified by the organizational MACOM), receivers, demodulators, and modulators for two (2) channels, combiner, amplifier, and fiber transmitter. Includes all required cables, racks, adapters, an d other minor peripherals to connect equipment. Includes installation of required receivers at one EUB (AASF). ? Includes complete and successful testing of audio and video signal of 2 channels from signal source, through HUB to ADN and EUB with full multiplex (channel surf) capability. 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) and MSG Porter at (501) 212-5935) before changes or modifications to requirement solutions. Contractor coordinates with AASF (CW2 Smedley (501) 212-5657) before scheduling and conducting installation or testing at the EUB. Con tractor coordinates with DCSIM before acceptance of completion 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. Contrac tor 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 POC at least one day prior to on-site arrival for installation. Access at other ti mes 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, major system components, and/or network clients/nodes. b. All documentation has been submitted to the DCSIM to include Users Manual, Schematics, Diagrams, Inventory list with serial numbers of all components, and Operator Computer Based Training on CD-ROM, Visio network drawing, 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 POCs and schedule an initial in-brief prior to execution of the work and an out-brief prior to accept ance 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 four 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:$30K
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010919/58SOL017.HTM (D-258 SN50X724)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on September 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|